Loading...
HomeMy WebLinkAboutTIA ITS MASTER PLAN IMPLEMENTATION PROJECT, AND THE TIA RICHMOND COUNTY EMERGENCY & TRANSIT VEHICLE PREEMPT (EVP) SYSTEM PROJECT E'-- O R G I A ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121 / P.I.# 0011392 AND RC EMERGENCY & TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137 / P.I.# 0011400 Augusta,GA Engineering Department Engineering Division POC: Hameed Malik, Ph.D., PE,Assistant Director ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS BIDDING REQUIREMENTS AND CONDITIONS GEORGIA PROMPT PAY TIA SPECIAL PROVISIONS ADDENDUMS AGREEMENT PROPOSAL CONTRACTOR'S DOCUMENTS 4 ATTACHMENT B 4 SUBCONTRACTOR AFFIDAVIT/NON-COLLUSION AFFIDAVITS 4 BONDS/INSURANCE SCOPE OF WORK CONTROL OF WORK SPECIAL CONDITIONS GENERAL CONDITIONS TECHNICAL SPECIFICATIONS: 4 Section 150—Traffic Control 4 Section 639—Strain Poles for Overhead Sign and Signal Assemblies 4 Section 647—Traffic Signal Installation •IIS Section 682— Electrical Wire, Cable, and Conduit 4 Section 935— Fiber Optic Cabling& Components 4 Section 936—Closed Circuit Television (CCTV) 4Section 939— Definitions and Terms 4 Section 970— EVP-TSP System 4 Water System Project—Measurements & Payments 4 Water Distribution System (Section 14A) 4 Water Quality Monitoring Augusta, GA Engineering Department INVITATION TO BID ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 Invitation to Bid Sealed bids will be received at this office until Thursday,October 6,2016 @ 3:00 p.m.for furnishing: Bid Item#16-240 Intelligent Transportation System(ITS)Master Plan Implementation and Richmond County(RC) Emergency and Transit Vehicle Preempt System for Augusta Engineering Department Bids will be received by Augusta,GA Commission hereinafter referred to as the OWNER at the offices of: Geri A.Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 Bid documents may be examined at the office of the Augusta,GA Procurement Department,535 Telfair Street—Room 605,Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications which are non-refundable is$325.00. It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the Owner is providing the opportunity to view plans online(www.augustablue.com)at no charge through Augusta Blue Print(706 722-6488) beginning Thursday,August 25,2016. 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 acquisition 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. Pre Bid/Telephone Conference will be held on Tuesday,September 20,2016,@ 3:00 p.m. in the Procurement Department,535 Telfair Street,Room 605. If you choose to teleconference there is a$35.00 fee. Prior to the Telephone Conference Call on Tuesday, September 20,@ 3:00 p.m., make the$35.00 check payable"Augusta Georgia Commission"and mail to Geri A.Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@auaustaga.Rov to the office of the Procurement Department by Thursday,September 22,2016 @ 5:00 P.M. No bid will be accepted by fax,all must be received by mail or hand delivered. 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. A 10%Bid Bond is required to be submitted along with the bidders'qualifications;a 100%performance bond and a 100%payment bond will be required for award. Invitation for bids and specifications.An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed,the timing of the submission,the required financial data,and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta,Georgia Commission for approval by the Augusta,Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn: Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706-821-2811 or Email:procbidandcontract@augustaga.gov No bid will be accepted by fax,all must be received by mail or hand delivered. GERI A.SAMS,Procurement Director Publish: Augusta Chronicle August 25,September 1,8,15,2016 Metro Courier August 30,2016 Augusta, GA Engineering Department INSTRUCTIONS TO BIDDERS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.# 0011400 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 awarded, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Purchasing Department, 535 Telfair Street, Suite 605, Augusta, Georgia, 30901 and to be given consideration must be received at least ten working days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent to the Augusta, GA Procurement Director at least five working prior to the date fixed for the opening of bids. The Purchasing Director shall send by certified mail I B-1 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three working days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. IB-05 BASIS OF AWARD 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-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 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. In addition to aforementioned requirements, Section 102 — Bidding Requirements and Conditions shall also apply. 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-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Augusta, GA Engineering Department BIDDING REQUIREMENTS AND CONDITIONS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 102— BIDDING REQUIREMENTS AND CONDITIONS 102.01 Prequalification of Bidders Add to Sub-Section 102.01 as follows: 1. The Bidder will be considered non-responsive if the requirements noted in this Section are not met and satisfactorily demonstrated in their bid response. 2. All required certifications and materials requested in this Section shall be submitted at the time of the bid response. 3. General ITS and Traffic Construction -- the Contractor and/or its subcontractors shall be GDOT prequalified to perform ITS and Traffic Signal work. Per GDOT's Rules and Regulations Governing the Prequalification of Prospective Bidders, Chapter 672-5, the following minimum Work Classification Codes shall apply for this Project: A. Work Classification Code#615—Jacking or Boring Pipe B. Work Classification Code#647—Traffic Signal Installation C. Work Classification Code#935—Fiber Optic System D. Work Classification Code#940—ATMS The Contractor shall demonstrate the following minimum qualifications and experience requirements: • Minimum of five (5) years of similar project experience, qualified and trained personnel, and necessary and working equipment to furnish, install, integrate, test, manage (both project and subcontractors), and fully commission a project that includes the devices and subsystems as specified in the contract documents. • Minimum of three (3) completed project examples demonstrating similar experience for the project manager (construction superintendent) and key/lead staff that will actually be doing the work on this Project. Page 1 of 5 Provide written documentation of qualifications, certification(s) and similar experience for both company and proposed project manager and key/lead staff as part of the Bidder's proposal. This will be used to determine if the Contractor is qualified to perform this work. 4. Audio-video (AV)Management and Control System—the Contractor and/or its subcontractor(s) that will actually be performing the work shall demonstrate the following minimum qualifications and experience requirements: • One or more individuals with ultra HD audio-video control engineering/programming and installation credentials including Crestron control programming. • Proposed staff experience shall include installing, configuration, programming/integrating and testing Crestron control and HD / 2K / 4K AV switching and video wall processing platforms with small and medium sized video walls and integration with IP-based video and video management software such as Genetec Omnicast or Security Center 5.2/5.3. • Minimum of three (3) completed project examples demonstrating similar experience (within the last 4 years), type and size, for the lead and key staff that will actually be doing this work on this Project. Provide written documentation including qualifications, certification(s) and similar experience for both company and proposed lead and key staff shall be provided as part of the Bidder's proposal. This will be used to determine if the Contractor is qualified to perform this work. 5. Network Integration — the Contractor and/or its subcontractor(s) that will actually install, configure, program,train and test the network switches (field and facility) shall demonstrate the following minimum qualifications and experience requirements: • Provide written proof from the network switch manufacturer that the installation, configuration, programming, training and testing shall be performed by a company and personnel that are certified by the network switch manufacturer. • The company performing the network integration shall be a United States gold-level integrator/reseller as certified by the network switch manufacturer. • The company performing network integration shall have a data center solutions certification from the network switch manufacturer. • The installation and integration/configuration manager/lead staff shall be a Cisco Certified Network Associate(CCNA). Provide written documentation including qualifications, certification(s) and similar experience for both company and proposed integration/configuration manager/lead and key staff shall be provided as part of the Bidder's proposal. This will be used to determine if the Contractor is qualified to perform this work. 6. Electrical Services --the Contractor and/or its subcontractor(s) that will actually be performing this work shall demonstrate the following minimum qualifications and experience requirements: • Company is currently on the GDOT's list of approved electrical contractors or electrical subcontractors. Page 2 of 5 • Lead electrician that has an active Class II license issued by the Georgia State Construction Industry Licensing Board in the State of Georgia. Experience shall include, but not limited to, 120/240V electrical services, electrical panels, grounding/bonding, surge protection, and UPS power backup systems as specified herein. Provide written documentation including qualifications, license number, years of experience, and similar project experience as part of the Bidder's proposal. This will be used to determine if the Contractor is qualified to perform this work. 7. Video Management System (VMS) — the Contractor and/or its subcontractor that will actually be performing this work shall demonstrate the following minimum qualifications and experience requirements: • Strong experience working with video management software and integration of IP video streams with video walls and displays over Ethernet. • Proposed staff shall have strong working experience and knowledge with the following: o Familiarity with installing/uninstalling applications o Windows user accounts(local users, administrators, domain accounts) o SQL databases(MS SQL Express, Standard or Enterprise) o Storage(RAID, SAS) o IP addresses, subnets,ports,unicast and multicast,TCP vs.UDP, static IP vs. DHCP o Working with command line IP tools(e.g.ping,tracert,ipconfig) • Certified by VMS manufacturer for installing and setting-up their VMS system (hardware & software). • Strong working experience with Genetec Omnicast and/or Security Center 5.2/5.3. Provide written documentation including qualifications, certification(s) and similar experience for both company and proposed lead and key staff shall be provided as part of the Bidder's proposal. This will be used to determine if the Contractor is qualified to perform this work. 8. Network Management System (NMS) — the Contractor and/or its subcontractor that will actually be performing this work shall demonstrate the following minimum qualifications and experience requirements: • Provide written proof from the NMS manufacturer that the installation, configuration, programming, training and testing shall be performed by a company and/or personnel that are certified by the NMS manufacturer. • Experience shall include a minimum of two(2)equivalent installations in the past three(3)years. • Proposed NMS staff experience shall include installing, configuration, programming/integrating and testing NMS software and hardware including NMS application servers and SQL database servers. Page 3 of 5 Provide written documentation including qualifications, certification(s) and similar experience for both company and the proposed NMS integration lead as part of the Bidder's proposal. This will be used to determine if the Contractor is qualified to perform this work. 9. Cabling and Infrastructure — the Contractor and/or its subcontractor(s) that will actually be performing this work shall demonstrate the following minimum qualifications and experience requirements: • Minimum of one (1) experienced design/technician/technical staff that is BISCI Registered Communications Distribution Designer(RCDD)certified. • Proposed lead technical staff that will perform the facility work shall have a minimum of five(5) years of similar project experience with Cat-5e/6 copper infrastructure and components, AV cabling, crimpers, cable jacket strippers, terminations, connectorization, cable testing and certification,and equipment racks within buildings. • Proposed lead technical staff that will perform the fiber optic work shall have a minimum of five (5) years of similar outside plant (OSP) project experience being proficient with state-of-the-art fiber optic fusion splicers, OTDRs, optical power meters, and other fiber test diagnostic equipment and tools as required on this Project. The staff assigned to actually do the fusion splicing work and operation of the OTDR, optical power meter, etc. shall be certified by the equipment manufacturer as being training and proficient for use of the equipment. Provide written documentation including qualifications, certification(s) and similar experience for both company and proposed lead and key staff shall be provided as part of the Bidder's proposal. This will be used to determine if the Contractor is qualified to perform this work. 102.05 Examinations of Plans, Specifications, Special Provisions,and Site of the Work Delete Sub-Section 102.05 and substitute the following: 1. The Bidder is expected to examine the site of the proposed work, the Proposal, Plans, Specifications, Supplemental Specifications, Special Provisions, and Contract forms before submitting a Proposal. The submission of a Proposal shall be considered prima facie evidence that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the Work and as to the requirements of the Plans, Details, Specifications, Special Provisions, and all other Contract documentation. 2. It is the obligation of the Bidders to review all documents and make their own on-site interpretation of all field/site conditions and all job sites to determine and field verify design requirements, any obstacles that may be encountered, requirements of temporary environmental/traffic controls, associated quantities of materials required and/or needed to provide an accurate Proposal and to complete and provide a fully operational system. 3. Contractor is responsible for turn-key installation. Failure to complete an examination of the site of the proposed work and the design documents shall not result in any change order requests. 4. If an item is listed or described in these Materials Specifications and is not specifically shown on the Plans or Details,it shall be considered a part of the work and no additional compensation will be allowed. Likewise, if an item is shown on the Plans and/or Details and is not specifically listed or described in the Page 4 of 5 Materials Specifications, it shall be considered a part of the work and no additional compensation will be allowed. 5. Observation: If the Contractor observes—during preliminary examinations or subsequent work—existing violations of fire stopping, electrical wiring, grounding, or other safety- or code-related issues, the Contractor shall report these to the CITY in a timely manner. 6. Proposers shall base their proposal on materials complying with the Project Plans, Details and Special Provisions,and shall list all materials where the proposal form requires. Page 5 of 5 Augusta, GA Engineering Department GEORGIA PROMPT PAY ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121 / P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 GEORGIA PROMPT PAY ACT This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond Count, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, writings, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta Richmond County Commission-Council and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the project limits the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner (or his authorized agent) describing the estimated amount and type of material to be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to be wasted on the property, a copy of the owner's inert landfill permit, issued by the Environmental Protection Division shall be furnished to the Engineer prior to any such waste being removed from the project. In all cases, regardless of the material being wasted, a grading permit issued by Augusta Richmond County must be furnished to the Engineer. PPA-1 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Augusta, GA Engineering Department TIA SPECIAL CONDITIONS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 TIA SPECIAL PROVISIONS Projects funded 100%with special district transportation sales and use tax proceeds collected pursuant to the transportation investment act(TIA)of 2010 1. To terminate this contract without further obligation of the City to the extent that the obligations exceed the availability of such the Special District Transportation Sale and Use Tax proceeds for the project as designated by the City or the City may determine in its sole discretion that a suspension period should be instituted as set forth in specification "Temporary Suspension of Work". The City's certification as to the availability of the Special District Transportation Sale and Use Tax proceeds as designated by the City shall be conclusive. 2. Any payments shall be made to the Contractor after receipt of such transportation sales and use tax proceeds from GSFIC /GDOT by the City. The parties agree that the provisions of the Georgia Prompt Pay Act, O.C.G.A. § 13-11-1 et seq., do not control and that the Consultant/Contractor waives any and all rights it may have under said Act. 3. All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. 4. DBE, SMALL BUSINESS AND VETERAN OWNED BUSINESS On May 17, 2012, the GDOT, acting by and through its Board, passed a resolution in which it: (1) reaffirmed its commitment to Title VI of the 1964 Civil Rights Act of nondiscrimination in the delivery and management of Transportation Investment Act funded projects; and (2) encouraged the use of Disadvantaged Business Enterprises (DBE) (including minority and woman owned businesses), small businesses, and veteran owned businesses in any project that is funded in whole or in part by Transportation Investment Act funds, and encouraged wherever practical and feasible, the local government or governments that manage Transportation Investment Act funded projects to include the same in its delivery and management of a project. Reference to this resolution shall be included in all subcontracts entered in by the Contractor related to this Project. While there is no DBE, small businesses or veteran owned businesses goal required, the Contractor is required to provide the following information monthly to the GDOT regarding whether it utilized any DBE (as defined in forth in 49 CFR Part 26), small business (as defined in 13, CRR Part 121) or veteran owned, along with the following information: (1) TIA PROJECT SPECIAL PROVISIONS AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 1) The names and addresses of DBE firms, small businesses or veteran owned businesses committed to participate in the Contract; 2) A description of the work each DBE firm, small business or veteran owned business will perform; and 3) The dollar amount of the participation of each DBE firm, small business or veteran owned business participating. All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. 5. Temporary Suspension of Work The City has the authority to suspend The Work wholly or in part, for as long as the City may deem necessary, because of unsuitable weather, lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project, or other conditions considered unfavorable for continuing The Work, or for as long as he may deem necessary by reason of failure of the Contractor to carry out orders given, or to comply with any provisions of the Contract. No additional compensation will be paid the Consultant/Contractor because of suspension except as specifically set forth below. The Work shall be resumed when conditions are favorable or when corrective measures satisfactory to the City have been applied; when, and as ordered by the City in writing. The Consultant shall not stop The Work without authority. If The Work is stopped by the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project or any temporary or permanent injunction, court restraining order, process or judgment of any kind, directed to either of the parties hereto, then such period or delay will not be charged against the Contract Time nor shall the City be liable to the Consultant/Contractor on account of such delay or termination of work. SUSPENSION PERIOD FOR LACK OF SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS: If The Work is stopped and suspension period instituted by the City in writing as a result of the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project, such suspension shall last for a maximum of ninety (90) days. This Contract does not obligate the City to make any payment to the Consultant/Contractor for said Extra Work from any funds other than from available special district transportation sales and use tax proceeds as designated by the Department for the Project. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the City for the Project are available or anticipated to be available as determined in the sole discretion of the City, the Consultant/Contractor will be directed by the (2) TIA PROJECT SPECIAL PROVISIONS AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM City to either (1) continue The Work under the Contract or (2) agree to a new suspension period as determined by the City. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the Department for the Project are not available or anticipated to be not available as determined in the sole discretion of the City, this Contract shall be terminated upon notification by the City to the Consultant/Contractor. To the extent practically possible, the City will provide written notification to the Consultant/Contractor that The Work is going to be stopped either permanently or during a suspension period as the result of the lack of special district transportation sales and use tax proceeds three (3) months prior to the date of The Work stoppage. The City's certification as to the availability of the special district transportation sales and use tax proceeds as designated by the City for the Project shall be conclusive. The contract time will be extended to reflect the length of the suspension period and any resulting delays. No damages for delay or consequential damages will be recoverable as a result of any suspension period. ******************************************************************************** (3) TIA PROJECT SPECIAL PROVISIONS AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Augusta, GA Engineering Department ADDEN DU MS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 egvetarement.450,40~4 G '.O R G 7 Aaa AveC MAILED/FAXED TO: All Vendors Nancy Williams, Quality Assurance Analyst Able Ladson, Engineering Department FROM: Geri Sams Procurement Director t/f.iiihJ DATE: September 30,2016 SUBJ: New Bid Opening Date, Clarifications to the Specifications and Responses to Vendor's Questions BID ITEM: Bid Item#16-240 Intelligent Transportation System (ITS) Master Plan Implementation and Richmond County(RC) Emergency and Transit Vehicle Preempt System for Engineering Department NEW BID OPENING DATE: Thursday, October 13, 2016 @ 3:00 p.m. ADDENDUM 1 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above-named Bid Package. The changes and clarifications shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on Attachment B within the Specifications package. The Bid Opening Date for Bid Item#16-240 Intelligent Transportation System(ITS)Master Plan Implementation and Richmond County(RC) Emergency and Transit Vehicle Preempt System has been changed: From: Thursday, October 6, 2016 @ 3:00 p.m. To: Thursday, October 13, 2016 © 3:00 p.m. Clarifications to the Specifications: • Please a it�i the revised Proposal Forms to the Project Manual attached to this Addendum#1 and delete the forms previously released. Responses to Vendor's Question,: 1. Can the question period be extended? The complexities presented in this project include many different specialties and vendors. Dispersing the relevant information and formulating questions is quite time consuming. Unless the City is under a deadline to award, additional time would more than likely save the City money if those bidding are more comfortable with their grasp of the requirements. Answer: Please see new Bid Opening Date above and extension of the question period is not warranted at this time. Room 605- 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-2811 =$ Scan this OR code with your www.augustaga.gov +'L smartphone or camera equipped Register at www.demandstar.com/supplier for automatic bid notification • 'trI a o tablet to visit the Augusta,Georgia Addendum 1 Bid item#16-240 Intelligent Transportation System(ITS)Master Plan Implementation Page 1 of.4 2. What is the timeline for completion, specifically for the TMC/911/IT buildouts? Are these buildings currently under construction/renovation? Is there a date for their readiness? Answer: TMC space—Building housing TMC is under renovation and substantial completion is by May 4, 2017. 911 Center space—it is not under construction at this time. 3. Is the TMC/911 to be started at the beginning of the project and accepted at the end? Answer: There are no specific completion requirements related to the TMC and 911 Center, beyond the general limits of the construction time period. 4. Is the 30% payment for completion of system integration and final acceptance/system testing based on the specific system acceptance or when all phases or systems are completed? (AVG, Inc.) Answer: Final acceptance for each pay item can occur at different times. The 30% payment is based on pay item-specific system acceptance, when systems related to the pay item have successfully completed the pay item-specific testing requirements. 5. What is the expected use time of the various systems before acceptance to be sure warranties are transferred? Answer Per specifications, the warranty period begins upon successful completion of the final acceptance testing. 6. Are the TMC and 911 locations on raised computer flooring? If so, what is the elevated height above structural floor? Answer: 38.022 TMC Room 127 Plan Layout Plan Sheet: the following note is on the drawing: "Information contained on this drawing in regards to TMC equipment locations (i.e., room numbers, dimensions, etc.) was obtained from the architect at the time of this drawing. The ATMS Contractor shall be responsible to field review the TMC Building and space located at 425 Walker Street and coordinate with the City and the Architect to obtain final location, dimensions and space requirements to support ATMS construction and work." Coordination between this project and facility project took place during the design phase so that the facility contractor (by others) would pre-install equipment in under-floor raceways (not a raised floor) and locate wall outlets for both electrical and low voltage/communication cables, based on the ITS Master Plan drawings included in this project. As such, the work to be performed by the facility contractor (by others) Is noted as "existing" on the drawings. The selected Contractor shall coordinate with the City of Augusta and the Architect for details and final placement of equipment. 38-028 911 Center Dispatch Room Plan Layout Plan Sheet: the following note is on the drawing,and the drawing mentions the existing raised floor. "Contractor shall coordinate with the 911 Center for final placement equipment and routing of cables." 7. Who will handle the preempt routines for Rhythm intersections? Answer: For intersections operating with Rhythm control, the Contractor shall develop the preemption settings for intersections that receive an emergency vehicle preemption detector. The software programming of the preempt settings will be coordinated with the City of Augusta. The City will request that Rhythm program the preempt settings under their current contract with the City of Augusta. Testing shall be performed to demonstrate performance and operations prior to full system deployment. 8. How many signals are Rhythm adaptive timing controlled? Answer: The Rhythm traffic signals that will receive an emergency vehicle preemption detector are located at 14 locations on Washington Road, . between E. Vineland Addendum 1 Bid Item#16-244 Intelligent Transportation System(ITS)Master Plan Implementation Page 2 of 4 Road/Woodbine and Pleasant Home Road. The City is also currently installing Rhythm at other locations under other TIA projects. 9. What signal software will be used for non-Rhythm intersections, MaxTime or SEPAC? Answer: TACTICS. 10. Will the City supply dgn files for the consultant to complete as-built plans? Answer: The Microstation files will be available to the Contractor. 11.How detailed is the City's requirements for as-built drawings?(i.e. measurements/field verifications for every item) Answer: The as-built drawing information for the fiber infrastructure shall match the level of detail of the drawings submitted by the Contractor as part of Section 104.10.01.A.e. For device locations, including pull boxes, cabinets, CCTV, and preemption devices), the X-Y coordinates shall be provided in a manner that is useable for inclusion with the Richmond County GIS system. 12.Are final splicing diagrams required on as-built drawings? Answer: The final splicing diagrams shall be provided in a format similar to the requirements defined in Section 104.10.01.A.e. 13. Will the consultant be required to perform any other signal timing duties other than Emergency Vehicle Preemption and Transit Signal Priority? Answer: No. 14. Will the City supply Emergency Vehicle Preemption and Transit Priority routines for the consultant to input in the traffic signal controller? Answer: The Contractor shall provide the preempt settings for intersections that receive an emergency vehicle preemption detector. Information regarding the current Rhythm and SEPAC database settings will be provided to the Contractor during the project. The software programming of the preempt settings will be coordinated with Augusta Engineering Department, and the Contractor should be prepared to perform the data entry. 15. The contractor team is making modifications to many traffic signals. Will the City of Augusta remain responsible for the day to day maintenance and emergency response needs?The contractor would be responsible for maintenance of only the devices and systems being installed. Answer: When installation work is performed at an intersection, the Contractor shall be responsible for traffic signal operations and maintenance at the intersection for the period during construction activity for a period of 24 hours or until 5 PM the following business day, whichever is greater. This includes installation work performed inside the traffic signal cabinet. The Contractor will be responsible for the maintenance of the new devices until project completion and acceptance. At intersections where traffic signal cabinets are replaced, the Contractor shall be responsible for all traffic signal operations and maintenance at the intersection beginning on the day that the traffic signal cabinet replacement work begins and until 30 days after the traffic signal cabinet replacement work is completed. If problems occur at the intersections during the 30 days, then the City holds the right to reset the 30-day clock. The Contractor will be responsible for the maintenance of the new devices until project completion. 16. Will the City of Augusta be responsible for establishing and payment of any necessary power service and broadband internet service? Answer: Power Service: No new power services are required at the traffic signal cabinets. Broadband Service: The broadband Internet service as specified in the Special Provisions is to be established and set-up by the Contractor on behalf of the City. The Contractor shall coordinate with the City IT to establish and test this service. Monthly service costs shall be covered by the Contractor until the successful completion of the final acceptance testing. Addendum 1 Bid Item#16-240 Intelligent Transportation System(ITS)Master Plan Implementation Page 3 of 4 17. Please clarify the contractor responsibility in regards to the installation of vehicle-based equipment for the EVP-TSP system. It appears the contractor is only responsible for supplying the equipment with manufacturer support to be installed by others(others being the Fire Dept. &Public Transit Auth.). Answer: See Section 970.3. The Contractor is not responsible for the installation of equipment on Fire Department and Public Transit vehicles. 18. Is there any permitting required by the City of which the Contractor should be aware? Answer: The City has submitted the GDOT and railroad permits required for the project. 19. The current configuration for Genetec VMS Clients calls for(8)HDMI outputs each for a total of(24) total HDMI feeds in to the Creston system. Can you please define how many camera feeds, what resolution, and how many frames per second will stream simultaneously from each workstation? There is concern that having (8)simultaneous HD streams with the current configuration of workstations, may exceed the capability of the individual workstation. Answer It is the intent for any video stream on the network or combination of video streams to be displayed (HD resolution, 30 fps)on any one monitor or group of monitors within the video wall. Contractor should refer to DWG 38-021 TMC Overall System Schematic for details. Contractor may provide alternative video display client configuration as described in the Details and Special Provisions. 20.The current design for the video wall is for a 5x5 matrix using 55"monitors configured with (4) 2x2, (2) 2x1, (2) 1x2, and (1) 1x1 for a total wall dimension of 239"W x 134.5" H. Depending on how the City wants to use the display wall, this may limit the flexibility and result in pixel distortion and stretching when trying to display native video 16:9 formats. Would the City consider accepting an alternative wall matrix in a 6x6 format using 46" monitors which allows for native display formats across all sections of the wall. Total wall dimensions using the NEC X464UN-2 would be 241.8"W x 136.8"H and allows for more flexible layouts in quadrants or 1x2 formats. Answer: The design maintains the aspect ratio of the pixel canvas with no distortion, using the method described below. The 5x5 layout is in reality a 6x6 display matrix grouped as 2x2 Quadrants for each UHD wall processor output(9 total, per DWG 38-021) to the NEC X554UNS displays.The NEC displays are taking in the UHD signal and breaking that out in their internal daisy-chain addressing as 1920x1080p quadrants in the 2x2 groupings. With the 5x5 wall configuration, the internal monitor daisy-chaining is set just like it would be as a 6x6, except the displays for the bottom row and far right column of monitors are not used and/or provided. The internal daisy-chain settings of all the physical monitors are still addressed as if 2x2 groups, but the bottom row and right column do not physically exist. Since the processor maintains a Matrix switcher stage upstream of the windowing engine, the functionality is not limited. 21. What does the city intend to display on R1, R4, R8 and R9? Is the intent ever to feed one single feed to both monitors? Answer: See response to#2. 22. What is the current schedule for completion on the TMC building and when will the ATMS. contractor be able to install the Video Wall and cabling components? Answer: Building housing TMC is under renovation and substantial completion is by May 4, 2017. Please acknowledge addendum in your submittal END ADDENDUM ATTACHMENTS: REVISED PROPOSAL FORMS(4 PAGES) Addendum 1 Bid item#16-240 Intelligent Transportation System(ITS)Master Plan Implementation Page 4 of 4 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT#RC07-000137/P.I.#0011400 PROPOSAL DATE: GENTLEMEN: In compliance with your invitation for bids dated , 2016,the undersigned hereby proposed to furnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements, and appurtenances referred to herein as: ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT#RC07-000137/P.I.#0011400 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: DOLLARS ($ ) The undersigned hereby agrees that,upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the OWNER, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within 10 calendar days after the date of written notice to proceed, and that he will complete the work within 450 calendar days. The undersigned acknowledges receipt of the following addenda: Addendum Number: Addendum Date: Respectfully submitted: (Name of Firm) (Business Address) By: Title: P-1 Addendum 1 Bid Item#16-240-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 ITS MASTER PLAN IMPLEMENTATION ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 000-1000 FORCE ACCOUNT EA 1 $200,000.00 $200,000.00 ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 150-1000 TRAFFIC CONTROL* LUMP 1 639-2001 STEEL WIRE STRAND CABLE, 1/4 IN LF 5,265 TRAFFIC SIGNAL INSTALLATION NO. 1(352i 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.2{352i 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.3(352i 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.4{352i 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO,5{352i 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.6{352i 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.7{352i 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.8{332 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.9{332 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.10{332 647-1000 CABINET) LUMP 1 TRAFFIC SIGNAL INSTALLATION NO.11 {332 647-1000 CABINET) LUMP ' 1 TRAFFIC SIGNAL INSTALLATION NO.12{332 647-1000 CABINET} LUMP 1 647-2120 PULL BOX, PB-2 EA 41 647-2160 PULL BOX,PB-6 EA 54 647-2170 PULL BOX, PB-7 EA 69 682-6222 CONDUIT, NONMETAL,TP 2, 2 IN LF 2,225 P-2 Addendum 1 Bid Item#16-240-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 682-6232 CONDUIT,NONMETAL,TP 3, 1 1/2 IN LF 1,100 682-6233 CONDUIT, NONMETAL,TP 3,2 IN LF 55,275 682-6540 CONDUIT, FIBERGLASS,4 IN LF 530 682-9010 SERVICE POLE RISER--RIGID,2 IN LF 5,570 682-9028 ELECTRICAL COMMUNICATIONS BOX,TP 5 EA 4 682-9950 DIRECTIONAL BORE,3 IN LF 53,715 682-9950 DIRECTIONAL BORE,5 IN LF 370 OUTSIDE PLANT FIBER OPTIC CABLE,LOOSE 935-1117 TUBE,SINGLE MODE,96 FIBER LF 68,155 OUTSIDE PLANT FIBER OPTIC CABLE, DROP, 935-1512 SINGLE MODE, 12 FIBER LF 6,290 935-3102 FIBER OPTIC CLOSURE, UNDERGROUND,12 FIBER EA 21 935-3105 FIBER OPTIC CLOSURE, UNDERGROUND,48 FIBER EA 2 935-3107 FIBER OPTIC CLOSURE, UNDERGROUND,96 FIBER EA 3 FIBER OPTIC CLOSURE, UNDERGROUND, 144 935-3108 FIBER EA 2 935-3205 FIBER OPTIC CLOSURE,AERIAL(SEALED),48 FIBER EA 2 935-3207 FIBER OPTIC CLOSURE,AERIAL(SEALED),96 FIBER EA 2 FIBER OPTIC CLOSURE,FDC(WALL MOUNTED), 935-3502 12 FIBER EA 51 935-4010 FIBER OPTIC SPLICE, FUSION EA 1,434 935-5050 FIBER PATCH CABLES-FIELD EA 204 935-5060 FIBER OPTIC SNOWSHOE EA 42 936-1002 CCTV SYSTEM,TYPE C EA 60 939-2237 GBIC,TYPE D(MODIFIED) EA 238 P-3 Addendum 1 Bid Item#16-240-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 939-2240 GBIC,TYPE E(MODIFIED) EA 40 939-2300 FIELD SWITCH,TYPE A(MODIFIED) EA 35 939-7000 VIDEO MANAGEMENT SYSTEM LUMP 1 939-7010 IT BUILDING SUPPORT SYSTEMS LUMP 1 939-7020 TRAFFIC MANAGEMENT CENTER(TMC)SYSTEMS LUMP 1 939-7030 911 CENTER BIULDING SYSTEMS LUMP 1 939-8500 TRAINING LUMP 1 *NOTE-LUMP:SUBMIT ITEMIZED DETAIL OF LUMP SUM AT PRECONSTRUCTION MEETING. ITS TOTAL: RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT#RC07-000137/P.I.#0011400 RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 000-1000 FORCE ACCOUNT EA 1 $100,000.00 $100,000.00 ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT GPS PREEMPTION SYSTEM INTERSECTION 970-7010 ASSEMBLY(MODIFIED) EA 128 PREEMPTION TIMING AND TURN-ON SERVICE 970-7020 (MODIFIED) LUMP 1 GPS PREEMPTION VEHICLE ASSEMBLY KIT 970-7030 (MODIFIED) EA 58 970-7040 EVP-TSP FACILITY UPGRADES LUMP 1 939-2300 FIELD SWITCH,TYPE A(MODIFIED) EA 104 RCS TOTAL: ITS and RCS GRAND TOTAL: P-4 Addendum 1 Bid Item#16-240-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM r 'o ement.. 012,rtmetnt G E---0 R ` G 1 A P MAILED/FAXED TO: All Vendors Nancy Williams, Quality Assurance Analyst Able Ladson, Engineering Department FROM: Geri Sams Procurement Director r_ DATE: October 5, 2016 �o SUBJ: Clarifications to the Specifications BID ITEM: Bid Item#16-240 Intelligent Transportation System (ITS) Master Plan Implementation and Richmond County(RC) Emergency and Transit Vehicle Preempt System for Engineering Department BID OPENING DATE: Thursday, October 13, 2016 © 3:00 p.m. ADDENDUM 2 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above-named Bid Package. The changes and clarifications shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on Attachment B within the Specifications package. Clarifications to the Specifications: • Please add the revised Special Provision Section "647 Traffic Signal Installation"to the Project • Manual attached to this Addendum #2 and delete the section previously released. • Please add the revised drawings attached to this addendum #2 with previously released plans. Please acknowledge addendum in your submittal END ADDENDUM ATTACHMENTS: SECTION 847 TRAFFIC SIGNAL INSTALLATION(2 PAGES) REVISED DRAWINGS(7 PAGES) Room 605- 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-2811 0 $;0 Scan this OR code with your :•# smartphone or camera equipped www.augustaga.gm Register at www.demandstar.com/supplier for automatic bid notification o'tct a c tablet to visit the Augusta,Georgia Z Addendum 2 Bid Item#16-240 intelligent Transportation System(ITS)Master Plan implementation Page 1 of 1 October 4,2016 CITY OF AUGUSTA Engineering Division SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 647—TRAFFIC SIGNAL INSTALLATION 647.2 Materials For emergency vehicle preemption and transit signal priority equipment,see Section 970. Add Section 647.2 Materials as follows; 1. Where noted in the construction documents, traffic signal cabinets, provide materials that meet 332 or 352i requirements. For locations where a 352i cabinet is provided, cabinet shall be McCain 352i ATC Cabinet, or approved equivalent. The cabinet and controller shall be provided by the same vendor, and shall be equipped with Omni eX software.The material shall meet the following requirements: a. Model 2070EX controller b.Model 2212 CMU conflict monitor c. 120 VAC outputs d. Base mounted cabinet,with approximate dimensions 67"H X 24"W X 30"D e. Bare aluminum finish f. Corbin lock with no.2 key g.Two sets of keys(no.2 key and police panel key) h.Full-size cabinet doors(front and back) i. Manual advance push button cable 647.3.05(AA)Pull Boxes Add Sub-Section 647.3.05(AA)(6)as follows: In addition to the construction requirements specified herein and the Project Plans and Details,perform Pull Box construction according to Subsection 680.3.05(B)Constructing Pull and Junction Boxes. Page 1 of 2 Addendum 2 Bid Item#16-240 Intelligent Transportation System(ITS)Master Plan Implementation Add Sub-Section 647.3.05(AA)(6)(7)as follows: Install cable rack on wall of the PB-7 pull boxes for this Project to be used for storing slack fiber optic cable. Ensure that cable bend radius is not exceeded. Install cable racks directly to the wall or use the shortest standoff bracket possible. Include cable support arms with plastic or ceramic insulators with each rack. Manufacture all cable racks, cable support arms, and mounting/fastening hardware of hot-dipped galvanized steel. 647.4 Measurement 647.4.01 General Replace Sub-Section 647.4.01 (D)as follows: (D)Type PB-2,PB-6 and PB-7 Pull Boxes Item No.647-2120—PULL BOX,PB-2(EA) Item No.647-2160—PULL BOX,PB-6(EA) Item No.647-2170—PULL BOX,PB-7(EA) Will be measured in units of each and paid for at the contract price per each. The price bid shall include but not limited to pull box(by type,i.e.,PB-2,PB-6 and PB-7),gravel base and backfill,cable rack and mounting hardware(for PB-7 boxes) including stand-off bracket (short), ground rod with clamp (as required for PB-6 and 7 boxes) and any other incidental materials required for a complete pull box install. This price shall be full compensation for all labor,tools,materials,equipment and incidentals necessary to complete the work. 647.5 Payment 647.5.01 General Revise 7th sentence in Sub-Section 647.5.01 as follows: Type PB-2, PB-6 and PB-7 pull boxes will be paid by each fully installed and accepted for all pull box materials and work as specified in this Section. Page 2 of 2 Addendum 2 Bid Item#16-240 Intelligent Transportation System(ITS)Master Plan implementation Augusta, GA Engineering Department AGREEMENT ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 AGREEMENT THIS AGREEMENT, made on the day of , 2016 by and between the CITY OF AUGUSTA, party of the first part, hereinafter called the OWNER, party of the second part, hereinafter called the CONTRACTOR. WITNESSETH,that the Contractor and the Owner, for the considerations hereinafter names, agree as follows: ARTICLE I—SCOPE OF THE WORK: The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in Section 104 — Scope of Work and in the specifications for the project entitled: ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT#RC07-000137/P.I.#0011400 And in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions, and Technical Specifications, hereto attached, which are hereby made a part of this agreement. ARTICLE II—TIME OF COMPLETION—LIQUIDATED DAMAGES: The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be A-1 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM completed within 450 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. 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-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM (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 shall within 10 days, make such inspection and when he finds the work acceptable under the contract and the contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the owner within 15 days after the date of said final certificate. (b) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the contractor except those previously made and still unsettled. (d) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the contract, make payment of the balance due for that portion of the work fully completed and accepted. A-3 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM (e) Notwithstanding any provision of the General Conditions, there shall be no substitution of materials or change in means, methods,techniques, sequences or procedures of construction that are not determined to be equivalent to those indicated or required in the Contract Document, without an Amendment to the Contract. (f) Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A-4 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 4 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 "°"""'"` 't (Owner) .�»•"CH t%fq1� {; ar,,vie a-•Mswti ��'er so rp e. 0,-- ;,4•:-r r` r ,1^,:.' oar, A i ti A, By: 11 /1� avis,Jr., Mayor } as , Honorable Har • `. / 1 � 1iJ7/i2 2. ii %._ -. � � Attest to Cler of Commission 4 r'a d.,•$,,,, ::;4,...c.6�,YfiC4t47GkY.V. -4.ai4t::li Al b)YI 4 ili 4( 4 Witness CONTRACTOR: , 7/19V/x4t # f cC/ � - A O SS s'o, °oma By. .e - Q SEAL m m ,„( 0 y,.,C6 Title: (J' : /O /d-r- SEAL b/ '0 Address: Ig3 i1 &- 6Attest L ,iut'c) , Cz . Ltzo 9_,'_ e-7L Co-Vria,3 ecretary I' 1.1 441., Witness A-5 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Augusta, GA Engineering Department PROPOSAL ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 Augusta ATMS Menu of Cost Reduction Opportunities Scope Reduction Opportunities Comments 1.Remove Emergency Vehicle Find another funding source,else add back to project $86,Q00 Preemption at intersections at a later time if funding is identified south of Gordon Hwy(qty 19) 2.Remove EVP Preemption Actual cost may be substantially less than Contractor's $226,000 Timing&Turn-on Service bid;perform work with City staff(or others),else add back to project at a later time if funding is identified 3.Remove Traffic Signal Find another funding source,else add back to project $282,000 Cabinet Replacements(qty 12) at a later time if funding is identified 4.Remove all work on Wheeler Not essential for fiber system topology;wait to $317,000 Rd west of the 1-520 implement as part of a future project,else add back to interchange project at a later time if funding is identified S.Remove Emergency Vehicle Actual cost may be substantially less than Contractor's $281,000 Preemption GPS Vehicle Units bid;the equipment/hardware cost is essentially a (qty 58) pass-through cost,since the City/Transit staff will install the devices on vehicles;else find another funding source,or add back to project at a later time if funding is identified 8.As-Built Drawing Change Provide red-line as-built drawings,rather than $35,000 engineered(CAD)drawing changes;need to modify LS unit cost PI#0011392 PI#0011400 1 ,d1,,cc7 eZ/ . 3 /L ,?o/ ITS Master Plan Implementation Scope Reduction Pl#0011392 Pl#0011392 Scope Reduction Item# All work on Wheeker RD-West of 1-520 interchange $317,000.00 4 AS-build Drawings $35,000.00 8 Traffic Signal Cabinets $282,000.00 3 $634,000.00 TOTAL I Received Bid $4,834,300.00 Reduced Scope Bid $4,200,300.00 Scope Reduction $634,000.00 RC Emergency Vehicle Preempt Scope Reduction PI#0011400 PI#0011400 Scope Reduction Item# EVP at Intersections South of Gordon Hwy $86,000.00 1 EVP GPS Vehicle Units $281,000.00 5 EVP Timing&Turn-on Services $226,000.00 2 $593,000.00 TOTAL Received Bid $1,725,830.00 Reduced Scope Bid $1,132,830.00 Scope Reduction $593,000.00 IAwarded Bid Reduced Scoped Bid ITSMPI-Pl#0011392 $4,200,300.00 RCEVP-Pl#0011400 $1,132,830.00 TOTAL $5,333,130.00 inatto r-e,/,. 7- /--,j „ 7 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RCO7-000121/P.1.#0011392 ,ems*. AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT#RC07-000137/P.1.#0011400 PROPOSAL DATE: (d 112-1 l IP GENTLEMEN: ,,�, In compliance with your invitation for bids dated /3 2016,the undersigned hereby proposed to furnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements,and appurtenances referred to herein as: ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.l.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT#RC07-000137/P.I.#0011400 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: L� t r�ri J I t�w .�t,4, c1)664.44-& � W)(} J O'kt atio 4N {V DOLLARS ($ In)j(i)Col ISO.00 fj The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the OWNER, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within 10 calendar days after the date of written notice to proceed, and that he will complete the work within 450 calendar days. The undersigned acknowledges receipt of the following addenda: Addendum Number: Addendum Date: c1 13016 101501 Respectf Ily submittd: Z./lAytlie (Name of Firm) ,resf ?A . 1.Ak4.Gly1 GA .3`z (Susi ss) 04 iezoit„.._ Title: GAii-re Ti*Sbv' P-1 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 ITS. ASTER PLAN' LEENTATfOt11 ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 000-1000 FORCE ACCOUNT EA 1 $200,000.00 $200,000.00 ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 150-1000 TRAFFIC CONTROL* LUMP 1 233 5o0•co 233 SCC.au 639-2001 STEEL WIRE STRAND CABLE,1/4 IN LF 5,265 a7,a t, I I €83.0) TRAFFIC SIGNAL INSTALLATION NO.1{3521 647-1000 CABINET} LUMP 1 • a l y a k4S.co a(, a45.0) TRAFFIC SIGNAL INSTALLATION NO.2{352i ' 647-1000 CABINET} LUMP 1 21o,2 4 •'-) 9(Pi a y5.00 TRAFFIC SIGNAL INSTALLATION NO.3{3521 647-1000 CABINET) LUMP 1 a(, 2y5.Liz, 9{,/,.)Lt S:c--7, TRAFFIC SIGNAL INSTALLATION NO.4{352i 647-1000 CABINET) LUMP 1 )1,, (16.tC' o7(vj0 it 6L4 TRAFFIC SIGNAL INSTALLATION NO.5{3521 647-1000 CABINET} LUMP 1 at/ags a aY34 TRAFFIC SIGNAL INSTALLATION NO.6{352i 647-1000 CABINET} LUMP 1 .2L Dye 5.co 94bo2(16•to TRAFFIC SIGNAL INSTALLATION NO.7{352i 647-1000 CABINET} LUMP 1 ?V,6101 4) )(,� / a L5.1,0 TRAFFIC SIGNAL INSTALLATION NO.8{332 647-1000 CABINET) LUMP 1 I (j7SU' I',&75:co TRAFFIC SIGNAL INSTALLATION NO.9{332 647-1000 CABINET) LUMP 1 19 4 75-4ta 1 S OSI) TRAFFIC SIGNAL INSTALLATION NO. 10{332 647-1000 CABINET) LUMP 1 I q (1"/ co /9 6?5.c{) TRAFFIC SIGNAL INSTALLATION NO.11{332 647-1000 `CABINET} LUMP ' 1 19 & 7S.vu 14i &) S.0o TRAFFIC SIGNAL INSTALLATION NO.12{332 647-1000 CABINET) LUMP 1 Ig(05..1D 1ti11�71w 647-2120 PULL BOX,PB-2 EA 41 b fO.0?) .7G(pip t,{) 647-2160 PULL BOX,PB-6 EA 54 /975-11) j p, ,go. VP 647-2170 PULL BOX,PB-7 EA 69 _ ' 125'CIV /Vie CraS•a) 682-6222 CONDUIT, NONMETAL,TP 2,2 IN LF 2,225 /3*" 3DB aL+O•04 P-2 Addendum 1 Bid Item#16-240-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.1.41 0011392 I_TEM NO. DESCRIPTION wag= .QTY PRO: AMOUNT. 682-6232 CONDUIT,NONMETAL,TP 3,11/2 IN LF 1,100 if(A) q faj©,Co 682-6233 CONDUIT,NONMETAL,TP 3,2 IN LF 55,275 9.UJ AN7 t f1§-.pD 682-6540 CONDUIT,FIBERGLASS,4 IN IF 530 3t/5'.0 o j 8a S500:9 682-9010 SERVICE POLE RISER-RIGID,2 IN IF 5,570 5-00 1W, 53o.00 682-9028 ELECTRICAL COMMUNICATIONS BOX,TP 5 EA 4 /0 7 a5.i 0 lid 96 clo 682-9950 DIRECTIONAL BORE,3 IN LF 53,715 Z.00 101 f X15.d0 682-9950 DIRECTIONAL BORE,5 IN LF 370 'll';.6•17 .31(16•Uv OUTSIDE PLANT FIBER OPTIC CABLE,LOOSE 935-1117 TUBE,SINGLE MODE,96 FIBER LF 68,155 02 bb /31_p 3/p ab OUTSIDE PLANT FIBER OPTIC CABLE,DROP, 935.1512 SINGLE MODE, 12 FIBER LF 6,290 cs9.) )� S8-0.0.7 935-3102 FIBER OPTIC CLOSURE,UNDERGROUND,12 FIBER EA 21 //a lye o?34 5 935-3105 FIBER OPTIC CLOSURE, UNDERGROUND,48 FIBER EA 2 1d/250 755o.(. 935-3107 FIBER OPTIC CLOSURE, UNDERGROUND,96 FIBER EA 3 1595.a) ifl5, FIBER OPTIC CLOSURE, UNDERGROUND,144 935-3108 FIBER EA 2• l6-?5a) OW.LD 935-3205 ; FIBER OPTIC CLOSURE,AERIAL(SEALED),48 FIBER EA 2 /9.754t QSSa.6a 935-3207 FIBER OPTIC CLOSURE,AERIAL(SEALED),96 FIBER EA 2 112 ,41D 3 ya'a.c0 FIBER OPTIC CLOSURE,FDC(WALL MOUNTED), 935-3502 12 FIBER EA 51 11754t 3 'farou 935-4010 FIBER OPTIC SPLICE,FUSION EA 1,434 145'111) irtii $3QLb 935-5050 FIBER PATCH CABLES-FIELD EA 204 93.1' 10 90.4) 935-5060 FIBER OPTIC SNOWSHOE EA 42 a aSw- 9Y .4z 936-1002 CCTV SYSTEM,TYPE C EA 60 ' cj iO.Ot 31 (049..a.) 939-2237 GBIC,TYPE D(MODIFIED) EA 238 3 .t'b 171397).C-0 P-3 Addendum 1 Bid Item#16-240-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM ITS MASTER PLAN IMPLEMENTATION TIA PROJECT#RC07-000121/P.I.#0011392 ITEM NO... DE$CRIIPTItN. UNITS QTY PRICE, AMOUNT 939-2240 GBIC,TYPE E(MODIFIED) EA 40 00 0.00 o2a ga it)J 939-2300 FIELD SWITCH,TYPE A(MODIFIED) EA 35 Si &•uo )5O 25D-06 939-7000 VIDEO MANAGEMENT SYSTEM LUMP 1 J-a 0,(45.LA 149 5 6.6s.ob 939-7010 IT BUILDING SUPPORT SYSTEMS LUMP 1 , S(o0,850•a) 3(,Di .6o 939-7020 TRAFFIC MANAGEMENT CENTER(TMC)SYSTEMS LUMP 1 WS IIS ( (095 it 5•12) 939-7030 911 CENTER BIULDING SYSTEMS LUMP 1 rJ ft,5,40.0D '8,S9 0.00 • 939-8500 TRAINING LUMP 1 .50/000•40 .3o,Dm DD *NOTE—LUMP:SUBMIT ITEMIZED DETAIL OF LUMP SUM AT PRECONSTRUCTION MEETING. ITS TOTAL: 4� , { ab RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT#RC07-000137/P.I.#0011400 1C EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT 000-1000 FORCE ACCOUNT EA 1 $100,000.00 $100,000.00 ITEM NO. DESCRIPTION UNITS QTY PRICE AMOUNT GPS PREEMPTION SYSTEM INTERSECTION 970-7010 ASSEMBLY(MODIFIED) EA 128 4Sla•U° 5t1 PREEMPTION TIMING AND TURN-ON SERVICE 970-7020 (MODIFIED) LUMP 1 5 ')50.0 (9"A5/15o 00 GPS PREEMPTION VEHICLE ASSEMBLY KIT 970-7030 (MODIFIED) EA 58 8 SQ•L L) t1?jc .00 970-7040 EVP-TSP FACILITY UPGRADES LUMP 1 Aad; �p DD ?P 9,20.(50 939-2300 FIELD SWITCH,TYPE A(MODIFIED) EA 104 �ct SD.Co Sly $OD.OD RCS TOTAL: II 7a5 S'33•Ob ITS and RCS GRAND TOTAL: ; LIoi 13c),ce P-4 Addendum 1 Bid Item 1116-240-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Augusta, GA Engineering Department CONTRACTOR'S DOCUMENTS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 a GWOR G I A Abchment B You Corrrplete and ketutu the 2 p;4ca,,s of Attechtmut B wing Your ,irbmittal, Document Must b.. Nnterirr ci Augusta,Georgia Augusta Procurement Department ATTN:Procurement Director 535 Telfair Street, Suite 605 Augusta,Georgia 30901 Name of Proponent .Z. Nati VL4-4. d SSOCA.u; .5� Street Address: 1'551 k`-,r'Pf,1- -Pet rk 1f y City,State,Zip Code: Lo. (tz Q. (& . 3t—to p • Phone:4a4-at)1-O(o1 Fax: - ads-q`i 60/ Email: �lrtt� t c.r„.� _ctio.` Do You Have A Business License? Yes: ✓ No: Augusta,GA Business License S for your Company(Must Provide): And/or Your State/Local Business License S for your Company(Must Provide): 2o I(pit 5'16 Utility Contractors License I(Mu Pprovide if applicable):OC.3011q'1 MUST BE 1.1sTEL>ON FRONT OF ENVE1 OPE- General Contractor License S(Must Provide if apilcable): Additional Specialty License*(Must Provide if milkable): 1211100CA 56 � E\ecri col Cist*O it ' E.P4i .1 NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (Slate or Local)does not require a business license,please state above(Procurement will verify),your company wS be required to obtain a Richmond County business license if awarded a RFP. For further information regarding Augusta,GA license requirements.Please contact the License and inspection Department.706 3124050, List the State.City&County that issued urdoer : Clorir[1) 1,1116 C ) Acknowledgement of Addenda:RILL':(#2 ( , E � (�) :Ml) :(#8) NQICK APPROPRIATE BOX{ )- ADD7ffUNAL NUMBERS AS APi'I.tCAHL4 Statement of NondNacriminaticn T�� understands derstands that It is the policy of Auguste,Georgia to promote full end equal business opportunity for eR persons doing ess with Augur,Georgia. The undersigned covenants that we have not discriminated,on the basis draw.reeggion,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 msudmum practicable businesses on the proposal or contract awarded by Augusta, PPc7 of local seat and fully the required formsmal. The undersigned further covenants that we have completed truthfully The undersignedg good faith efforts and local small business subcontractor/supplier utflhhiaaton. further covenants and agrees not to engage in discriminatory conduct deny type against local small businesses. Inc n with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the prThe undersigned wi h the authority to bind the entity. action to provide ecompanieswitih�t►e and maximum tpraaticaisie opportunities has been made aware of understands and agrees to take affirmative That this promise of non-discrimination as made and set herein shall be with this Company; effect without continuing in nature and shall remain In full force end Thati the p�� promises of non-disarlmirwtion as made and set forth herein shall be and are hereby deemed to be made es 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 nondlsodminatian as made and sat forth herein shall constitute a material breach of contract entitling Augusta, Georgie to declare the contract in default end to exercise any end 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. Hon-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of is (a)The prices in the proposal have been arrived at Independentlycommunications,dand belief restricting competition,as to any mater relatingto such otherveudior consultation,nen,competitor. or agreement,for the purpose of prices with any vendor or with any competitor. (b)Unless otherwise required try law,the prices which have been quoted In the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made,by the vendor to Induce any other person,partnership or corporation to submit or not to submit a proposai for the purpose of restricting competition. Collusions and fraud In proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. and 16-240 ITS Master Plan Implementation and RC Emergency and Transit Vehicle Preempt System Old Due:Thursday,October 6,2016 er 3:00 p.m. Page 5 of 15 ConfrLct of interest 41111/ By submission of a proposal,the responding finn 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 RFP,and 2. That no employee of the County,nor any member thereof, not any public agency or ofcial affected by this RFP, has any pecuniary Interest in the business of the responding firm or his sub-consultanf(s)has any interest that would conflict in any manner or degree with the performance related to this RFP. By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose Un sul competition,es to any matter relating to such prices with any other vendor or with any competitor. (b) required by law,the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor. c)No attempt has been made,or wit be made,by the vendor to induce any other person.partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any related contract or agreement without Debility and at its discretion to deduct from the price,or otherwise recover,the full amount of such fee,commission,percentage.gift,payment or consideration. Contras to,Affidavit and Aer emne By executing this affidavit, the undersigned contractor verifies Its compliance with 0.C.G.A. § 13-10.91, stating affirmatively that the I ,wank or corporation which Is contracting with Augusta.Georgia Board of Commissioners has registered with and is pertclpatng in afederal * r Homeland program- [any of the electronic verification of work authorization programs operated by the United Slates Department of to Security or any equivalent federal work authorazatkm program operated by the United States Depalment of Homeland.in Security once with theme of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986 CIRCA),P.L that,should ft applicability provisions and deadlines established In O.C.GA§13-10-01. The undersigned further agrees contract with Augusta, Georgia Board of Commissioners, secure from with any subcontractor(s)In connection With such subcontraaphysical doror(s)similar verification of ccoof services pursuant thmppWen with 0.C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300.10-01-.08 ora substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta,Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-Verlfy'User ldentlflcst on Number(Company I.D.)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: ..._ a.; � .1!.t rc. andlor m,...:11,W CO'•C,h ' K.??, t», •' "E-Verify*User identification Number(Company I.D.) 4361 '7 NOTE,: E•VERIFY USER IDENDIFICATRhN NUMBER(COMPANY 1.D.)MUST SE PROMED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WILL.BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTAPIDIN i(MOU) The undersigned further agrees to submit a notarized copy of.Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. .-A.• I ! 4-A S5 , . .y . CO r Nam: c': Authorized Offi.n Age t `*�,, t i r i i r��ii (Contractor Signature) ,.‘�'�G�C W. Bur ��i �l/1� e57 �, co .e.$ 4P„,\ gjp`4P,i2.,.1, Title Authorized Officer or Agent of Contractor ` =`� AH y° FN r J5K0121:61 ,Elrailet7— Printed Name of Authorized Officer or Agent �,.��;tioFe 'a � 9 '�coti S , :SCRIB D AND SWO- B , •RE M• ON T. • THE 1? AY OF p� k2 rT, 1 �0 � _ .v_i_ (1, I !!d/., A..P. .. ,/ 0 NOTARY SEAL otery -u. is My Commission Expiresfte.yr j re ICA i 12 O I g J Ypt l w_t co ;heti the fiCo ,z, th. 2 ;oaf of At,..!yin n1 C v'ith Ynttr St Submittal.p t-unh}rr�,h A4irGi fr.1 Ngtati t-c" Rev.2/17/2016 i Bid 16-240!t5 Master Plan Implementatiun and RC Emergency and Transit Vehicle Preempt System Rid Due:Thursdcy,October 6,2016 rg 3:00 p.m. Page 6 of It Local Small Business Goal The Local Small Business Opportunity Program provides for Local Small Business goals to be set on all applicable Augusta, Georgia procurements over$100,000 in value.' The Local Small Business goal for this procurement is: 4 All bidders or proposers shall submit the following with their bid or proposal as required by Augusta, GA Code § 1-10-129:2 1. Non-Discrimination Statement: As required by the Procurement document 3 2. Proposed Local Small Business Subcontractor/Supplier Utilization Plan. 3. Documentation of Good Faith Efforts to use local small businesses. 4. Local Small Business Utilization document. failure to submit the above documentation shall result in the bid or proposal being declared non-responsive. 1 Even when a solicitation does not contain a Local Small Business goal (or the goal is set at zero), each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. Self-performance does not exempt Bidders from Local Small Business Opportunity Program requirements unless the self-performer is a qualified and registered Local Small Business. All of the requirements of the Local Small Business Opportunity Program can be found in Augusta,GA Code,Chapter l OB. 2 Applicable forms are available on Augusta Georgia's Disadvantaged Business Enterprise website: • 3 Only one Non-Discrimination statement is required"See Attachment B". Bid 16-240 ITS Master Plan Implementation and RC Emergency and Transit Vehicle Preempt System Bid Due;Thursday,October 6,2016 Iia 3:00 p.m. Page 9 of 15 PROJECT LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANTISUBCONTRACTOR/SUPPLIER TO: (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity (check one): individual Corporation Limited Liability Company(LLC) Partnership Joint Venture B. The Local Small Business Opportunity Program(LSBOP)status of the undersigned is confirmed as follows: By attachment of a current Certificate of Certification issued by the Department of Transportation By attachment of a current letter issued by the Disadvantaged Business Enterprise Office C. The undersigned is prepared to perform the following work in connection with the above project D. The undersigned states that they will be performing %of the total project. E. The undersigned will sublet and/or award %of this subcontract to non-Local Small Business Opportunity Program contractors and/or suppliers. The undersigned will enter into a formal agreement for the above described work with the Proposer cited above conditioned upon the execution of a contract for the project cited herein between the Proposer and Augusta- Richmond County. Date: (LSBOP Contractor Firm Name) By: (Signature of Authorized Representative) Bid 16.240 ITS Master Plan Implementation and RC Emergency and Transit Vehicle Preempt System Bid Due:Thursday,October 6,2016 el 3:00 p.m. Page 13 of 15 A. LOCAL SMALL BUSINESS UTILIZATION The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): The bidder/offeror is committed to a minimum of %LSBOP utilization on this contract. The bidder/offeror if unable to meet the LSBOP goal of U/ % will submit documentation demonstrating good faith efforts. Name of bidder/offeror's firm: R t L +Assnoithscreic.. By /0/7L 4 /04"rt7- (Print Name) //,e ot 0‘ 10.04,....2 10 4. A/if/4 - (Signature) (Date) Bid 16-240 ITS Master Plan Implementation and lit Emergency and Transit Vehicle Preempt System Bid Due:Thursday,October 6,2016 @ 3:00 p.m. Page 14 of 15 to / 4"ice a- 11 -g: ift Ma. 8' '' 41. 11 17---A i ill- ; g = , (-2. ; 0 j. ,. a a , fid i' � GIS ? Jr 111V 0 3 P.. t * - g94 sFil 431. 57, AK 1 .1. % 14. ' H •(N‘ c •~ -s C •" 'Q a r s ° NI6 i Q Qjr.• N �t aN 3 • ,A, 1 ♦ D ti. rt 4, r. g 5,,,.. g '''d _ . ,.. „:, t 0 R cr f-, rr� ra g ^R O i i a F QST P • .� m s1 0. TS r A r ° - . r (b ^ w 4 F ,,.. RI .g., i i 8 a. : 478 N. i• - El W d F fC n 3 2 x E r .4te rt ' h V 1 S 3 1 an _ � 3 n I • R 1^ a 1 I i ii r M . O m _.1_� -�, • i %, - f 3' a 0 a. A w a Er �. ii" Q y a7 tf a. r E, 31 s 1 . ro 2 M N , k g .i aci. g # 1 L V". 0.I � N ,.., . m 6- • - ,,„i 4::, '; i;• mgt 1:ci 'r`4 _r A d. 4 a c 9 a Russell R.McMurry,P.E.,Commissioner �` N g l4 GEORGIA DEPARTMENT OF TItANSPORTATION fI 1��j_'r,fit Georgia Center,600 West Peachtree Street,NW !_ Georgia 30306 a;.;- lmv: ..;. Telephone:(404)6311000 err est° November 23,2015 CERTIFICATE OF QUALIFICATION Vendor ID:2HA970 R.J.Haynie&Associates,Inc. P.O.Box 1767 Forest,Park,GA 30298 In accordance with The Rules and Regulations governing the Prequalification of Prospective Bidders, the Georgia Department of Transportation has assigned the following Rating, This Certificate of Qualification is effective on the date of issue and cancels and supersedes any Certificates previously issued: MAXIMUM CAPACITY RATING $65,500,000 CERTIFICATE EXPIRES November 30,2017 The total amount of incomplete work, regardless of its location and with whom it is contracted, whether in progress or awarded but not yet begun,shall not exceed the Maximum Capacity,Rating. If dissatisfied with the Rating,we direct you to the Appeals Procedures in§672-5-.08(1)&(2)and§672-1-.05,Rules of the State Department of Transportation. In order to be continuously eligible to bid with this Department, your next application for prequalification must be submitted before the expiration date. If you desire to submit an application some intermediate period before the expiration date,your Rating will be reviewed on the basis of the new application. This Prequalification Certificate is issued for contractors to be eligible for work with the Georgia Department of Transportation (GDOT)only. GDOT does not certify contractors as eligible to do business with entities other than GDOT. Sin ly, ff Baker,P.E. Chairman Prequalification Committee/Contractors JB:MLF FORM 413-S REVISED 11/2007 STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION CERTIFICATION OF SUBCONTRACTOR'S CURRENT CAPACITY Submitted itted by the Undersigned with and as a part of REQUEST FOR APPROVAL OF SUBCONTRACT Date: 10112414, Project Number. Location: Prime Contractor CERTIFICATION OF SUBCONTRACTOR we, .ZT 46c 4. }SSS o c,Lia . P nra soraoam eon) hereby certify that the amount of the proposed subcontract for which approval is requested in connection with the above noted Project does not exceed the anoint of our CURRENT CAPACITY. The following is a true and correct computation of such CURRENT CAPACITY. MY CURRENT CAPACITY RATING IS $_145.C241:00.00 Deduct the Total Uncompleted Work as shown on the attached'Status of Contracts on Hand'report. $ a d Ss'. ov MY CURRENT CAPACITY IS $ '-I yJSS!v,4141% ov The attached report of'Status of Contracts on Hand'includes at Contracts which have been awarded to us up b and'miming the date of this Certificate. Sworn to.apd subscdb me this y-fC., day of Pi PDher , 11 �. 14a r 7r44r . (4914' �'` � NAME OF FIRM &ear). BY: atrt cOe. I �/ / M' ,frt( CI, TITLE: C0 fl+tCk C* Ad int NOTARY PUBLIC My Commission Expires; ,..8`°4PNCE 11 s .a �,. :40 SION DATE = oma ...- ,_ a .,,,e ��,-. G i; O 12 GIA vols to tql(..9nrrou It;;n3 fierurn v•ittr Yew Siiirtrrtiimt. Goccrment! ! boli=r izrd Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section 50-36-1,I am stating the following with respect to myid for an Augusta, Ge rgia contract for !Co- 20 .1-TV 60Si- (f V�'1t�iCM�2 ' i Kiddy . Tr-arca, Ve i'4ij8IIThP tNumberr PtuJeciName) raar,rion ® Ve+2. print/type:Name tinctured person applying onbabeloeindlviduol,business,Corporation,partnerrbfp,or other private entity) R. T ,(i 4- oc s . (P •Name nfwutes corporation,ambers*,or other privote entity) 1.) 1. "---------1 am a citizen of the United States. OR 2.) d am a legal permanent resident 18 years of age or older. OR 3.) i am an otherwise qualified alien(8§USC 1641)or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully a false,fictitious,or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Geo Signa Applicant rte., 1 /,,reaWii. Printed Name *Alien Registration Number for Non-Citizens t �ti tttitII•", S i; CRIBED AND SWORN BEFO E ME • THIS T ..g DAY OF E W. B i, �fi /d° . /,`.� L , r O;uo 01ARr 0, 1 Notary Public -o; <'"j`� i My Commission Expires:�I./taGe m�e f- ,-,NJ r 1-,.• s- .• O `- �� NOTARY S tt`a• :*...- °°�i y COUN '�•`� Nott 7H!{ f OR!, MUS1 LE COMPLETED AND RETURNED 111711 YOU uisMrrt t Rtv.2/17/2016 Bid 16-240 ITS Master Plan ImpJomentation and RC Emergency and Transit Vehicle Preempt System Bid Due:Thursday,October 6,2016 @ 3:00 p.m. Page 7 of 15 r , u �—i - ns--rac— C E' O R CIA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with R. J'. Nlii•Jir S ASSec;,,y4pn 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 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. 99-6031, in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 22g530 E-Verify*User Identification Number CA Lie CA s4- :(AIC . Company Name ? C. � BY: Auth rized Officer or Agent (Contractor Signature) Pitesi besJ4- Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify*User Identification Number on or after July R.L e&¢ C . WA fi 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.dot.state.ga.us/adf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httus://e-verifV.uscis.gov/enroll/ aa► . ,20� i t1lilitl DAY OF ' ♦��� G S t�'.AT1i Notary Public 4 w :a`t'J ipTAgy et d My Commission Expires: / :a —- G I Cr:: 4.#•/70,6.0.66.°14:14.,0\‘‘ Note: The successful vendor will submit the above forms to theU*gjtaient Department no later than five (5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). REV.7/22/2011 Bid 816.240 Intelligent Transportation System(ITS)Master Plan Implementation&Richmond County(RC)Emergency&Transit Vehicle Preempt System Page 2of3 G E ' O R G I A in accordance with the Laws of Georgia,the following affidavit is required by all vendors t NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Re teal- e. LAJA I I 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 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 civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. AffianLfurIhr st tes th tp�1r uant to O.C.G.A. Section 36-91-21 (d)and(e), A Irl t eai$4. _We . has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only,or if furnished to any other bidder,that the material shall be at a higher price. Signature of Authorized Company Representative PPesrle Title Sworn to and subscribed before me th' day of20 — fh-sLf Notary Signature Notary Public: ' ego, tom {Print NaO1l111111f1 i ``%��C #��� County: T:;CTMC0 �1 �`•`Q+r. av-.�9 1. �.115��th Ntt 42,` '`'.. Commission Expires: A /BL,\G Note: The successful vendor will submit the above form ti Viid i»ent Department no later than five(5)days after receiving the "Letter of Recomme'hajf n"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid 016.240 Intelligent Transportation System(ITS)Master Plan Implementation&Richmond County(RC)Emergency&Transit Vehicle Preempt System Page 3 013 G E U R OF A 7 STATE OF GEORGIA-COUNTY OF RICHMOND B1D/RFP/RFQ# 16-240 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 performance of services under a contract with 360 Network Solutions 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 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), Pl. 99-603), In accordance with the applicability provisions and deadlines established in 0,C. a A 13-10-91. 856893 E-Verify*User Identification Number Atlenfledia Services,LLC Company "7 BY: Authorized Officer or Agent ` Contactor Signature) Owner Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an Nicholas V Snider E-Verlfy llsor kbartificatfon Number on or after July 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia SUBSCRIBED AND SWORN BEFORE ME ON THIS THE hilmll ver fv u ato.00vienro rules/3tt0 10 1.1 haps:J/e-verilv,usrts.alovlen�►hi( DAY OF t 3 i�rtn��rr�i,r 20th `", ORYA1 ��i�i te N0a ___ T My Commission Expires : * # .° , - ,, ARG _,. /2 t NOT ,` , �,e.0,4,‘ , welt Note; The successful vendor will submit the above forms to the Procureme ` Iepartanent no later than five(5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). REV.7/22/2011 Bid i 1644(1 diligent Tallow/Ant System(ITS)mer Plan motion 6 Richmond County(RC)Entorpncy a Transit Vehicle Pms pt System Pago2 3 GEORU i A In accordance with the Laws of Georgia,the following affidavit is required by at vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, Nicholas V Snider 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 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 civil damages awards. I agree to abide by ail 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 0.C.0 A.Section 36-9121 (d)and(e), Atlanta Media Services,LLC has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever,nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further-eCates that the said offer of Atlanta Media Services,LLC Is bona fide, and that no one has gone to anr supplier end attempted to get such person or company to furnish the materials to the bidder only{or if fumishe i t array other bidder.that the material shall be at a higher price. _ //& Signature of Authorized Company Representative Owner Tilt® S , . = _ c ribed before me this day of R61 t..ti .9 ,2012 • Notary SIy store +�,�.ostgRYq��!,��� ssi'v Notary Public: ( ( 1� (1st- (Pint Name) moo'opsg9 � County: co b 6 "`rt,p% _ :014E* p Commission Expires: 0/7,Y/7 i 7 NOTARY SEAL C UNN;z,» rrQ,O�•` ,1i our(`r�' Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2031 Bid 11&210 InieSBpent Transportation Sym(ITS)Mester Min Implementation&Richmond County tact Emergency s Transit Vehicle Preempt pt Sys em Page 3 of 3 4OROIA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# ttc,ri 40 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation wthich is engaged in the physical performance of services under a contract with R.S.Akq 3 • on behalf of Augusta Richmond County Board of Commissioners has register 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. E--+Verify*User Identification Number UiLVcxt Gk4Roctwf‘ cStt.� GES l..l.l�_ Company Name BY: Authorized Officer or Agent (Contractor Signature) ciLyit p4./1T Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify'User Identification Number on or after July tAAA L..—1}ism/ 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.doi.state.cia.us/odffruies/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https://e verifv.uscis.aov/enroll ,NN111111/,1 4D• OF _• 20 1`j •# 3. CAq 1,6 N6cy Pu• 7► .O T,vgy y• My Comm-sion Expires: =n AtisOCI taj5(a1at-1 NO tip: i4, 0UN7`t,00 Note: The successful vendor will submit the above forms to the P nt Department no later than five(5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rtv.7/22/2011 Bid d16-240 Intelligent Transportation System(ITS)Master Plan implementation&Richmond County(RC)Emergency&Transit Vehicle Preempt System Page 2 of 3 4OG1A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, �`(i�RA l-- (pi 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 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 civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affant further states that p uant to O.C.G.A.Section 36-91-21 (d)and(e), e6\61:n ( D 101100 & i►CAta, 1..42_ has not, by itself or with others, directly or ini```rectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of (A (prliskt tat4:on bo,t,.04 bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only)or if furnished to any other bidder,that the material s all be at a higher price. 1C//4.e _ Signature of Authorized Company Representative A)QrtitilsCAT Title Swo t•C s '•..• before me this t dayC� -e,x,e, �� of b ,20__‘71 otary Si - 00111110/01 g'r Notary Public: !slay O '. +abon (Print FRA 1, County; bii. 14#4 t.Commission Expires: 1d S n /1030° ^'0 1a0C-) NOT Et+6'clAc• s Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid#16-240 Intelligent Transportation System(ITS)Master Plan Implementation&Richmond County(RC)Emergency&Transit Vehicle Preempt System Page 3 of 3 1 C E , O R (3 I A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# /iv-2't SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies Its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with IZS j ct y rn;e.. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating In a federal work authorization program' fany 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 Stales 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 0. C.G.A 13-10-91. E-Verify''User identification Number Rho 4k4A/0 Sulu >tfseH.s Company Name B : Authorized or Agent (Contractor S nature) Title of Authorized Officer or Agent of Contractor Georgia Law mouton your company to have an (/ � !i c_ -c j��, Tjr— 'tdaE-vselfrUearEtt tQr,Numver on ora r.tultr 2000. Printed Name of Authorized Officer or Agent For additional information: State of Georgia htto://www.riastale.aa.usiodUrujearMt(ff i fan% SUBSCRIBED AND SWORN BEFORE ME ON THIS THE lace://e-verify uscis.aov/enroW \.` \e, CO i DAY OFthilit .20,J,1 ''� Qf�o,. .•T iraft - - _ - Notary bite O i '0c�81.. 00 0 40 My C71711 U 1: Iq NOTARY SEAL. ��i� ^iTY, t��� � ‘N` itrilitt‘t Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). RE%1/22/2011 Bid t18*2401Melligent Transportation System(ITS)Muter Phan Nnphe entathon&Richmond County(RC)Sweeney&Transit Vehicle Preempt System Page 2 o13 G E O ii G I A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, i/V,'di'ct+vu 4-1 Sia i�A,p certify that this bid or proposal is made without prior understandig, 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 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 civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), GO. Q#c r& (U `e ws has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever,nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of 3(,r) 4t ,..ou,r k S I {.i'o„ s bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only,or if furnished to any other bidder,that the material shall be at a higher price. S tune of Authorized Company Representative itr11- Title worn : a me this C St day of i L Y{u 9 ,2p1 `01,1rrrr Notary Signature *��G�EI c j`• e �4`@P� •�il��I Notary Public: t t t 1, t (t aojA. q� e (Print Name) .�.(�_ ...._ 4 NT County: C "./ O; itte Commission Expires: l Vi 7)I 1 NOTARY SEAL '•,h�'O'• Y.G •` Ofh lotto' Nate: The successful vendor will submit the above forams to the Procurement Department no later than five(6)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/W1I BM#1&240 tntehigart Transportation System(ITS)Master Phan Implementation&Richmond County IRC)Emergency S Transit Vehicle Preempt System Pape 3 of 3 G O ft U t o In accordance with the laws of Georgia,the blowing affidavit is required by at vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Mike Dycus undersfarxting,agroement ar connection with certify that this bid or proposal is made without prior work, labor Servet to be done or the any corporation,firm or person submittinga bid for the same respects fair and without collusion or fraud.1 understand colluss ive or biddequipment to be on of state and If in all law and can result In fines,prison sentences and�damages awards.11 gg is ea to violation ofall and conditions of this bid or and certify that I am authorized to sign this bid oragree to abide by all of AMant further states that proposal for the bidder, pursuant to O.QGA.Section 36-01-21(d)and(e), NetPla et S stems Inc. indirectly, prevented or attempted to prevent competitionhas not, b Itselfbiddingr proposals by any ya or whatsoever.Agent flintier states that(s)he has not prevented�o enduch red or means a bid or offer on the project by any means whatever,nor hes Affiant awor to another withdraw^ hid or offer for the work. AflIent further states that the said offer of NetPlanner s stems, Inc.h bone fide. and that no one has gone to supplier and attempted to get such person or cora only,or any other bidder,that the material shall be al aP�ghy o r pmish the materiels to the bidder if . higher price. Signature of l.,,a7.. .. . Company tentative V.P. Tide Sworn to and altscribed before me this (`?t lday of deb _ 20!„p. --�--T-- Notary• 4 Notary Public: fig �_._(print Name) County V u • Commission Expires: IL,c.l tela, � vMlsslo'r4:1:9 A.�r c� 00 the siacessf.:;vchdCr�-fti submit the ebnt& rr DEC yN than rla'r(b) clays attar receiving the Letter ! bn$it*fide rcob@le018)0 nr r�e tmprrl nc taternov.7 e date farms are to be received). f7" etrd8t'c litter will ferret+ ,,), •Ry Pveto... Irl/l!lt1111111� Bid iti$440 tnhdligan Tngspottehon aysrul Rip hinter Prnn wielowNNkn a Richmond County tic)Entotpnr<y&Trans kihhiclePrompt eysi e Papa3or3 0 5• U R 0 1 A STATE OF GEORGIA-COUNTY OF RICHMOND t31D/RFP/Rip# 16-240 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.GA 13- O-9stating affirmatively that the Individual firm, or corporation which Is performance of services under a contract wit360 Network Solutions,aLLLC in the physicalf Ain a dguatal wRichmond County Board of Commissioners has registered with and is on behalf of authorization program (any of the electronic veslfloa bn of work author participating programs operated by the United States Department of Homeland Security or federal work authorization program operatedsof Homeland Security to verify information of newly hiredemployees, by United States Departmentimmtiof Reform and Control Act of 1986 ((RCA), P.L 99-803], in � pursuant the immigration pr iand deadlines established in O.C.G.A 13-10-91. applicability P and 48892 3/5/2008 Ikon Number NctPlanncr S stem Inc. or Agent BY: (Contractor Signature) V.P. Title of Authorised O f car or Agent of Contractor Georgia Law requires ysur Mike Dycus weer kiartNkattorr companon or w Jafter uly Printed Name of Authorized Officer or Agent 1, , Por additional information: State of Georgia llttQ:LLt�uw dol state a germs �••. q, f SUBSCRIBED AND SWORN BEFORE ME ON THIS THE MIffiL..4%ffitiAfffflaalithInoW 4 DAY M��• ```�p��,,uurrgrrr� y Erre' . �,�.� -aIiTH OAR ��''.. Ndi' 8fJ1L S + C''cn� :.4DEC : ?vete: The srfccesstc. varndo will dtlbm t the thin"torr>a Ae 1ti Al3r thea five(5)day alter ref bluing the "letter of ntecor» # b rumen'tt nod We: Rev.rheMa date terms are to b received). %JcdMrter.«irencte rritu PV�`���� sun{-l0/MOW rrwsporptf,n epee ors)Name Pin Imaemanf rbn a Rknaand county ow)Emergency I{Dash Vehlsk preop{S1r.t m Pais 2et8 V� Ap,: p,.`tee. di/b IP 3 p j) Avtulaff.-54 +-17----94-9---- -e.r...--9----. G E O R G I A STATE OF GEORGIA-COUNTY OF RICHMOND BIDIRFP/RFQ# 16 -24 0 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with 360 Heft/ark SCIf,lwns)LLCon 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 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. 810406-3 E-Verify*User Identification Number GTS LLG Company Name a tgY: Authorized Offi or Agent (Contractor Signature) Title of Authorized Officer orfl�Agent �off Contractor Georgia Law requires your company to have aur J u,i t a h V'1 a d , Bot 1 r 1 1, er Identification Number on or after July 009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia htto;//www,doLstatepa.us/odf/ruhes/300 1Q 1 pt f SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httosJfe-verifv.uscis.gov/enroll/ Isi- DAY OF *its 20 �jl � ��4�� , L.EANNE PEARLSTE1N Public ` _.__._._ I Notary Public 1 00/6 taw*? ,w9 rq., 1 I State of South Carolina i y Commission Expires: 4 My Commission Expires Jun 8,2026 o V/6 e; 202(0° NOTARY Note, Po irf v .. `•,r Pt w wilt •r ivr 'I rf x :-,.'. .r t rr :`P,: , weele-;t techs t'74elir ilC lt3 . :1,1ti /fv i't .as: i„Yti: rt Cr ii,l",t ,1.I ,'t i .`i':.. F,: e ,' (tip a cbrs l'tI*r i rifte'3 tt f ..1,-tc, i t: , f1 ?Fr per'crt i•.!. 'f t C £ Rev.7/22/2011 Bid#16-240 intelligent Transportation System(ITS)Master Plan implementation&Richmond County(RC)Emergency&Transit Vehicle Preempt System Page 2 of 3 GEORGIA in accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR i, ,1ul jnr n ci 1 BOOtb certify that this bid or proposal is made without understanding, agreement or connection with anycorporation, prior work, labor or service to be done or the supplies, aterials or e or person ent to submitting sed and d for the same s in all respects fair and without collusion or fraud. i u derstand collusive bidding is athv violation of state andr federal law and can result in fines,prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sIgn this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), CTS has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever,nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of (QTS Sr7lt.L 1twY1S LLC- is bona fide, and that no one has gone to any supplier and attempted to get such person or cornniany to furnish the materials to the bidder only,or if furnished to any other bidder,that the material shall be at a higher price. nature of Authorized(bm.panyP Representative nu-ruivt, / PA tionivra, Title r-Svim to and subscribed irre me this ` day of V-T.- -Zr o Signature ... ewe Notary Public: \ 5 \ — intJame) _ County: t—�. L r`•. Jtart'pub NAZE,1. age o/south Caro \ caroms Commission Expires: 'Kc `PAX NOTARY SEAL E> September 24,2018 SIM Nott: a1, #.e( i t 411.1_,, ,asr <!i I z : ,,f tri°i*:rrr C'@�>RrXdt'f'ri4 int? Mai' 'ha/I /Kt 5,+af c fit,t !£ fi`k'Pk ifixf P e,'or r .I'7 ".,C;r �,f v�7JrJd s irrqu t will c1c'no'r ihr. c1 tc >'- rr toter.:c►E_„ Rev.7/22120U Bid MS 240 Intelligent Transportation System(ITS)Master Plan Implementation&Richmond County(RC)Emergency&Trans&Vehicle Preempt System Page 3of3 EVen ..,„... ...> .a ,,,,tly Company ID Number. 43674 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS)and the R. J. Haynie&Associates, Inc.(Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9).This Memorandum of Understanding(MOU)explains certain features of the E-Verify program and describes specific responsibilities of the Employer,the Social Security Administration(SSA),and DHS. Authority for the E-Verify program is found in Title IV,Subtitle A,of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996(IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended(8 U.S.C. § 1324a note).The Federal Acquisition Regulation(FAR)Subpart 22.18,"Employment Eligibility Verifications and Executive Order 12989,as amended, provide authority for Federal contractors and subcontractors(Federal contractor)to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONStBlLiTIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names,titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives'contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly` • f'm 4,4. Company ID Number. 43674 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: a. If an employee presents a"List B"identity document,the Employer agrees to only accept"List B"documents that contain a photo.(List B documents identified in 8 C.F.R. §274a.2(bx1XB))can be presented during the Form 1-9 process to establish identity.)If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document),or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The Employer will use the photocopy to verify the photo and to assist DHS with Its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note:Subject only to the exceptions noted previously in this paragraph,employees still retain the right to present any List A,or List B and List C.document(s)to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that,although it participates in E-Verify,the Employer has a responsibility to complete,retain,and make available for inspection Forms 1-9 that relate to its employees,or from other requirements of applicable regulations or laws,including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA:(1)List B identity documents must have photos, as described in paragraph 6 above;(2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A)of the Immigration and Nationality Act(INA)with respect to the hiring of that employee; (3)If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between$550 and$1,100 for each failure to notify DHS of continued employment following a final nonconfirmation;(4) If the Employer continues to employ an employee after receiving a final nonconfirmation,then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOO for Employers I Revision Date 06/01/13 E-VerUyJ,�K�v �%ro Company ID Number: 43674 employed an unauthorized alien in violation of section 274A(ax1XA);and(5)no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits,to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired(after both Sections 1 and 2 of Form 1-9 have been completed),and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith,to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants,in support of any unlawful employment practice,or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article 11.8 of this MOU. 12. The Employer agrees to follow appropriate procedures(see Article III below)regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. Further,when employees contest a tentative nonconfirmation based upon a photo mismatch,the Employer must take additional steps (see Article IIl.B. below)to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R.§274a.1(I))that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization,a tentative nonconfirmation,a case in continuance (indicating the need for additional time for the government to resolve a case),or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 • ,...,,r„, - eri . E . ‘. / Company ID Number. 43674 (including denying, reducing,or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment,or otherwise assuming that he or she is unauthorized to work)until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218(customer service)or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring,firing, employment eligibility verification,or recruitment or referral practices because of his or her national origin or citizenship status,or by committing discriminatory documentary practices.The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign"or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties,back pay awards,and other sanctions,and violations of Title VII could subject the Employer to back pay awards,compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515(TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU.The Employer agrees that it will safeguard this information, and means of access to it(such as PINS and passwords),to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU,except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Vefifv( dhs.aov. Please use"Privacy Incident—Password"in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act(5 U.S.C. §552a(i)(1)and(3))and the Social Security Act(42 U.S.C. 1306(a)).Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify,which includes permitting DHS, SSA,their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VeriFy Company ID Number. 43674 reasonable notice,to review Forms 1-9 and other employment records and to interview It and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved,federally-certified,or federally-recognized,or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division,without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS(see M-795(Web2)and,other than pursuant to the specific terms of such license,may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by,endorsed by, licensed by,or affiliated with DHS, USCIS,or E-Verify. 22. The Employer understands that If It uses E-Verify procedures for any purpose other than as authorized by this MOU,the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU,the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract"(as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer,the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and,within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract.Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor,the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VeriFy py Company ID Number. 43674 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract,within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award,the Employer must,within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States,whether or not assigned to the contract.Such verification of new hires must be initiated within three business days after the date of hire.An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c. Federal contractors that are institutions of higher education(as defined at 20 U.S.C. 1001(a)), state or local governments,governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract.Such Federal contractors may,however, elect to verify all new hires,and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract.After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: I. That Form 1-9 is complete(including the SSN)and complies with Article II.A.6, ii. The employee's work authorization has not expired, and The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed(including, but not limited to,a lawful permanent resident alien having become a naturalized U.S.citizen). f. The Employer shall complete a new Form 1-9 consistent with Article 11.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 1 1 EVerUy . Company ID Number: 43674 Article II.C.5,but reflects documentation(such as a U.S. passport or Form 1-551)that expired after completing Form 1-9,the Employer shall not require the production of additional documentation,or use the photo screening tool described in Article II.A.5,subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract,and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information,as Is appropriate by law,to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act(5 U.S.C. §552a), the Social Security Act(42 U.S.C. 1306(a)),and SSA regulations(20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems,or has a policy question,the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct,to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means,and Page 7 of 17 E-Verify MDU for Employers I Revision Date 06/01/13 E-VeriFy . ,,,..• ..- • Company ID Number: 43674 b. Photo verification checks(when available)on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names,titles, addresses,and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice,which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC), Civil Rights Division, U.S. Department of Justice. 6. OHS agrees to issue each of the Employer's E-Verify users a unique user Identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides,and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify,or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility,to enforce the INA and Federal criminal laws,and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides(in conjunction with SSA verification procedures)confirmation or tentative nonconfirmatlon of employees'employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification(including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees'employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, OHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND OHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify j Page 8 of 17 E-Verify MOU for Employers i Revision Date 08/01/13 i i E-Verify e -Asee Company ID Number. 43674 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding,and not take adverse action against employees If they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation,the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors,and find out whether the employee contests the tentative nonconfirmation.The Employer will transmit the Social Security number,or any other corrected employee information that SSA requests,to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database(the Numident)or other written verification of the SSN from the SSA. B.REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must promptly notify employees in private of the finding and provide them with the notice and tetter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VerUy Company ID Number: 43674 employee to contact DHS through its toll-free hotline(as found on the referral letter)within eight Federal Government work days. 5. If the Employer finds a photo mismatch,the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations,generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch,the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document,or b. Sending a photocopy of the document by express mail(furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch,the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries.To access E-Verify, q ,an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 J KLti=E EVenly Company ID Number: 43674 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU,and thereby the Employer's participation in E-Verify,with or without notice at any time if deemed necessary because of the requirements of law or policy,or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer,or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor,termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly,the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases,the Federal contractor must provide written notice to DHS. If an Employer that Is a Federal contractor fails to provide such notice,then that Employer will remain an E-Verify participant,will remain bound by the terms of this MOU that apply to non-Federal contractor participants,and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses,financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s),and SSA and OHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS,SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended,or should be construed,to create any right or benefit,substantive or procedural,enforceable at law by any third party against the United States, its agencies,officers,or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign,directly or indirectly,whether by operation of law, change of control or merger,all or any part of its rights or obligations under this MOU without the prior written consent of DHS,which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense,assign, or transfer any of the rights,duties,or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU,whether civil or criminal, and for any liability wherefrom, including(but not limited to)any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d)of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenlyM1 Company ID Number. 43674 Congressional oversight, E-Verify publicity and media inquiries,determinations of compliance with Federal contractual requirements,and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors,its employees,or its representatives to:(1)prosecution for false statements pursuant to 18 U.S.C. 1001 and/or, (2)immediate termination of Its MOU and/or,(3)possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page.If you have any questions,contact E Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOO for Employers i Revision Date 06/01/13 E-V erg Company ID Number. 43674 Approved by: mpioyer R.J.Haynie&Associates,Inc. ame(Please Type or Print) Title ignature Date Electronically Signed 05102/2007 partment of Homeland Security—Verification Division ame(Please Type or Print) ltle ust,IS Verification Division Ignature to Electronicafy Signed e5/02/2007 Page 13 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 E-VeriFy ,--,-,„ ,,i4..„.. , N„,, ., Company ID Number: 43674 Information Required for the E-Verify Program nformation relating to your Company: R.J.Haynie&Associates,Inc. •mpany Name 1651 Forest Parkway Lake City,GA 30260 •mpany Facility Address •mpany Alternate Address ounty or Parish CLAYTON mployer Identification Number 581342248 orth American Industry !ossification Systems Code 238 ^arent Company umber of Employees 20 to 99 umber of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 i �.tl Sfti E-VerUy Company q Number 43674 Are you verifying for more than'I site?if yes,please provide the number of sites verified for in each State: GEORGIA 1 site(s) Page 15 of 17 E-Verify MOU for Employers f Revision Date 06101/13 EVenly ap. ..„,..,..t, m.; Company Ip Number. 43674 information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Jean A Campbell Phone Number (404)361-0672 Fax Number (404)366-9750 Email Address jeancegrjhaynie.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 0 E-VeriFy „ Company D Wombat: 43674 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers Revision Date 06/01/13 WNW 1„-' „AIA Document A312" - 2010 Performance Bond Bond No.PB02335500456 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) ADDITIONS AND DELETIONS: R.J.Haynie and Associates,Inc. The author of this document has 1551 Forest Parkway Philadelphia Indemnity Insurance Company added information needed for its Lake City,GA 30260 One Bala Plaza,Suite 100 completion.The author may also Bala Cynwyd,PA 19004 have revised the text of the original OWNER: AIA standard form.An Additions and (Name, legal status and address) Deletions Report that notes added Augusta,Georgia information as well as revisions to the 535 Telfair Street,Room 605 standard form text is available from Augusta,GA 30901 the author and should be reviewed.A CONSTRUCTION CONTRACT vertical line in the left margin of this Date. document indicates where the author- Am( uthorAmt : $5,333,130.00 has added necessary information Des iption: and where the author has added to or ame and location) deleted from the original AIA text. ITS Master Plan Implementation TIA Project#RC07-000121/P.I.#0011392 and RC Emergency This document has important legal and Transit Vehicle Preempt System TIA Project#RC07-000137/P.I.#0011400 consequences.Consultation with an BOND attorney is encouraged with respect Date: (Not earlier than Construction Contract Date) to its completion or modification. loom $5,333,130.00 Any singular reference to Contractor, ,. • icat.ions to this Bond: x None See Section 16 Surety,Owner or other party shall be considered plural where applicable. \�JbO3i. TOR AS PRINCIPAL SURETY -'� ••: : (Corporate Seal) Company: (Corporate Seal) tJJ �a J.H ., d •: oa•s,I Philadelphia Indemnity Insurance Company d�3 'C) cr /,t. bO � ' '` .�6� • Signature: %�� 0 V e P• )140th 1.471:"- Name and S.L iatt, •ttomey-in-Fact Q-Sb (1 10 O. _ l Title: y additional signatures appear on the last page of this Performance Bond) (FOR INFORMATION ONLY -Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect Engineer or other party:) Sterling Risk Advisors 2500 Cumberland Pkwy.,Ste.400 Atlanta,GA 30339 (678)424-6500 Inst. AIA Document A3121M—2010 Performance Bond.The American Institute ofArchitects.All rights reserved.WARNING:This Ale Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlA' Document,or any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. § 1 The Contractor and Surety,jointly and severally, bind themselves,their heirs,executors,administrators, successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. § 2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. § 3 If there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner.Contractor and Surety to discuss the Contractor's performance.If the Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice, request such a conference.If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice. If the Owner,the Contractor and the Surety agree,the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default,terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § 5 When the Owner has satisfied the conditions of Section 3,the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract; § 5.2 Undertake to perform and complete the Construction Contract itself,through its agents or independent contractors; § 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Caistruction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default or § 5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner;or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. § 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness,the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner.If the Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce any remedy available to the Owner. Inst. AIA Document A312 IP"—2010 Performance Bond.The American Institute of Architects.All rights reservd. WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale'Document,or any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. 2 § 71f the Surety elects to act under Section 5.1.5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price_the Surety is obligated,without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-performance of the Contractor. § 8 If the Surety elects to act under Section 5.1,5.3 or 5.4,the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors,administrators,successors and assigns, § 10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations, § 11 Any proceeding,legal or equitable,under this Bond may he instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price.The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract, § 14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. MR. AIA Document A3121"—2010 Performance Bond.The American Institute ofArchitects.All rights reserved.WARNING:This AleDocument is protected by U.B.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. 3 § 15 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 16 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: Inst. AIA Document A312'M—2010 Performance Bond.The American Institute ofArchitects.All rights reserved.WARNING:This AIA'Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA' Document,or my portion of It,may result In 4 severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. 1 - - AIA Document A312TM - 2010 Payment Bond Bond No.PB02335500456 CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) ADDITIONS AND DELETIONS: R.J.Haynie and Associates,Inc. The author of this document has 1551 Forest Parkway Philadelphia Indemnity Insurance Company added information needed for its Lake City,GA 30260 One Bala Plaza,Suite 100 completion.The author may also Bala Cynwyd,PA 19004 OWNER: have revised the text of the original (Name, legal status and address) AIA standard form.An Additions and Deletions Report that nates added Augusta,Georgia information as well as revisions to the 535 Telfair Street, Room 605 standard form text is available from Augusta,GA 30901 the author and should be reviewed.A CONSTRUCTION CONTRACT vertical line in the left margin of this Date: document Indicates where the author Amount:$ 5,333,130.00 has added necessary information Description, and where the author has added to or (Name and location) deleted from the original AIA text. ITS Master Plan Implementation TIA Project#RC07-000121 /P.I.#0011392 and RC Emergency and Transit Vehicle Preempt System TIA Project#RC07-000137/P.I.# This document has important legal consequences.Consultation with an BOND attorney is encouraged with respect Date: (Not earlier than Construction Contract Date) to its completion or modficalion. Amount: $5,333,130.00 Any singular reference to Contractor, Modifications to this Bond: X None See Section 18 Surety,Owner or other party shall be considered plural where applicable. CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) R.J.Haynie and: socia"-s,Inc. Philadelphia Indemnity Insurance Company Signature: 45,,t);474-- Signature: • .its mit 1y� Name and yt)%4!1 Name and S.Lynn >gh tti,A',rney-in-Fact Title: � Title: (Any addition signatures appear on the last page of this Payment Bond) (FOR INFORMATION O LY Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect Engineer or other party:) Sterling Risk Advisors 2500 Cumberland Pkwy.,Ste.400 Atlanta,GA 30339 (678)424-6500 Init. AMA Document A312,"—2010 Payment Bond.The American institute o&Architects.Ail rights reserved.WARNING:This AIA`a'Document is protected by U.B.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA'Docaanera,or any portion of It,may resutt in 1 severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. § 1 The Contractor and Surety,jointly and severally, bind themselves,their heirs,executors,administrators, successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference, subject to the following terms. § 2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnifies and holds harmless the Owner from claims, demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13)of claims;demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3,the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants,who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor,stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was, furnished or supplied or for whom the labor was done or performed,within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety(at the address described in Section 13). § 5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). § 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed;and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement.If,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attorney's fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond.By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. Init. AIA Document A312,"—2010 Payment Bond.The American Institute of Architects.All rights reserved.WARNUSG:This AIA` Document is protected by U.B.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any portion of ft,may result in 2 severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. § 10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant undo this Bond,and shall have under this Bond no obligation to make payments to_or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(1)on which the Claimant sent a Claim to the Surety pursuant.to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of(1)or(2)first occurs.If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished.the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond,the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor,materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract .6 the total amount earned by the Claimant for labor,materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor.materials or equipment furnished as of the date of the Claim. § 16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor,materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has righttully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water,gas,power,light,heat,oil,gasoline, telephone service or rental equipment used in the Construction Contract,architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor,materials or equipment were furnished. § 16.3 Construction Contract.The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Init AIA Document A3121"—2010 Payment Bond.The American Institute ofArchitects.All rights reserved.WARNPIC:This AIAx'Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document,or any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. 3 § 16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page,) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address: Address: Inst. ANA Document A3121"—2010 Payment Bond.The American Institute of Architects.AM rights reserved.WARNING:This AIA` Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AlAe Document,or any portion of It,may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. 4 1855 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Brian Perry,Carl R.Wise,Douglas L.Rieder,Frank Anderson Philips,John H.Earl,Margaret S.Meyers,Richard W.Naylor,S.Lynn Sghiatti&Wesley Hamilton,Jr.of Sterling Risk Adviso rt its true and lawful Attorney- in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby,in an amount not to exceed$50,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th of November,2016. RESOLVED: That the Board of Directors hereby authorizes the the President or any Vice President of the Company:(1)Appoint Attomey(s)in Fact and authorize the Attomey(s)in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14'1'DAY OF NOVEMBER,2016. 1927 (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14'"day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. commomvEN.TN Qr PENNMYMNU NotorlM Seel Noel Seward,/Wiry POI* tow*nen two.,Montpanly*NAV etv Canrowbn EVIrts 1110.142.11 �^ ` oao a N.win...a uw.vx+a eat+w:1 Y w t-!^ 0-1-3 o,-t- Notary Public: residing at: Bala Cynwyd,PA (Notary Seal) My commission expires: January 8,2018 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14`'day of November,2016 are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of ,20 . .1927 -) Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY e A . = Document A310r" - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address.) (Name, legal status and principal place R.J.Haynie and Associates,Inc. of business) ADDI11ONt3 AND DELETIONS: 1551 Forest Parkway Philadelphia Indemnity Insurance Company The author of this document has Lake City,GA 30260 One Bala Plaza,Suite 100 added information needed for its OWNER: Bala Cynwyd,PA 19004 completion.The author may also have revised the text of the original (Name, legal status and address) AIA standard form.An Additions and Augusta Procurement Department Deletions Report that ndes added 535 Telfair Street,Room 605 information aswetl as revisions tothe Augusta,GA 30901 standard form text is available from BOND AMOUNT:$Ten Percent of Bid Amount-----(10%) the author end should be reviewed.A vertical line In the left margin of this PROJECT: document indicates where the author (Name, location oraddresa and Project number,ifany) has added necessary Information Bid Item#16-240 Intelligent Transportation System(ITS)Master Plan and where the author has added to or Implementation and Richmond County(RC)Emergency and Transit Vehicle deleted from the original AIA text. Preempt System for Augusta Engineering Department This document has important legal The Contractor and Surety are bound to the Owner in the amount set forth above, for the otorney ccs.urege Motion reswdhpect an attorney is encouraged with rasped payment of which the Contractor and Surety bind themselves,their heirs,executors, to its completion a modTicalion. administrator,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within Any singular reference to Contractor, the time specified in the bid documents,or within such time period as may be agreed to by Steely,Owner or ether patty shall be the Owner and Contractor,and the Contractor either(1)enters into a contract with the considered plural where applicable. Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding a Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond, between the amount specified in mid bid and such larger amount for which the Owner 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. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)dap. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirem ent in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Init. AIA Document A310IM-2010.Copyright 1r�1963,1970 and 2010 by The American Institute of Architects.AU rights reserved WARNINC:'this Me Document Is protected by U.B.Copyright Law anti international Treaties.Unauthorized reproduction or distdbution of this Ale Document,or any portion of it, may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible entkrthe law. Signed and sealed this 6th day of October , 2016 ' b31 440% oa U .Haynie and Associates,Inc. } (Contrltora� ipipal) "SoRi) %Li_LOJx_i44. ;,..to. •, (Witness) Philadelphia Indemnity Insurance Company O �) � (Seal) f' 141(este€ 91- itness) (Title) S. Sghtatt, Attorney-in-Fact tnit NA Document A310""—2010.Copyright 01863,1970 and 2010 by The American Institute DIA/chilies.All rights resented.WARNING:This AIA`Document Is protected by U.S.Copyright Law and international Treaties.Unauthorized topnoduetion or distribution of this AM's Document,or any portion of it may result in severe civil and criminal permutes.and will be prosecuted to the maximum extent possible tinder the taw. 2 1 1586 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Brian Perry.Carol R.Wise.Celeste Stewart.Douglas L.Rieder., 'rank Anderson Philius,John H.Earl, Margaret S. Meyers,Richard W.Naylor.S.Lynn Sahiatti& Wesley Hamilton.Jr.of Sterling Risk Advisors, ,its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$50,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the 1'day of July,2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1)Appoint Attomey(s)in Fact and authorize the Attorney(s)in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 10Th DAY OF JUNE 2013. f= 1R2T (Seal) _ ,-- Robert D.O'Leary Jr,President&CEO Philadelphia Indemnity Insurance Company On this 10th day of June 2013,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. COMMOIIWt:ALTHOP PfNSYLVM IA rldwisi anmagta. hda�aotary Public / UMW rt NreOKMimwsA ASCCIATION OhaYfftiVESNotary Public: residing at: Bala Cynwyd.PA (Notary Seal) My commission expires: December 18.2016 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this l07"day of June 2013 true and correct and are still in full force and effect.I do further certify that Roberti),O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, J In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this ii.,.day of ,Lill' ; Z fit/4 I `';',' Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY • Augusta, GA Engineering Department SCOPE OF WORK ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 104—SCOPE OF WORK 104.01 Intent of Contract Add to Sub-Section 104.01 as follows: Overall Project Description(the Work) This project consists of two(2)projects funded by the Transportation Investment Act(TIA),which are combined for construction purposes into one overall deployment project which involves the expansion and/or upgrade of Intelligent Transportation System (ITS) and traffic signal control components and capabilities along local and state roads within Richmond County. Payment of the work performed by the Contractor shall be invoiced separately to the individual TIA project numbers, as identified in the bidding document. Contractor shall furnish, install,test,and warranty the equipment as shown in the design documents. Project #1: The ATMS Expansion project (PI 0011392, RC07-000121) includes an overall ATMS Expansion including fiber optic outside plant infrastructure (underground and aerial), CCTV IP surveillance cameras, Ethernet core/access network switches/routers, firewalls, video wall and displays, display clients (servers) video management and control software, network management, servers, workstations, equipment racks, console furniture and cabling upgrades and expansion to the following facilities to provide operational flexibility and maintenance oversight of the system: • IT Building at 535 Telfair Street(Building 2000), • Traffic Management Center(TMC)at 425 Walker Street, • 911 Dispatch Center at 911 4th Street Where existing fiber cable will be utilized for this Project, coordinate and work with the CITY Utilities Department and IT Department to field verify the existing fiber cable /strand utilization and availability, strand counts as needed and establish an overall splice plan,details and plan as approved by the CITY. Page 1 of 14 The proposed field ITS devices will utilize existing power sources, cabinets and poles wherever possible to minimize construction time and limit environmental impacts. It is expected that no new poles will be required for this project. The ITS devices provided under this Project will communicate with the TMC via a new Ethernet network using new fiber optic infrastructure throughout the County. The City of Augusta will be the operator of this system and will monitor and control all elements of this project from the TMC. Real-time video feeds provided by this Project will be utilized by the City of Augusta and shared with other agencies. Project #2: The emergency vehicle preemption (EVP) and transit signal priority (TSP) system project (PI 0011400, RC07-000137) includes Ethernet network edge switches located in traffic signal cabinets, emitter detectors at intersections as shown on the Plans, outfitting fire department vehicles and transit (fixed route) fleet vehicles with emitters, and central software at the TMC for managing the system. The system will also have the capability to provide automatic system upgrades to vehicles at designated fixed facilities. Work Completed By Others: The City of Augusta and contractors working for the City of Augusta are installing infrastructure that will be used by the ATMS. The Contractor shall coordinate with the City of Augusta and should perform work with respect to the infrastructure as it becomes available in accordance with the following timeframe: • Fiber installation: Riverwatch Pkwy,EB I-20 ramp to Riverwest available Nov 2016 • Fiber installation: Riverwatch Pkwy,Furys Ferry to Stevens Creek available Nov 2016 • Fiber installation: Eagles Way,Eagles Way to Laney Walker available Nov 2016 • Fiber installation: Marks Church,Wheeler Rd to Wrightsboro Rd available Nov 2016 • Fiber installation: Walton Way, 12th St to 15th St available Nov 2016 • Fiber installation: Broad St,Milledge Rd to Greene St available Nov 2016 • Fiber installation: New Savannah Rd,canal to Gordon Hwy/Pond/Barnard available Nov 2016 • Fiber installation: Broad St, 13th St to 14th St available Nov 2016 • Facility shell: Traffic Management Center(TMC) available Nov 2016 Page 2 of 14 Add the following new Sub-Section 104.09: 104.09 Contractor Scope of Work The Contractor for this Project is required to provide Turn-Key Construction and Engineering services to the CITY. Specific scope-of-work and construction requirements are as follows: i. Procurement of Materials The Contractor shall be responsible to review the Project Plans, Details, these Special Provisions and all other Contract documents and to conduct a field review to verify and make any and all adjustments to quantities and types of materials as required or needed to provide a complete and fully operational system that is approved by the CITY. ii. Engineering Services The Contractor is responsible for providing engineering services as specified in Section 104.10.01. iii. Installation/Construction Services A. Conduit and Outside Plant(OSP)Infrastructure The Contractor shall furnish and install all conduit, pull boxes, fittings, outer steel casings, elbows, sweeps, deflection-expansion joints, conduit moguls, mounting hardware, pulling tape, locate wire, ground rods with clamps and ground conductors, field cabinets, coordination, trenching, directional boring, any permitting/survey/geotechnical/utility locates as required or needed, traffic control and all other items specified herein. B. Fiber Optic Cable and Components The Contractor shall furnish and install all fiber optic cables (trunk & drop), underground splice enclosures, aerial splice enclosures, aerial snowshoes, aerial messenger/strand and lashing wire, splicing, fiber patch panels, termination, fiber patch cables, fiber pigtails, fiber optic connectors, and all other items shown on the Project Plans, Details and Special Provisions and perform all splicing, terminations and connections per the Fiber Optic Cable Installation Plan as specified herein. Once approved, this Plan will be used by the Contractor and/or its subcontractor(s) to install, splice and terminate all fiber optic cables, splice enclosures and patch panels provided on this Project. C. Video Surveillance/CCTV Camera System The Contractor shall furnish and install all IP-based CCTV done camera assemblies as shown on the Project Plans, Details and specified herein including, but not limited to: IP camera assembly with internal H.264 encoder, Cat-5e outdoor cabling, PoE injector, surge protection, low voltage power supply, mounting extension arm and hardware, Cat-5e patch cables, and all other materials and components required or needed to provide a complete and fully operational CCTV camera system. D. EVP-TSP System The Contractor shall furnish and install the EVP-TSP system that includes: equipment at signalized intersections, on fire department vehicles and transit (fixed route bus) fleet vehicles, central/ system Page 3 of 14 software for operating and maintaining the system, training, and hardware and software required to retrieve vehicle activity/event logs and to upload database and firmware updates to the user vehicle system equipment from fire and transit facilities as specified herein. E. Network Communications The Contractor shall furnish and install all Layer 2 field network switches in existing and new field cabinets as shown on the Plans. These switches will be grouped into physical subnetworks as shown on the Project Plan Details configured as route redundant rings back to the ATMS Core Switch at the IT Building and ATMS Access Switches at the TMC and 911 Center. All network switches and system details shall be documented in the ATMS Integration Plan. F. Facility/Building The Contractor shall furnish and install all required facility structured cabling infrastructure, outlet boxes, equipment including operator workstations, display clients, video wall monitors and mounts, AV management and control system (hardware & software), video management system (hardware & software), network management system (hardware & software), equipment racks, audio equipment, electrical service upgrades, UPS back-up power system, and all other materials and equipment to provide a complete and fully operational system at the IT Building,TMC, and 911 Center. iv. System Configuration and Integration The Contractor shall provide complete integration services as specified herein of all hardware devices and components, fiber optic communications, network equipment and software provided and installed on this Project for a fully operational system. Field to Center network connections shall include all proposed and existing network switches (as specified herein and shown on the Plans)as subnets back to the Augusta IT Building Center-to center network connections will be provided including: • IT Building(location of ATMS Core Switch)to TMC • IT Building to 911 Center All integration requirements are included in these Project Special Provisions. The Contractor shall develop an ATMS Integration Plan as specified herein. Once approved, this Plan will be followed to set- up, configure/program, and integrate all network devices provided on this Project to provide a complete and fully operational system. v. Testing The Contractor shall provide comprehensive testing as specified herein including pre-installation testing, fiber optic cable testing, visual inspection, stand-alone device testing, network testing, system/operational acceptance testing, and burn-in period. The Contractor shall develop a Test Plan and Procedures as specified herein. This Plan once approved will be use to perform and document all tests performed on this Project. vi. Training The Contractor shall provide training as specified herein including all supplies, equipment, materials, handouts, travel, and subsistence necessary to conduct the training. Provide installation, operations, and Page 4 of 14 maintenance training on the equipment at a site near the Project area. Personnel trained by the various equipment manufacturers and authorized by said manufacturers shall perform the training. Provide both classroom training and hands-on training. vii. Project Close-Out Services The Contractor shall provide project close-out services as specified in Section 104.10.06. Add the following new Sub-Section 104.10: 104.10 General Work Requirements and Engineering Services 104.10.01 Engineering and Miscellaneous Services A. Fiber Optic Cable Installation Plan: 1. The Contractor shall submit a Fiber Optic Cable Installation Plan showing at a minimum the following: a. Final fiber running line (route) — where not specifically shown on the Plans, show proposed trunk fiber along with existing fiber which to identify trunk to trunk fiber splice points and for coordination of fiber allocation and associated splice details as well as as- built drawings of the entire fiber system used by this Project. b. Proposed construction means and methods — including the vendor and part numbers for all proposed materials and equipment, i.e., fiber optic trunk and drop cables, splice enclosures and splice trays, splicer equipment, fiber patch panels, connectors and all other materials required or needed. c. Location of all fiber drop cables and proposed splice locations. d. Location of all fiber terminations. e. Splice details for each location—showing buffer/strand utilization and allocation plan. 2. Where existing fiber cable will be utilized for this Project, coordinate and work with the CITY Utilities Department and IT Department to field verify the existing fiber cable /strand utilization and availability, strand counts as needed and establish an overall splice plan, details and plan as approved by the CITY. Additional fiber shall be installed (pulled) as needed or required to support the ATMS subnet network topology as specified in these Plans and Special Provisions and as approved by the CITY. 3. This Plan shall be submitted to the CITY a minimum of one (1) month prior to the planned commencement of construction activities for review and approval by the CITY. An updated and final Plan shall be approved prior to construction activities. B. ATMS Integration Plan The Contractor shall provide integration (including all configuration and programming of switches, set-up and loading of software on workstations and servers, etc.) of all devices and components on this Project to deliver a complete and fully operational system and accepted by the CITY. Page 5of14 The Contractor shall develop and implement an ATMS Integration Plan providing the following minimum components: 1. Network devices to be included in this Plan shall include,but are not limited to: Contractor shall review and develop a Plan that incorporates all devices and subsystems and required and/or needed. Devices and network device types to be programmed (or re-programmed), configured and integrated for this Contract include,but not limited to,the following: a. New Layer 2 Ethernet field network switches (Cisco 1E4000 switches) in existing and/or new traffic signal cabinets. Existing and/or proposed 2070 controller at each location to patch into the network switch. b. Existing Layer 2 Ethernet field network switches (Cisco 1E4000) installed by others on other projects including Telfair St, Walton Way—Downtown area (Subnet 4) and Walton Way—West as shown on the Detail Sheets (DWG 38-001 and 38-004). The goal is for all existing and new switches to be integrated and operate and function as one network. c. IP cameras (Axis P5635-E IP Cameras)to patch into the field network switch in the traffic signal cabinet. d. EVP-TSP priority detectors to patch into the field network switch in the traffic signal cabinet. e. All Cat-5e field patch cords/cables are to be color-coordinated, depending on device type as specified herein. Cat-6 patch cable shall be used at the facilities(buildings) Head-End(Center)Elements to integrate: a. Layer 3 Switch Stack(Cisco 3850-X stack, ATMS Core) with 120+ x SFP fiber switching ports + 4 x SFP fiber uplink ports+ 24 x 10/100/1000Base-T/TX switching ports at the IT Building. b. ATMS Firewall (Cisco ASA 5512-K9) with connection to the Broadband Internet Service (no fiber connections at this time)at the IT Building. c. Layer 2 Switch (Cisco 3850-24T, ATMS Access) with 2 x SFP fiber uplink ports + 24 x 10/100/1000Base-T/TX switching ports at the TMC. d. Layer 2 Switch (Cisco 3850-24T, ATMS Access) with 1 x SFP fiber uplink port + 24 x 10/100/1000Base-T/TX switching ports at the 911 Center. e. IP-based KVM system in ATMS Racks at both the IT Building and TMC. f. ATMS workstations including: Page 6 of 14 o HP Z-230 ATMS workstations with high performance video card(s) — 1) as a tower in CPU holder on new Console Desks at the TEB and 2) as standalone tower sitting underneath the Supervisor Station in the 911 Center as shown on the Details. o Load Crestron XPanel Control Interface(XPanel)as specified herein onto each TMC ATMS workstation. o Load Genetec Security Center 5.3 Client software as specified herein onto each ATMS workstation(both in the TMC and 911 Center). o Load EVP-TSP System software as specified herein onto each ATMS workstation at the TEB. o Load RGB Spectrum View control software as specified herein for AV management and control onto each ATMS workstation at the TMC. o Coordinate with CITY Traffic in regards to reloading Traffic Signal Software and setting up the new Traffic Central Application Server, Traffic SQL Database Server and the ATMS workstations in a client/server configuration for the existing Traffic Signal Control system (the City uses Siemens TACTICS Central with approx. 180 intersections on the system). o Coordinate with the CITY IT Department in regards to other software to be loaded on each ATMS workstation and other computers as specified herein. g. Media Sources including: o HP Z-840 workstations (serving as video display clients) with high performance video cards —rack mounted in the ATMS Rack in the TMC. Video card outputs to the RGB Spectrum Display Processor inputs. o HDTV Tuners providing HDMI (video and audio) outputs to the RGB Spectrum Display Processor inputs as shown on the Details. o Traffic Central Application Server with high performance video card—rack mounted in the ATMS Rack in the TMC. Video card outputs to the RGB Spectrum Display Processor inputs. o HP Z-230T ATMS workstations at the TMC will be capable of logging onto to each video display client and the traffic server to select media/video sources for display on the video wall and side wall monitors as well as the workstation monitor. o HP Z-230T workstation (serving as video display client at the 911 Center) with high performance video card — tower underneath the Supervisor Station desktop in the Dispatch Room at the 911 Center. Video card output feed wall mounted monitor 1 in the Dispatch Room. The other two wall mounted monitors will be daisy chained to monitor 1 using DP 1.2 multi-stream transport (MST) technology as shown on the Details. Page 7of14 o Load HP Remote Graphics Software (RGS), Ver. 7.1 (RGS Sender software) on each video display client and the traffic server at the TMC to allow for remote access to these computers. Load RGS Receiving software onto ATMS workstations and other as directed by the CITY. h. Video Wall Control and Management System including: o Provide overall Crestron control using the PRO3 controller at the TMC. o RGB Spectrum Display Processor outputs feed RGB Spectrum CATLinx Transmitters in the ATMS Rack that feed CATLinx Receivers over Cat-6 STP AV HDBaseT cabling to behind the Video Wall monitors (in a 5 x 5 wall matrix) +wall mounted side monitors at the TMC. o Extron 70V Audio Amplifier with 2 x surface mounted speakers on each side of the video wall at the TMC. Audio from RGB Spectrum Display Processor Aux channel. HDMI (with audio) will feed a HDMI Audio De-embedder (Extron HAE-100) that will provide audio to the amplifier. o HDTV Tuner outputs (audio + video) feed the RGB Spectrum Display Processor inputs. Channel selection, routing and volume control shall be controlled by Crestron. o Mapping and control of inputs/outputs (source selection,wall settings, setting up wall presets and layouts,recalls, etc.) shall be coordinated with the City. i. Video Management System(VMS)including: o Load Genetec Security Center (GSC) 5.3 Server software on VMS Main Server (BCDVideo BCD360V8 Enterprise Server with dual 300K SAS Drives) in the ATMS Rack at the IT Building. GSC 5.3 Client software loaded onto the following: • TMC: video display clients+traffic&app server • 911 Center: ATMS workstation(functioning as video display client) o Axis T8310 video surveillance control boards — for each ATMS workstation at the TMC. j. Network Management System(NMS) including: o Polling Engine/Application Server in the ATMS Rack at the IT Building. o SQL Database Server with 4 x Disk Arrays (for OS,Pagefile,Filegroups, SQL MDF, LDF Transaction Log File and Storage) in RAID configuration in the ATMS Rack at the IT Building. o Load Solarwinds Network Performance Manager(NPM)SL2000 on server. Page 8 of 14 o For all ATMS network-attached devices and ATMS network interfaces installed as part of this Contract, provide all programming and configuration of the individual devices and database(s)in order to be monitored through the NMS. k. Broadband Internet Service (50Mbps down/10Mbps up) (ISP: Comcast Business Internet) with static IP(s) as required. Set-up VPN thick clients (or other solution) for up to 5 concurrent users to be able to remote in to the network and access video and other components as identified by the CITY. 1. Set-up and configure switches and firewall per CITY IT Department direction. Note that the ATMS Network deployment will be a stand-alone network that is separate (physically and logically)from the existing CITY network. However, the configuration of the ATMS Network shall be performed to prepare for transitioning and integration between the ATMS Network and the CITY network in the future. m. ATMS UPS Systems including: o 1 x 12kVA Online UPS in the ATMS Rack in the TMC at the TMC 2. Establish an identification numbering / ID scheme approved by the CITY including, but not limited to: a. Site/Node ID b. Device ID c. Network Switch ID d. Subnet Network ID with descriptive 3. Establish an IP addressing scheme with ranges for all field network devices and components. IP addressing shall be established in conjunction with the CITY IT Department for use on this Project and future ones including,but not limited to: a. Field network switch IP addresses b. Device IP addresses(i.e.,2070 controllers, IP cameras and EVP-TSP priority detectors) c. Subnet IP address range/masked and subnet gateway address d. Video stream multicast IP address 4. Establish network configuration plan for establishing the required center-to-center (C2C) and remote session connections as follows: a. ATMS CORE Switch(in IT Building)—to—ATMS ACCESS switch(in TMC) b. ATMS CORE Switch(in IT Building)—to—ATMS ACCESS switch(in 911) c. ATMS ACCESS switches (in TMC) — to — ATMS Broadband Internet Service through ATMS Firewall(in IT Building) Page 9 of 14 d. Remote CITY Clients—VPN remote in to ATMS System through ATMS Firewall 5. Contractor shall consider the following configuration settings and information as they develop the overall network configuration plan. See Project Plan Details # 38-000 (C2C Comm. Network Concept) and# 38-002 (C2F Comm. Subnet Concept) for examples of the overall network design concept. a. ATMS Core Switch o Routing—the Core Switch is the single router within the ATMS network o Multicast—IGMP on for subnets(e.g., switch is the rendezvous point) o Gateway for up to 18 physical subnets o Contractor may submit alternative subnet concept by increasing the number of field network switches / intersections that are on one physical subnet while still providing optimal network performance. This may result in possibly fewer subnets with less fiber strands required throughout the ATMS network. Coordinate this effort with the development of the Fiber Optic Cable Installation Plan as specified herein. b. Field Network Switches o IGMP snooping enabled o Querier disabled o Forward unknown streams disabled o RSTP/STP—edge ports: copper disabled, fiber enabled o No VLANs(default/native VLAN only) o Security -- operating TX ports should be programmed to filter only for the MAC address of the connected device,un-used TX ports should be disabled o Field network switches with static IP,manual boot/no DHCP or BOOTP 6. Contractor shall submit to the CITY final recommendations of all network switches and firewall configuration and security settings, parameters and network protocols (L2 & L3) to be used for optimal network performance including plan for configuration and commissioning of servers, database(s), workstations, video display clients, video management system, video wall system control and management, operating system (OS) settings, loading of device drivers, applications, and software tools for review and approval. 7. Contractor shall develop configuration change/revision tracking and management plan to ensure that any changes/revisions made to the system configuration is tracked,managed and documented through the installation, configuration, integration, testing, and project close-out process. Reconfiguration as a result of vendor/manufacturer updates or patches and/or from configuration changes of other devices or connections in the network shall be accounted for in the Plan. Page 10 of 14 8. Contractor shall demonstrate recommended configuration using a small scale (mini-version) of the ATMS network using an example subnet consisting of a few field network switches and the Core Switch with an IP camera connected to one of the field network switches to generate network traffic. Provide all test equipment and laptop computers for the test. Once successfully completed and approved by the CITY, the Contractor will be approved to start programming of switches and equipment. 9. Network switches shall be installed and configured with the same firmware configuration. Optimum settings shall be used consistently system-wide. 10. This Plan shall be submitted to the CITY for review and approval a minimum of two (2) months prior to the planned integration work is scheduled. An updated and final Plan shall be submitted and approved prior to integration activities. 104.10.02 Product Delivery Requirements 1. Provide all materials and components in protective packaging suitable for shipping and storage. 2. Label all boxes with contents, including manufacturer name, model, serial numbers, and project number. Deliver all materials, equipment, components and assemblies to a City of Augusta Traffic Engineering Department location as directed by the Engineer. 3. All shipping and handling fees shall be included in the Contractor's base price. 4. The Contractor is responsible for all equipment, components and materials prior to installation and Final Project Acceptance. 104.10.03 Product Storage and Handling Requirements 1. Storage: Storage of materials will remain the full responsibility of the Contractor until Final Acceptance. 2. Protection: The Contractor shall take all necessary precautions to protect materials from the following: theft, vandalism/tampering, dents, scratches, dust, temperature, weather, cutting, paint and other hazardous conditions. 3. Replacement: The Contractor shall replace any damaged or lost material as required by the CITY. 4. Installed Materials: Installed materials remain the responsibility of the Contractor until Acceptance. The Contractor shall take necessary precautions to ensure the safety of installed materials. 104.10.04 Construction Progress Meetings 1. The Contractor shall provide a representative at the Project progress meetings for coordination in accordance with requirements set by the CITY. 2. The Contractor shall attend job construction and progress meetings that the CITY deems necessary. 3. The Contractor shall anticipate attending weekly progress meetings with the CITY and/or its representative during the entirety of the Project. 104.10.05 Construction Progress Documentation Page 11 of 14 1. Completion: The Contractor shall provide construction progress documentation as requested by the CITY, including a monthly report. 2. Failure to Complete: Failure to provide construction progress documentation may result in the withholding of payment by the CITY. 104.10.06 Project Close-out Process 1. Notification: The Contractor shall provide written notification to the CITY when the Contractor has reached Substantial Completion.. 2. Substantial Completion is defined for this Project as 100% of conduit and fiber installed, spliced, terminated and tested; all CCTV cameras have been installed and tested; all cabinets have been upgraded; all new cabinets have been installed; all network equipment has been installed, configured, integrated and tested; all EVP-TSP devices have been installed and tested; all equipment and cabling has been installed and tested at each facility (IT Building, TMC, and 911 Center); and all software has been installed and tested. When the Substantial Completion has been met for this Project, Contractor shall complete performance of the activities listed below: A. Completion of Final Punch List Items and approved by the CITY. Work or materials found to be incomplete, of unsatisfactory quality, failing to meet the specifications in the RFP package, and/or unacceptable to the CITY shall be documented by the CITY or its representative and provided to the Contractor to rectify. Re-Inspection: If a re-inspection is necessary, the costs of the additional travel, hours, and expenses of the CITY or its representative may be deducted by the CITY from the Contract amount due the Contractor. B. Submission or re-submission of any outstanding submittal and/or testing reports and approved by the CITY. C. Submission of as-built plans and drawings as specified herein for review and approval by the CITY. D. Submission of all user/installation manuals of submitted equipment and materials(as applicable)and warranty documentation. E. Delivery of spare parts/extra stock as specified herein and approved by the CITY. 3. The Project is not complete and final payment made to the Contractor until all of the Project Close-out items are completed including punch list(s)and/or re-inspection(s)and approved in writing by the CITY. 104.10.07 Project(Construction)Management 1. The Contractor shall provide a competent Project Manager (Superintendent) on the Project at all times work is in progress, and will serve as a single point of contact in all matters on behalf of Contractor. 2. The Contractor shall not change the Superintendent without the prior written approval of the CITY in its sole discretion. 3. Failure to provide a competent, qualified, experienced and full-time Superintendent shall be cause for the CITY to assess a penalty of$500 per calendar day or shut down the job. Page 12 of 14 4. Responsibility: The Superintendent is responsible for the following: A. The successful completion of the Contract in a timely manner. B. The work and performance of all employees and subcontractors who have been hired by the Contractor. C. Completing and submitting all required submittals and documentation. D. Attending all Project coordination meetings as required by the CITY. Contractor is responsible for taking minutes of these meetings and distributing copies to all participants. E. Coordinating with CITY and any architect or other contractors involved in the Project to ensure smooth flow of work and on-time Project completion. F. Providing a written monthly progress report to the CITY. G. Reporting all unexpected conditions and problems that may result in delay or expense to the CITY and its representative immediately upon discovery. 104.10.08 Existing Utilities,Project Layout and Survey 1. Utilities and Project Layout A. The utilities shown in the Plans represent approximate locations of the utilities and are for informational purposes only and do not represent the extent of utilities on this Project. It is the Contractor's responsibility to designate, locate,and protect all existing aboveground and underground structures and facilities located within the Project limits during construction. B. The Contractor shall have all utilities located by notifying Georgia811 (811 or 1-800-282-7411) a minimum of 48 hours (six business days) prior to any Work commencing. At times it may be necessary to physically daylight or pothole utilities being crossed or closely paralleled. C. The Contractor shall also be responsible utility locates and for the repair or replacement, at no additional cost to the CITTY, of any damage to such structures caused by construction operations. All such costs shall be included in the cost of the conduit installation. 2. Right-of-Way: There is no additional right-of-way acquisition for this Project. 3. Survey: The CITY does not guarantee or warrant information on right-of-way maps or the Plans. It is the responsibility of the Contractor to verify property ownership and accuracy of Plans. Locating and marking is required before excavation can begin. All utilities, active and inactive, are to be located and marked. The American Public Works Association(APWA)uniform color code follows: • White--Proposed Excavation • Yellow--Gas, Oil, Steam,Petroleum or Gaseous Materials • Red--Electric Power Lines,Cables, Conduit and Lighting Cables • Orange--Communication,Alarm or Signal Lines,Cables or Conduit • Green-- Sewer and Drain Lines • Blue--Potable Water Page 13 of 14 • Pink--Temporary Survey Markings • Purple--Reclaimed Water,Irrigation and Slurry Lines All appurtenances within the limits of the planned construction that may impact final construction, including but not limited to tracks, buildings, vegetation, poles, towers, etc. shall be surveyed and photographed. Any item disturbed or damaged by the construction shall be restored at the Contractor's cost within 30 days of project completion. Surveys and photos shall be kept on file by the Contractor and provided to the CITY upon request. Failure to provide when requested may result in the Contractor assuming liability for replacement and restoration. Page 14 of 14 Augusta, GA Engineering Department CONTROL OF WORK ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 105 — CONTROL OF WORK Section 105.02 as written and add the following: For each Section of the Contract Special Provisions that identify specific submittal requirements, the Contractor shall use the attached "MATERIALS CERTIFICATION PACKAGE INDEX AND TRANSMITTAL FORM" to document and list all material being submitted as part of each pay item. The number of copies and the material required for each pay item will be identified in the Special Provision. It is the Contractor's responsibility to insure that all material required for any pay item be contained in the submittal regardless if it was listed in the Special Provisions,list of material. Partial submittals for any pay item will not be accepted. Unless specified elsewhere within these Special Provisions, all submittals shall be directed to the Construction Project Engineer. The Contractor shall schedule submission of all material so that 45 calendar days (beginning on the date of receipt by the City) is allowed for review. The Contractor shall adjust his schedules so that an additional 30 calendar day period be provided for each additional resubmittal. It is incumbent on the Contractor to schedule his submittals to facilitate an expeditious review. Voluminous submittals of pay items at one time is discouraged, and may result in increased review time. Any items installed or work performed without approval by the City is at the Contractor's risk. 105.02 Plans and Working Drawings Add Sub-Section 105.02 (A)as follows: (A) Submittal Process and Requirements Page 1 of 7 In additional to specific submittal requirements provided in the individual Sections within the Project Special Provisions the following general submittal requirements shall apply to all submittals for this Project: 1. Contractor shall develop and complete a Materials Certification Compliance Matrix to be used for submittals on this Project. The matrix shall be submitted to the CITY for review and approval prior to the first submittal. 2. Create separate compliance matrixes for each identified pay item. The compliance matrix shall include each Contract materials requirement and will require the Contractor to verify and note that the submitted material complies with each Contract materials requirement. 3. The compliance matrix shall include, but is not limited to, the following identification data in the header of the matrix form: a. Project/Contract Name and Number(s) b. Pay Item Number and Description c. Material Description — general description of the material(s) included in the submittal package d. General Comments—miscellaneous information provided by the Contractor Pay Item description shall match the name given in the Project Special Provisions. The body of the Materials Certification Compliance Matrix shall include but is not limited to the following data for each line in Sub-section 939.2XY Materials of the Contract: a. Number — a sequential number of the lines of the compliance matrix body, beginning with 1 (one). b. Spec Section - The specification section number (e.g., 939.2.18) where the Contract requirement has been copied from. c. Requirement—The exact text of the contract requirement: one line, requirement or sentence per compliance matrix line. d. Compliant Yes/No—a check mark to indicate compliance or non-compliance of the submitted material to the contract requirement line,requirement or sentence. e. Cross-Reference / Comment — identification of where in the submittal package documentation that the compliance statement above is supported. Also, insert here supplementary comments from the Contractor. 4. The compliance matrix will be checked for during the submittal review, and any submittal package that does not include the compliance matrix or it is incomplete or incorrect will be rejected. Page 2 of 7 5. Provide submittal data that is neat, legible, and orderly. Neatly organize each package of submittal data by pay item and include all materials and components that are required for a given pay item into a single package. 6. The Contractor shall provide information about all materials, parts and components required for and included under each pay item will be contained in the submittal, regardless if it was listed in the Project Special Provisions pay item measurement descriptions. Partial submittals for any pay item will not be accepted. 7. If multiple models/part numbers are contained on a submitted cut-sheet and/or brochure, the Contractor is to clearly denote (mark) on the cut-sheet/brochure which model / part number(s) is being proposed. It must be clear to the reviewer on what exactly is being proposed and where the material will be used. 8. Acceptance of any proposed "approved equivalents" (whether indicated or not) or other such substitutions are at the discretion of the CITY. The CITY reserves the right to reject such substitutions. 9. Submit to the CITY for approval, four (4) printed and bound copies and one (1) electronic copy placed on a CD of the PDF document(s) for each submittal package unless otherwise specified herein or directed by the CITY. 10. The Contractor shall schedule submission of all materials so that 21 calendar days (beginning on the date of receipt by the CITY) is allowed for review. The Contractor shall adjust his schedules so that an additional 14 calendar day period be provided for each additional resubmittal. 11. Shop Drawings: All shop drawing submittals shall be provided as required and needed to the CITY for review and approval prior to any procurement, fabrication and/or installation work commencing. 12. No procurement and/or installation of materials and/or components proposed on this Contract will take place until material submittals along with all necessary and required shop drawings are submitted for review and approved by the CITY. Any items installed or work performed without approval by the CITY is at the Contractor's risk. 105.07 Cooperation between Contractors Delete Sub-Section 105.07 and substitute the following: The CITY reserves the right at any time to Contract for, and perform any other or additional work on or near the Work covered by the Contract. It is anticipated that future contracts will be let or already underway at the time of this project,including but not limited to the following: 1. P.I. # 0011388; MPO TIP ID #RC07-000116 - SR 4/US 1 @ SR 10/US 78; Intersection Improvement Page 3 of 7 2. P.I. # 0011389; MPO TIP ID # RC07-000117 - GREENE ST FROM SR 4 TO CR 480/EAST BOUNDARY ST; Sidewalks 3. P.I. # 0011391; MPO TIP ID # RC07-000119 - HIGHLAND AVE FROM WRIGHTSBORO RD TO WHEELER RD; Turn Lane, C&G, Sidewalk, and Storm- Sewer System 4. P.I. # 0011393; MPO TIP ID #RC07-000123 -JACKSON RD FROM WALTON WAY TO WRIGHTSBORO RD;Resurface&Reconstruction 5. P.I. # 0011394; MPO TIP ID # RC07-000126 - MARKS CHURCH RD FROM WRIGHTSBORO TO WHEELER RD; Turn Lane, C&G, Sidewalk, and Storm-Sewer System 6. P.I. # 0011396; MPO TIP ID # RC07-000129 - CR 371/NORTH LEG RD FROM SIBLEY RD TO WRIGHTSBORO RD; Intersection Improvement 7. P.I. #0011398; MPO TIP ID#RC07-000134 -PLEASANT HOME RD FM SR 104 TO WALTON WAY EXT;Resurface&Reconstruction 8. P.I. #0011401; MPO TIP ID#RC07-000138 - SR 104 FM CR 1499/15TH STREET TO COLUMBIA COUNTY LINE; Resurface&Reconstruction 9. P.I. # 0011402; MPO TIP ID # RC07-000139 - SR 104 FROM SR 28 TO RIVER SHOALS PKWY; Adaptive Signals 10. P.I. # 0011403; MPO TIP ID # RC07-000140 - SR 28 @ SR 104; Intersection Improvement 11. P.I. # 0011404; MPO TIP ID # RC07-000141 - SR 104 @ CR 564/STEVENS CREEK ROAD; Intersection Improvement 12. P.I. # 0011406; MPO TIP ID # RC07-000144 - CR 1507/WALTON WAY FM BRANSFORD ROAD TO MILLEDGE ROAD; Signals and Fiber Communications 13. P.I. # 0011407; MPO TIP ID # RC07-000145 - CR 1507/WALTON WAY FROM DRUID PARK TO HEARD AVE; Signals and Fiber Communications 14. P.I. # 0011408; MPO TIP ID # RC07-000146 - SR 4 FROM SR 28 TO CR 2207/CENTRAL AVE.; Bicycle/Ped. Improvements 15. P.I. # 0011409; MPO TIP ID #RC07-000148 - GREEN ST/TELFAIR ST FROM 15TH ST TO EAST BOUNDARY ST; Sidewalks, C&G, and Storm-Sewer Reconstruction 16. P.I. # 0011410; MPO TIP ID # RC07-000151 - CR 1505/WALTON WAY EXT FM ROBERT C DANIEL TO WALTON WAY; Resurface&Reconstruction 17. P.I. # 0011413; MPO TIP ID # RC07-001211 - CR 486/BERCKMAN RD FM CR 601/CR 2379/WHEELER RD TO SR 28;Realignment 18. P.I. # 0011415; MPO TIP ID # RC07-001213 - 5TH STREET FROM LANEY WALKER BLVD TO REYNOLDS STREET; Sidewalks, C&G, and Storm-Sewer Reconstruction 19. P.I. # 0011419; MPO TIP ID # RC07-001218 - CR 2477/JAMES BROWN RD FM WRIGHTSBORO RD TO REYNOLDS ST; Resurface&Reconstruction 20. P.I. # 0011420; MPO TIP ID # RC07-001219 - CR 2304/DRUID PARK AVE FM WALTON WAY TO WRIGHTSBORO RD; Resurface&Reconstruction 21. P.I. # 0011421; MPO TIP ID # RC07-001220 - CR 2483/6TH ST FROM LANEY WALKER BLVD TO REYNOLDS ST; Resurface&Reconstruction Page 4 of 7 22. P.I. # 0011424; MPO TIP ID#RC07-001223 - SR 4 FROM CR 2664/RA DENT BLVD TO CR 2493/REYNOLDS ST;Bridge Repair&Restoration 23. P.I. # 0011699; MPO TIP ID # RC07-000142 - I-20 @ SR 104/RIVERWATCH; Intersection Improvement 24. P.I.#220680;MPO TIP ID#RC07-000147 - SR 4/15TH ST FROM MILLEDGEVILLE ROAD TO GOVERNMENT STREET;Road Widening 25. P.I. # 250510; MPO TIP ID # RC07-000155 - CR 1501/WRIGHTSBORO RD FM JIMMIE DYESS PKWY TO I-520 RMP; Road Widening When separate contracts are let within the limits of any one project, each contractor shall conduct his work so as not to interfere with or hinder the progress or completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other. Each contractor involved shall assume all liability, financial or otherwise, in connection with his contract and shall protect and save harmless the CITY from any and all damages or claims that may arise because of inconvenience, delay or loss experienced by him because of the presence and operations of other contractors working within the limits of the same Project. The Contractor shall arrange his work and shall place and dispose of the materials being used so as not to interfere with the operations of the other contractors within the limits of the same Project. He shall join his work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. The Contractor shall coordinate the sequencing of fiber installation work in the City of Augusta and Richmond County. The Contractor shall provide pull boxes and conduit to the City of Augusta as described in the Contract documents, and the Contractor shall coordinate closely with the CITY on sequencing of the City of Augusta Utilities Department installation of conduit, pull boxes and fiber optic cable along designated routes as shown on the Project Plans. The Contractor shall be responsible to ensure that the entire fiber optic system is integrated,tested and fully operational fiber optic system. Page 5 of 7 CITY OF AUGUSTA ENGINEERING DEPARTMENT MATERIALS CERTIFICATION PACKAGE INDEX AND TRANSMITTAL FORM Pay Item No.: Pay Item Description: GDOT Project No.: City: Submitted By: Prime Contractor: Address: Sub-Contractor: Contact Name: Tel.No.: Fax No.: Email Address: Original Submittal: Resubmittal: Date of Original Submittal: Instructions for completing this form: It is the Contractor's responsibility to complete and submit this form for EACH pay item included in Sections 631, 682, 797,and 935—940 of the Special Provisions. The Submittal Requirement Chart shown in Section XXX.1.03 Submittals,contained in each of the above Special Provisions,may be used as a guide,but it shall not relieve the Contractor from including additional material specifications that may be required to complete the review process for that pay item. The Contractor shall submit,at a minimum,the data listed in the referenced chart.The form shall include a brief Description of the item,Reference to the Special Provision section,the Manufacturer's name and part number, and Approval status. A separate form shall be required for each pay item, and all the general information must be complete. The Contractor is encouraged to submit each pay item package as soon as all material for that item is available, and not to wait for all pay items that may be contained in the project. The Contractor shall make all submittals in accordance with Section XXX.1.03 Submittals,as outlined in the Special Provisions. This Section defines the number of copies required and the date that submittal is due. All submittals shall be made to the City Construction Engineer,unless directed otherwise. If the resubmittal of any pay item is required, a complete package must be resubmitted, including components or incidental items that may have been approved. The resubmittal package shall also include a copy of the original Transmittal Form. Page 6 of 7 Date Received by City: ACTION: ( ) APPROVED ( ) CONDITIONALLY APPROVED ( ) APPROVED AS NOTED ( ) NOT APPROVED ACTION BY: Date: Comments: Page 7 of 7 Augusta, GA Engineering Department SPECIAL CONDITIONS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.# 0011400 INDEX TO SPECIAL CONDITIONS SECTION SC-01 Scope SC-02 Bonds SC-03 Project Sign SC-04 Protection of the Environment SC-05 Temporary Toilets SC-06 City Acceptance SC-07 Record Drawings SC-08 Basis of Payment SC-09 Existing Structures SC-10 Salvage Material SC-11 Referenced Specifications SC-12 Traffic Control SC-13 Compliance with Laws, Codes, and Regulations, Etc SC-14 Site Access SC-15 Georgia Prompt Pay Act SC-16 Disputes SC-17 Interest Not Earned on Retainage SC-18 Equivalent Materials SC-19 After Hours Inspection SC-1 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM SC-21 Coordination of Work SC-22 Suspension of the Work, Termination, and Delay SC-23 Estimate of Quantities SC-24 Defective Pricing SC-25 Specified Excuses for Delay or Non-Performance SC-26 Contract Termination SC-27 Hold Harmless SC-28 Contingent Fees SC-29 Site Conditions SC-30 Contractual Obligations SC-31 Landfill SC-32 Inspections SC-33 Local Small Businesses SC-2 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM SC-01 SCOPE OF THE WORK: See Section 104—Scope of Work SC-02 BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. SC-03 PROJECT SIGN: The Contractor will furnish and install two (2) project sign on the construction site. The sign will carry in a prominent manner the names of the project, the Owner, the Engineer, the Contractor, and a 24-hour phone number for the Contractor in 4 inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 8 feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project signs in the lump sum bid item for Lump Sum Construction. In addition, the contractor shall furnish and install two (2) TIA signs as specified by the engineer. 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-3 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM SC-06 CITY ACCEPTANCE: Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction of the Augusta Engineering Department and the Engineer. This provision shall not relieve the Contractor of his responsibilities for guarantees. SC-07 RECORD DRAWINGS:. The Contractor will maintain in his office one complete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deviations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction. Satisfactory progress toward the preparation of the record drawings shall be a condition of approval of monthly payment estimates. At the completion of construction, prior to submitting his estimate for final payment, and as a condition for payment thereof, three copies of the record drawings, satisfactorily completed,will be transmitted to the Engineer. SC-08 BASIS OF PAYMENT: As explained in the section "Instructions to Bidders," payment for all items of construction will be made at the total of the actual number of units installed at the unit prices stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will be made based on the actual number of units of work completed during the month and in- place at the unit prices stated in the Bid Schedule. SC-09 EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, etc, are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. SC-10 SALVAGE MATERIAL: All existing installations to be removed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor. SC-11 REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specifications as if the SC-4 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. SC-12 TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. In addition, see Technical Specifications—Section 150. SC-13 COMPLIANCE WITH LAWS, CODES,AND REGULATIONS, ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely SC-5 AED-ITS MASTER PLAN IMPLEMENTATION& RCE&T VEHICLE PREEMPT SYSTEM "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing provisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation of law but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. 3. Occupational Safety& Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith. SC-14 SITE ACCESS: In order to minimize damage to existing paving, and landscaping, access to the site for the Contractor's personnel and equipment will be restricted to the routes designated by the Owner. The Contractor will be required to use only these routes unless prior written approval is given by the Owner. SC-15 GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. SC-16 DISPUTES: 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 SC-6 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM the venue in the Superior Court of Richmond County, Georgia. SC-17 INTEREST NOT EARNED ON RETAINAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. SC-18 EQUIVALENT MATERIALS: Notwithstanding any provision of the general conditions, there shall be no substitution of materials that are not determined to be equivalent to those indicated or required in the contract documents without an amendment to the contract. SC-19 AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must 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, Georgia Planning Commission Development Documents dated September, 1999. If inspectors of Augusta, Georgia are needed to work outside normal business hours, Augusta, Georgia needs to be notified in advance. SC-20 MASTERS GOLF TOURNAMENT: Any work planned to be accomplished during or directly before the Masters Golf Tournament must be submitted to and approved in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work. No consideration will be given for claims for damages. SC-21 COORDINATION OF WORK: IMPORTANT NOTE: Other on-going construction activities for a separate contract and owner will be performed during the duration of the storm drainage improvements at Village West. The Contractor for this project must coordinate construction activities and allow ingress and egress for other contractors. SC-22 SUSPENSION OF THE WORK,TERMINATION AND DELAY: To the extent that it does not alter the scope of this Contract, Augusta, Georgia reserves the right of unilaterally ordering, without any cause, a temporary stopping of the work, or delaying of the work to be performed by the Contractor or Consultant under this Contract. Augusta, Georgia will not be held liable for compensation to the Contractor/Consultant for an SC-7 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM extension of contract time or increase in contract price, or both, directly attributable to this action of Augusta, Georgia. SC-23 ESTIMATE OF QUANTITIES: The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by Augusta, GA to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. SC-24 DEFECTIVE PRICING: To the extent that the pricing provided by the contractor is erroneous and defective,the parties may, by agreement, correct pricing errors to reflect the intent of the parties. SC-25 SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE: The contractor is not responsible for delay in performance caused by acts of nature, strikes, lockouts, accidents, or other events beyond the control of the contractor. In any such event,the contract price and schedule shall be equitably adjusted. SC-26 CONTRACT TERMINATION: 1. The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not and the Contractor shall promptly replace and re-execute the work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 2. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contractor. 3. Any omissions or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to be an acceptance of any defective work or material. The Contractor shall remove, at his own expense and shall rebuild and replace same without extra charge and in default thereof the same may be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace any imperfect work or material, he shall have the power and is SC-8 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM hereby authorized to make an equitable deduction from the stipulated price. SC-27 HOLD HARMLESS: Except as otherwise provided in this Contract, the contractor shall indemnify and hold harmless Augusta, Georgia, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work. SC-28 CONTINGENT FEES: The contractor is prohibited from directly or indirectly advocating in exchange for compensation that is contingent in any way upon the approval of this contract or the passage, modification, or defeat of any legislative action on the part of the Augusta, Georgia Commission the contractor shall not hire anyone to actively advocate in exchange for compensation that is contingent in any way upon the passage, modification, or defeat of any contract or any legislation that is to go before the Augusta, Georgia Commission. SC-29 SITE CONDITIONS: Site conditions differing from those indicated in the contract, or ordinarily encountered, except that a differing site conditions clause need not be included in a contract: (i) When the contract is negotiated, (ii) When the contractor provides the site or design, or (iii) When the parties have otherwise agreed with respect to the risk of differing site conditions SC-30 CONTRACTUAL OBLIGATIONS: The contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, the contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of the contractor provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, the contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by the contractor. The contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, SC-9 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. SC-31 LANDFILL: All contracts for contractors performing demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The Contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees SC-32 INSPECTIONS: All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. SC-33 LOCAL SMALL BUSINESS: In accordance with Chapter 10B of the AUGUSTA, GEORGIA. CODE, the contractor expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA.GA CODE § 1-10-129(d) (7), for all contracts where a local small business goal has been established, the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of Minority and Small Business Opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the contractor and/or collecting liquidated damages. sc-10 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Augusta, GA Engineering Department GENERAL CONDITIONS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY&TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 INDEX TO ARTICLES OF GENERAL CONDITIONS Section Page No. GC-01. DEFINITIONS 4 GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS 6 GC-03. SCHEDULES, REPORTS AND RECORDS 6 GC-04. SPENDOUTSCHEDULE 9 GC-05. NOTICE TO PROCEED 9 GC-06. CONSTRUCTION LAYOUT 9 GC-07. DRAWINGS AND SPECIFICATIONS 9 GC-08. SPECIFICATIONS,STANDARDS AND OTHER DATA 10 GC-09. DESIGN ALTERATION 10 GC-10. INCIDENTAL CONSTRUCTION ITEMS 11 GC-11. SHOP DRAWINGS 11 GC-12. MATERIALS,SERVICES AND FACILITIES 11 GC-13. INSPECTION AND TESTING 12 GC-14. COMPACTION 13 GC-15. CONCRETE 13 GC-16. CONSTRUCTION 14 GC-17. TEST ROLLING 15 GC-18. SUBSTITUTIONS 15 GC-19. PATENTS 15 GC-20. SURVEYS, PERMITS AND REGULATIONS 16 GC-21. FENCE 16 GC-22. PROTECTION OF WORK, PROPERTY AND PERSONS 17 GC-23. FINISHING AND DRESSING 17 GC-24. AGGREGATE SURFACE COURSE 18 GC-25. FOUNDATION BACKFILL MATERIAL,TYPE 1 18 GC-26. FOUNDATION BACKFILL MATERIAL,TYPE II 18 GC-27. GRADES 18 GC-28. INFESTATION 18 GC 1 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-29. LANDSCAPING 19 GC-30. MAILBOXES 19 GC-31. MISCELLANEOUS DRAINAGE STRUCTURES 19 GC-32. PATCHING AND REPAIR OF MINOR DEFECTS 19 GC-33. PAVEMENT CUTS 19 GC-34 ADJUSTING MINOR STRUCTURES TO GRADE. 20 GC-35 CASINGS 20 GC-36. PAYMENT FOR PIPE CULVERT INSTALLATION 20 GC-37. PIPE CULVERTS 20 GC-38. PRECAST CONCRETE UNITS 21 GC-39. RELOCATED WATER METERS 21 GC-40. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD 21 GC-41. REMOVING AND RESETTING OF OBSTRUCTIONS 21 GC-42. SAW CUTS 21 GC-43. SOD 22 GC-44. STORM DRAIN PIPE 22 GC-45. SUB-CONTRACTORS 22 GC-46. SUPERVISION BY CONTRACTOR 22 GC-47. CHANGES IN THE WORK 22 GC-48. CHANGES IN CONTRACT PRICE 23 GC-49. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 23 GC-50. CORRECTION OF WORK 24 GC-51. SUBSURFACE CONDITIONS 24 GC-52. SUSPENSION OF THE WORK,TERMINATION AND DELAY 25 GC-53. PAYMENTS TO THE CONTRACTOR 26 GC-54. ACCEPTANCE OF FINAL PAYMENT AS RELEASE 28 GC-55. INSURANCE 28 GC-56. CONTRACT SECURITY 30 GC-57. ASSIGNMENTS 31 GC-58. INDEMNIFICATION 31 GC-59. SEPARATE CONTRACTS 31 GC-60. SUBCONTRACTING 32 GC-61. ENGINEER'S AUTHORITY 32 GC-62. GUARANTEE 33 GC-63. TAXES 33 GC-64. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY 33 GC-65. ORDER AND DISCIPLINE 33 GC 2 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-66. TRAFFIC CONTROL,WARNING DEVICES AND SIGNS 33 GC-67. SPECIAL RESTRICTIONS 34 GC-68. AS-BUILT DRAWINGS 35 GC-69. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER 35 GC-70. DRAWINGS 35 GC-71. FIELD OFFICE FACILITIES 35 GC-72. RIGHTS-OF-WAY AND EASEMENTS 35 GC-73. ESTIMATE OF QUANTITIES 36 GC-74. EXISTING STRUCTURES AND UTILITIES 37 GC-75. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS 37 GC-76. PRIOR USE BY OWNER 37 GC-77. CLEANING UP 37 GC-78. SALVAGE MATERIALS/EXCESS MATERIALS 37 GC-79. MAINTENANCE OF TRAFFIC 38 GC-80. FLAGGING 39 GC-81. TRAFFIC DETOURS 39 GC-82. MAINTENANCE OF ACCESS 39 GC-83. SPECIAL EVENTS 40 GC-84. EROSION/SEDIMENT CONTROL AND RESTORATION OF PROPERTY 40 GC-85. UTILITIES 40 GC 86. UTILITY ACCOMMODATION POLICY 42 GC-87. BYPASSING SEWAGE 42 GC-88. SAFETY AND HEALTH REGULATIONS 43 GC-89. WARRANTY 43 GC-90. PRECONSTRUCTION CONFERENCE 43 GC 3 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-01. DEFINITIONS: Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof. 1. ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings, and Specifications, by addition, deletion, clarifications, or corrections. 2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 3. BIDDER: Any person, firm, or corporation submitting a bid for the work. 4. BONDS: Bid, Performance and Payment Bonds and other instruments of security furnished by the Contractor and his Surety in accordance with the Contract Documents. 5. CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope of the Contract Documents or authorizing an adjustment in the contract price or contract time. 6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information for Bidders, Proposal, Bid Bond, Notice of award, Agreement, Performance Bond, Payment Bond, Notice to Proceed, Change Order, General Conditions, Supplemental General Conditions,Special Conditions,Technical Specifications, Drawings and Addenda. 7. CONTRACT PRICE: The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 8. CONTRACT TIME: The number of calendar days stated in the Contract Documents for the completion of the work. 9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to completion of all the work. 10. CONTRACTOR: The person, firm, or corporation with whom the Owner has executed the Agreement. 11. DRAWINGS: The part of the Contract Documents which show the characteristics and scope of the work to be performed and which have been prepared or approved by the Engineer. 12. ENGINEER: In all contract documents, specifications, supporting documents, etc., the term "ENGINEER" means, and shall be deemed to mean, the Augusta, Georgia Engineering Department Director or his/her designated representative. GC 4 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 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, city,county, or individual for whom the work is to be performed. 17. PROJECT: The undertaking to be performed as provided in the Contract Documents. 18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the Owner who is assigned to the project site or any part thereof. Also called a Site Engineer. 19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific portions of the work shall be fabricated or installed. 20. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a technical nature or materials, equipment, construction systems, standards and workmanship. 21. SUBCONTRACTOR: An individual, firm, or corporation having a direct contract with the Contractor or any other Subcontractor for the performance of a part of the work at the site. 22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified part can be utilized for the purposes for which it is intended. 23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. 24. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site. 25. WORK: All labor necessary to produce the construction required by the Contract Documents and all materials and equipment incorporated or to be incorporated in the project. GC 5 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 26. WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered delivered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address or delivered in person to said party or his authorized representative on the work. GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS: 1. The Contractor may be furnished additional instructions and detail drawings, by the Engineer, as necessary to carry out the work required by the Contract Documents. 2. The additional drawings and instructions thus supplied will become a part of the Contract Documents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. GC-03. SCHEDULES, REPORTS AND RECORDS: 1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning the work performed or to be performed. 2. The contractor shall prepare an overall Time-Logic Schedule that includes all major construction activities. The Contractor shall submit this schedule to Augusta Engineering Department seven (7) days prior to preconstruction meeting. The contractor shall present a copy of this schedule at the Preconstruction meeting for discussion. The schedule shall consist of the following: a. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility Company) b. The ES-Early Start, EF-Early Finish, LS-Late Start, LF-Late Finish dates c. The Project Critical Path d. Activity Durations The contactor shall also submit following information with the schedule. a. List of active construction projects and their projected completion date b. List of available resources assigned to this project * c. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this project * GC6of43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM d. Subcontractor information such as Company Name, Contact Name and Telephone, and type of assigned tasks * Personnel and resources assigned to this project shall not be re-assigned to other projects until after upon approval from Augusta Engineering Department. Augusta Engineering Department reserves the right to deny the submitted project team or parts thereof. Failure to provide aforementioned schedule and information within specified time will result in cancellation of Notice to Proceed. If information is not received within thirty (30) days from the date of Notice to Proceed cancelation, contract will be terminated without further notice. Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a revised schedule with all issues and concerns addressed to Augusta Engineering Department. The revised Time-Logic Schedule shall be color coded with respect to responsibility, and shall be presented on D size paper (24'x36"). The schedule shall be updated on a monthly basis displaying percentage of completion of all activities. The project base line and current date line shall appear on all updates. The Schedule shall be using Microsoft Project or Primavera Scheduling software. 3. The Contractor shall also submit a schedule of payments that he anticipates he will earn during the course of the work. GC 7 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM SAMPLE CONSTRUCTION/UTILITY SCHEDULE I 11 • n I , s li Yrs- _ . i 1 ._ I t r IIS!II ! i k. c • - 111 tr. 1 rii , M+ # i 1 a -_ ' I'j 1 i . d I •4 z 1f Ff tit` L. K ; - . s1 % L E ' I . # (1 ! • Io . 1R1ifit tii 1 ?' ' ` s sI i 1 si 1 -11: 1!` 1I • L 1w I i 'tile . si g.411 illli ill g i e- . .. L :4u • a lX 1 1 ir 3 3 A F,I., N 4 1 - R A , ._N fi S S A I. % r b I e 1 h GC8of43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-04. SPENDOUT SCHEDULE: A Spendout Schedule beginning with the Notice to Proceed and extending through the anticipated construction life of the project, shall be submitted at the Pre-Construction Conference. Such schedule shall include the anticipated earnings on a monthly basis. GC-05. NOTICE TO PROCEED: There will be one Notice to Proceeds given to the Contractor. The Notice to Proceed will be to Clear and Grub, site preparation and actual construction activities. This would be the contact time that is actually shown in the contract. GC-06. CONSTRUCTION LAYOUT: Construction layout work shall be performed by the Contractor. GC-07. DRAWINGS AND SPECIFICATIONS: 1. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution of the work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for us, occupancy or operation by the Owner. 2. In case of conflict between the drawings and specifications, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. 3. Any discrepancies found between the drawings and specifications and site conditions or 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 GC 9 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 6. All storm pipes, manholes, junction boxes, catch basins, inlets, misc pre-cast products and appurtenances shall comply with Georgia Department of Transportation (GDOT) standards and specifications. Storm pipes and other products shall be from current GDOT approved plants and stamped per GDOT inspection certification requirements. Submittal of data sheet, issued by the source (plant), containing pipe manufacturing and inspection data will be required at the time of arrival of material at project site. GC-08. SPECIFICATIONS,STANDARDS AND OTHER DATA: All references in this document, (includes all papers, writings, documents, drawings, or photographs used, or to be used, in connection with this document), to State Highway of Georgia, State Highway Department, Highway Department, or Department when the context thereof means the Georgia Department of Transportation means, and shall be deemed to mean,Augusta, GA Commission-Augusta Engineering Department. The data, together with all other information shown on these plans, or indicated in any way thereby, whether by drawings or notes or in any other matter, are based upon field investigations, and are believed to be indicative of actual conditions. However, the same are shown as information only, are not guaranteed, and do not bind Augusta, Georgia in any way. Only the actual quantities completed and accepted will be paid for. The attention of the bidder is specifically directed to Subsections 102.04, 102.05, and 104.03 of the Standard Specifications, of the Georgia Department of Transportation, current edition, which will be part of this contract. This project is based on, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these specifications, they will be revised to resolve such conflict. Until the conflict is resolved, the interpretation of the Engineer shall control the situation. GC-09. DESIGN ALTERATION : The commission-council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment or reduction in payment shall be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by the Engineer. GC 10 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM All changes in engineering design of the project shall be approved by the Design Engineer of record after consultation with the Engineer. Revised design plan sheet(s) shall be signed and stamped by the Design Engineer of record and a copy shall be submitted to Augusta Engineering Department. GC-10. INCIDENTAL CONSTRUCTION ITEMS: All work and materials without a specific pay item shall be considered incidental to related pay items, this is to include (but not limited to), additional erosion and sediment control measures, all removals and disposals, borrow, if needed, remove and reset fences, remove and reset ornamental shrubs, bushes and sod, and the obtaining, maintaining and restoration of any required borrow and/or waste pits, establish and reset property boundary survey pins. GC-11. SHOP DRAWINGS: 1. The Contractor shall provide shop drawings as may be necessary for the prosecution of the work as required by the Contract Documents. The Engineer shall promptly review all shop drawings. The Engineer's approval of any shop drawings shall not release the Contractor from responsibility for deviations from the Contract Documents. The approval of any shop drawing which substantially deviates from the requirement of the Contract Documents shall be evidenced by a Change Order. 2. When submitted for the Engineer's review, shop drawings shall bear the Contractor's certification that he has reviewed, checked and approved the shop drawings and that they are in conformance with the requirements of the Contract Documents. 3. Portions of the work that require shop drawing or sample submission shall not begin until the shop drawing or submission has been approved by the Engineer. A copy of each approved shop drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be available to the Engineer. GC-12. MATERIALS,SERVICES AND FACILITIES: 1. It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature and all other services and facilities of any nature whatsoever necessary to execute, complete and deliver the work within the specified time. 2. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. GC 11 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 3. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. 4. Materials, supplies or equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer. 5. Materials, supplies or equipment to be incorporated into the work and purchased by the Contractor of the Subcontractor will be subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. GC-13. INSPECTION AND TESTING: 1. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards. 2. The Owner shall provide, at his expense, the necessary testing and inspection services required by the Contract Documents, unless otherwise provided. The Owner shall employ a qualified materials testing laboratory to monitor more fully the quality of materials and work and to perform such tests as may be required under the contract documents as conditions for acceptance of materials and work. THE ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. The Contractor is responsible for all material & labor quality control and quality assurance. The Engineer may request a copy of QA/QC documents at any time he deems proper to control material and work quality. 3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice of readiness. The Contractor will then furnish the Engineer the required certificates of inspection,testing or approval. 4. Neither observation by the Engineer nor inspections, tests or approvals by persons 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. GC 12 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 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-14. COMPACTION: All compaction shall be as defined in the current edition of Georgia department of Transportation Specifications. Special attention shall be given to the backfill of minor structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction shall be achieved using approved tamps and soil layers of approximately 6 inches (loose measure) and in accordance with Georgia Department of Transportation Standards 1030-D and 1401 or equivalent ASTM or other method approved by the Geotechnical Engineer and Augusta Engineering Department. Backfilling operations of this nature shall not begin until the Contractor has on hand all equipment in good working condition, and competent operators. The backfilling of pipe and other minor structures shall be in accordance with Georgia Department of Transportation Standard specifications, Current Edition. Backfilling with sand using jetting and/or flooding will not be allowed in any case without the written permission of the Engineer. Backfilling of pipe structures shall be incidental to the pipe structure bid item. NOTE: When sand and jetting/flooding method is used the warranty for the backfilled area is extended from 18 months to 24 months. A plan for the jetting/flooding shall be submitted at the Pre-Construction Conference. GC-15. CONCRETE: A qualified persons contracted by the Owner shall, in the Engineer's presence, perform slump tests as directed by the Engineer. Tests shall be performed by qualified personnel GC 13 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM with a properly cleaned slump cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 lbs. Cement per cubic yard. Class "B" concrete shall have a minimum of 470 lbs. Cement per cubic yard. Concrete not meeting these requirements will be rejected by the Engineer. NOTE: No concrete shall be placed until all required equipment such as slump cone, curing compound and dispenser, etc., all in good working condition, are on the site. Inspectors must be given a minimum four-hour advance notice. No concrete shall be placed without the Inspector present unless otherwise directed by the Engineer. All concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive finish immediately after removing forms. Forms shall be removed as provided in Section 500 of GeorgiaDOT Specifications. GC-16. CONSTRUCTION: Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header curb, etc.)shall be paid for in the unit price bid for curb and gutter unless otherwise noted. At locations where new pavement is to be placed adjacent to existing pavement, without an overlay, or where curbing is to be placed across paved parking lots, a joint shall be sawed on a line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement will be paid for under the pay item-Sawed Joints. . .per Linear Foot. Where curb and gutter is used and the shoulder elevations are higher than adjacent ground, the actual direction of drainage runoff shall be determined by the Contractor. He shall make such provisions as necessary to ensure that no ponding is caused by the new construction. He may place additional fill to provide drain inlets. Compensation will be under the price bid for the appropriate pay item. Driveway profiles may also be altered allowing the concrete pad to slope down outside the back of the curb line not to exceed an algebraic difference of 0.07. This should be used primarily on the high side of super- elevated curves. The Contractor should use caution with standard variance and place special emphasis on hydraulic considerations. The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160 of the Standard Specifications and page PPA-1 of this document. All storm drain pipe, side drain pipe, pipe culvert wing-walls, steps, retaining walls, curbs and gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as a removal pay item will be removed as Clearing and Grubbing, Grading Complete, or Grading Per Mile on Lump Sum Construction.. GC 14 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to remain within the right of way. Curb cut ramps in accordance with Standard 9031-W are to be used at all street intersections on this project. Asphalt milling where specified for use on existing pavement that is to be resurfaced adjacent to curb and gutter. Finished surface on asphalt pavement shall not exceed %" above the gutter line as shown on Georgia Standard 9031-1 GC-17. TEST ROLLING: Prior to placing any base course, the subgrade shall be proof rolled to locate unstable areas and achieve additional compaction. Area be proof rolled using a minimum 15 tons flat drum compactor or other equipment as recommended by the Geotechnical Engineer (such as a fully loaded tandem axle dump truck). Geotechnical Engineer and/or a representative of Augusta Engineering Department will observe and approve proof-rolling. Areas failing compaction shall be reworked. Any areas judged by the Geotechnical Engineer to rut (should be improved in place or undercut and replaced with fill compacted to 100 % of soil maximum dry density as determined by the modified proctor compaction test (ASTM D1557, Method D or equivalent method approved by the Geotechnical Engineer and Augusta Engineering Department). GC-18. SUBSTITUTIONS: 1. When a material, article or piece of equipment is identified on the drawings or specifications by reference to brand name or catalogue number, the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number and if, in the opinion of the Engineer, such material, article or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deducted from the contract price and the Contract Documents shall be appropriately modified by change order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. GC-19. PATENTS: 1. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the Owner harmless from loss on GC 15 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM account thereof except that the Owner shall be responsible for any such loss when a particular process, design or the product of a manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer. GC-20. SURVEYS, PERMITS AND REGULATIONS: 1. The Contractor shall furnish all land surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of benchmarks adjacent to the work as shown in the Contract Documents. From the information provided by the Owner, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 2. The Contractor shall carefully preserve benchmarks, reference points and stakes and in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 3. The contractor shall re-establish property survey pins for parcels affected by new established right-of-way. This work shall be considered incidental to "As-built" plan preparation and will be paid as part of"As-built" plan pay item. This work shall be done by or under supervision of a qualified Georgia Licensed Professional Land Surveyor(PLS). 4. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Contract Documents are at variance therewith, he shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in Section 13, Changes in the Work. GC—21. FENCE: All new fences called for on the plans and/or contract documents shall meet the requirements of Section 643 of the Georgia Department of Transportation Standard Specifications, current edition. New fence not meeting these Specs will be rejected. In contracts, where remove and reset fence items are involved (either as pay items or as Lump Sum Construction) all replacement fence shall be equal to or better than the existing fence as approved by the Engineer. This means equal to or better than the original fence at GC 16 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM the time of its installation. The Contractor must furnish positive locking devices, padlocks, and keys with all gate assemblies. GC-22. PROTECTION OF WORK, PROPERTY AND PERSONS: 1. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He will take all necessary precautions for the safety of and will provide the necessary protection to prevent damage, injury or loss to all employees on the work and other persons who may be affected thereby, all the work and all materials or equipment to be incorporated therein, whether in storage on or off the site or other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify the owners of adjacent utilities when prosecution of the work may affect them. The Contractor will remedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, and subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them are liable, except damage or loss attributable to the fault of the Contract Documents or to the acts or omissions of the Owner or the Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable and not attributable, directly or indirectly, in whole or in part,to the fault or negligence of the Contractor. 3. In emergencies affecting the safety of persons or the work or property at the site or adjacent thereto, the Contractor, without special instructions or authorization from the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He will give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby and a Change Order shall be issued covering the changes and deviations involved. 4. The work under this Contract in every respect shall be at the risk of the Contractor until finished and accepted, except to damage or injury caused directly by the Owner's agents or employees. GC-23. FINISHING AND DRESSING: All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. GC 17 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-24. AGGREGATE SURFACE COURSE: The item aggregate surface course is for use in inclement weather to facilitate the movement of local traffic along roadway construction and to permit ingress and egress at drives. When used for this purpose, Section 318, Georgia Standard Specifications, is modified to permit truck dumping on unprepared and muddy subgrade. Section 318 is further modified to permit the use of crusher run stone as described in Subsection 806.02. The Contractor will have the choice of the following materials: Graded Aggregate Subsection 815.01 Coarse Aggregate Size 467 Subsection 800.01 Stabilizer Aggregate Type 1 or 2 Section 803 Crushed Stone Subsection 806.02 All materials to be used as directed by the Engineer. GC-25. FOUNDATION BACKFILL MATERIAL,TYPE 1: Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. GC—26. FOUNDATION BACKFILL MATERIAL,TYPE II: Foundation Backfill Material, Type II shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured for payment in accordance with Georgia Standard 1030-D or as directed by the Engineer. Payment shall be per cubic yard unless otherwise specified in the contract. GC-27. GRADES: With the approval of the Engineer, grades may be field adjusted to provide for best drainage. GC-28. INFESTATION: The entire project is considered to be within the limits of an insect infested area. The contractor's attention is called to the following sections of the Standard Specifications: (A) 155 Insect control (B) 893 Miscellaneous Planting Materials. GC 18 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-29. 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-30. MAILBOXES: Existing mailboxes that are in conflict with the proposed construction shall be removed and relocated. Where feasible the existing mailboxes and supports may be utilized as approved by the Engineer so long as the supports are of metal PIPE with a maximum diameter of two (2) inches or wood, with a maximum diameter of four(4) inches. NOTE:There shall be no supports of any material other than the two mentioned above. All existing mailboxes and supports containing brick, masonry of any type, metal, etc. shall be disassembled and all components, not meeting the above requirements, shall be removed from the project and disposed in a proper manner. When not shown as a pay item, payment shall be included in the price bid for Lump Sum Construction and itemized as such. GC-31. 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-32. 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-33. 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 GC 19 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RCE&T VEHICLE PREEMPT SYSTEM desired compaction. Irregular edges will not be accepted. Payment shall be included in the price of the pipe. GC-34. ADJUSTING MINOR STRUCTURES TO GRADE: This item consists of raising or lowering the upper portion of existing manholes, water valve boxes, gas valve boxes or any other miscellaneous structures within the area of construction. There will be no separate payment for this work unless shown as a separate pay item. *Prior to any resurfacing the contractor shall identify and reference all structures so the precise locations can be determined after resurfacing. This shall be done in the company of the ARC Inspector. This shall be the first order of work where minor structures requiring adjustment are included in the contract. GC-35. CASINGS: All steel casings being installed across any roadway and/or right-of-way shall have the joints continuously welded to obtain a watertight seal. The Contractor shall notify the Engineer when welds are ready for inspection. Welded casings backfilled without the Engineer's approval shall be uncovered for inspection at the Engineer's request. GC-36. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement and replacing the pavement as specified in accordance with Standard 1401. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See Georgia Standard 9031-L). GC-37. PIPE CULVERTS: Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete. All required pipe culverts shall be in accordance with Standard 1030-D. Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D. No separate pay item will be made for this material for its placement. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement, sidewalk, curbing, etc., and replacing same as specified in accordance with Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete and for construction concrete collars. GC 20 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM The Contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners, appropriate gaskets (see Section 848 of the Standard Specifications), and structure excavation. GC-38. PRECAST CONCRETE UNITS: 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-39. RELOCATED WATER METERS: Relocated water meters and water meter boxes may not be placed in the sidewalk. GC-40. 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-41. 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-42. SAW CUTS: When matching existing conditions, saw cuts shall be used as required by Augusta- Richmond County. Only saw cuts in Portland Cement Concrete, which are shown, as GC 21 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. Unless specifically noted this does not apply to pipe trenches. GC-43. SOD: 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-44. STORM DRAIN PIPE: Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete and shall include 0-ring gaskets. GC-45. SUB-CONTRACTORS: The Contractor shall furnish the official name, plus the name and telephone number of the 24-hour emergency contact of all firms he proposes to use as Subcontractors in the work. This information is to be furnished at the Preconstruction Conference. However, no work shall be done on this project by a Subcontractor until the Contractor receives approval of his Subcontractor(s)from the Engineer. NOTE: All submissions shall include the following information for each Subcontractor: 1. Name of Subcontracting Firm 2. Description of Work To Be Done 3. Contact Person's Name and 24 Hour Phone Number GC-46. SUPERVISION BY CONTRACTOR: 1. The Contractor will supervise and direct the work. He will be solely responsible for the means, methods, techniques, sequences, and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representative at the site. The supervisor shall have full authority to act on the behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination of the work. GC-47. CHANGES IN THE WORK: 1. The Owner may at any time as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. GC 22 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 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 (10) days after the receipt of the ordered change pending the receipt of an executed change order or further instruction from the Owner. GC-48. CHANGES IN CONTRACT PRICE: 1. The contract price may be changed only by a change order. The value of any work covered by a change order or of any claim for increase or decrease in the contract price shall be determined by one or more of the following methods in the order of precedence listed below: 1.1 Unit prices previously approved. 1.2 An agreed lump sum. 1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. GC-49. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: 1. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on the date specified in the Notice to Proceed. 2. The Contractor will proceed with the work at such rate of progress to insure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. 3. If the Contractor shall fail to complete the work within the contract time or extension of time granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the Agreement for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 4. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following and the Contractor has promptly given written notice of such delay to the Owner or Engineer. 4.1 To any preference, priority, or allocation order duly issued by the Owner. GC 23 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 4.2 To unforeseeable causes beyond the control and without the fault of negligence of the Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather; and 4.3 To any delays of subcontractors occasioned by any of the causes specified in Paragraphs 4.1 and 4.2 of this Article. GC-50. CORRECTION OF WORK: 1. The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not and the Contractor shall promptly replace and re-execute the work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 2. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work within ten (10) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contractor. 3. Any omissions or failure on the part of the Engineer to disapprove or reject any work or material shall not be construed to be an acceptance of any defective work or material. The Contractor shall remove, at his own expense and shall rebuild and replace same without extra charge and in default thereof the same may be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace any imperfect work or material, he shall have the power and is hereby authorized to make an equitable deduction from the stipulated price. GC-51. SUBSURFACE CONDITIONS: 1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. 1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. GC 24 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 2. The Owner shall promptly investigate the conditions and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required, for performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given the required written notice; provided that the Owner may, if he determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. GC-52. SUSPENSION OF THE WORK,TERMINATION AND DELAY: 1. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days or such further time as agreed upon by the Contractor, by written notice to the Contractor. The Engineer shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The Contractor will be allowed an increase in the contract price, an extension of the contract time, or both, directly attributable to any suspension. 2. If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for any of his property or if he files a petition to take advantage of any debtor's act to reorganize under the bankruptcy or applicable laws or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to subcontractors or for labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the work or if he disregards the authority of the Engineer, or if, in the opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting the work, or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his Surety a minimum of ten (10) days from delivery of a written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method he may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 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. GC 25 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 4. Where the Contractor's services have been so terminate by the Owner, said termination shall not affect any right of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will not release the Contractor from compliance with the Contract Documents. 5. After ten (10) days from delivery of a written notice to the Contractor and the Engineer, the Owner, may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all work executed and any expense sustained plus reasonable profit. 6. If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority of the Engineer fails to act on any request for payment within thirty (30) days after it is submitted or the Owner fails to pay the Contractor substantially the sum approved by the Engineer within thirty (30) days of its approval and presentation, then the Contractor may after ten (10) days from delivery of a written notice to the Owner and the Engineer, terminate the Contract and recover from the Owner payment for all work executed and all expenses sustained. In addition, and in lieu of terminating the Contract, if the Engineer has failed to act on a request for payment or if the Owner has failed to make any payment as aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the Engineer, stop the work until he has been paid all amounts then due, in which event and upon resumption of the work, Change Orders shall be issued for adjusting the contract price or extending the contract time or both to compensate for the costs and delays attributable to the stoppage of the work. 7. If the performance of all or any portion of the work is suspended, delayed, or interrupted as a result of a failure of the Owner or the Engineer to act within the time specified in the Contract Documents, or if no time is specified, within reasonable time, an adjustment in the contract price or an extension of the contract time or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure of the Owner or the Engineer. GC-53. PAYMENTS TO THE CONTRACTOR: 1. Between the first (1st) and the fifth (5th) of each month, the Contractor will submit to the Engineer a partial payment estimate filled out and signed by the Contractor on an approved form covering the work performed during the period covered by the partial payment estimate and supported by such data as the Engineer may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the Owner, as will establish the Owner's title to the material and equipment and protect his interest therein, including applicable insurance. The Engineer will, within thirty days after receipt of each GC 26 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RCE&T VEHICLE PREEMPT SYSTEM partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the Owner, or return the partial payment estimate to the Contractor indicating in writing his reasons for refusing to approve payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate. The Owner will, within thirty days of presentation to him of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The Owner shall retain ten (10%) percent of the amount of each payment until final completion and acceptance of all work covered by the Contract Documents and successful completion of required warranty period. On completion and acceptance of a part of the work on which the price is stated separately in the Contract Documents, payment may be made in full, excluding retained percentages, less authorized deductions. 2. The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site. 3. All work covered by partial payment shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Owner to require the fulfillment of all terms of the Contract Documents. 4. Upon completion and acceptance of the work, the Engineer shall issue a certificate attached to the final payment request that the work has been accepted by him under the conditions of the Contract Documents. The entire balance, excluding the retained percentage, found to be due the Contractor shall be paid to the Contractor, except such sums as may be lawfully retained by the Owner for saving the Owner or the Owner's agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, material-men and furnishers of machinery and parts thereof, equipment, tools and supplies, incurred in the furtherance of the performance of the work. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged, or waived. If the Contractor fails to do so, the Owner may, after having notified the Contractor, either pay unpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment made under the Contract Documents by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. GC 27 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 5. Owner shall release half of the "10 percent retained" amount at start of required warranty period. 50 percent of the remaining retained amount shall be released after six (6) moths into required warranty period provided no defects are observed in originally accepted work. The remaining retained balance shall be released at successful completion of the required warranty period as certified by the Engineer. All payment requests shall be approved by the Engineer prior to forwarding to the Owner. 6. If the Owner fails to make payment 30 days after approval by the Engineer, in addition to other remedies available to the Contractor, there shall be added to each such payment, interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. GC-54. ACCEPTANCE OF FINAL PAYMENT AS RELEASE: 1. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and other relating to or arising out of this work. Any payment, however, final or otherwise, shall not release the Contractor or his Sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. GC-55. INSURANCE: 1. The Contractor shall purchase and maintain during the life of this Contract such insurance as will protect him from claims set forth below which may arise out of or result from the Contractor's execution of the work, whether such execution by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. 1.1 Claims under Workman's Compensation, disability benefit and other similar employee benefit acts, 1.2 Claims for damages because of bodily injury, occupational sickness or disease or death of his employees, 1.3 Claims for damages because of bodily injury, sickness or disease or death of any person other than his employees, 1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor or(2) by any other person; and 1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting there from. GC 28 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. These Certificates shall contain a provision that coverage afforded under the policies will not be canceled unless at least fifteen (15) days prior written notice has been given to the Owner and Construction Manager. 3. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, liability insurance as hereinafter specified. 3.1 Contractor's General Public Liability and Property Damage insurance including vehicle coverage issued to the Contractor and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the Contract Documents, whether such operations be by himself or by any Subcontractor under him or anyone directly or indirectly employed by the Contractor or by a Subcontractor under him. Insurance shall be written with a limit of liability of not less than $200,000 for all damages arising out of bodily injury, including death, at any time resulting there from, sustained by any one person in any one accident; and a limit of liability of not less than $500,000 for any such damages sustained by two or more persons in any one accident. Insurance shall be written with a limit of liability of not less than $100,000 for all property damage sustained by any one person in any one accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in any one accident. Contractor's insurance policy shall name Owner and Program Manager as insured under this policy. The Contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his/her subcontract, Subcontractor Liability and Property Damage Insurance of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractor in his/her own policy. 3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the Project to the full insurable value thereof for the benefit of the Owner, the Contractor and Subcontractor as their interest may appear. This provision shall in no way release the Contractor or Contractor's Surety from obligations under the Contract Documents to fully complete the Project. 4. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, in accordance with the provisions of the laws of the state in which the work is performed, Workman's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to provide Workman's Compensation Insurance, including occupational disease provision for all of the latter's GC 29 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under Workman's Compensation statute, the Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise protected. 5. The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work to be performed. Unless specifically authorized by the Owner, the amount of such insurance shall not be less than the contract price totaled in the bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightening, vandalism, malicious mischief, wind, collapse, riot, aircraft and smoke during the contract time and until the work is accepted by the Owner. The policy shall name as the insured the Contractor, the Engineer and the Owner. 6. Contractor shall provide a Builders Risk All Risk insurance policy for the full replacement value of all Project work including the value of all onsite Owner-furnished equipment and/or materials associated with Program Manager's services. Such policy shall include coverage for loss due to defects in materials and workmanship and errors in design, and will provide a waiver of subrogation as to Program Manager and the Owner, and their respective officers, employees, agents, affiliates, and subcontractors. GC-56. CONTRACT SECURITY: 1. The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount of the contract price, conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Documents and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution of the work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact business in the state in which the work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these bonds shall be borne by the Contractor. If at any time a Surety on any such bond is declared a bankrupt or loses its right to do business in the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner. The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished an acceptable bond to the Owner. GC 30 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-57. ASSIGNMENTS: 1. Neither the Contractor nor the Owner shall sell,transfer, assign or otherwise dispose of the Contract or any portion thereof, or his right, title or interest therein, or his obligations thereunder,without written consent of the other party. GC-58. INDEMNIFICATION: 1. The Contractor will indemnify and hold harmless the Owner and Program Manager and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 2. In any and all claims against the Owner or the Engineer or any of their agents or employees, by an employee of the Contractor, Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Workman's Compensation acts, disability benefit acts or other employee benefits acts. 3. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, design or specifications. GC-59. SEPARATE CONTRACTS: 1. The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. 2. The Owner may perform additional work related to the Project by himself or he may let other contracts containing provisions similar to these. The Contractor will afford the other Contractors who are parties to such contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of the work and shall properly connect and coordinate his work with theirs. GC 31 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 3. If the performance of additional work by other Contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves him in additional expense or entitles him to an extension of the contract time, he may make a claim therefor as provided in Sections GC-13 and GC-14. GC-60. SUBCONTRACTING: 1. The Contractor may utilize the services of specialty Subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty Subcontractors. 2. The Contractor shall not award work to Subcontractor(s), in excess of fifty(50%) percent of the Contract Price, without prior written approval of the Owner. 3. The Contractor shall be fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of person directly employed by him. 4. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind the Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. 5. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the Owner. GC-61. ENGINEER'S AUTHORITY: 1. The Engineer shall act as the Owner's representative during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the work is proceeding in accordance with the Contract Documents. 2. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the work. Inspections may be made at the factory or fabrication plant or the source of material supply. 3. The Engineer will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. GC 32 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM 4. The Engineer shall promptly make decisions relative to interpretation of the Contract Documents. GC-62. GUARANTEE: 1. The Contractor shall guarantee all materials and equipment furnished and work performed for a period of eighteen (18) months from the date of substantial completion. The Contractor warrants and guarantees for a period of eighteen (18) months from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments or other work that may be necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect though the guarantee period. GC-63. TAXES: 1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. GC-64. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY: 1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of the Owner or of other railways, persons, or property, the work shall be so conducted as not to interfere with the movement of trains or other operations of the railway, or, if in any case such interference be necessary, the Contractor shall not proceed until he has first obtained specific authority and directions therefore from the proper designated officer of the Owner and has the approval of the Engineer. GC-65. ORDER AND DISCIPLINE: 1. The Contractor shall at all times enforce strict discipline and good order among his employees and any employee of the Contractor who shall appear to be incompetent, disorderly or intemperate or in any other way disqualified for or unfaithful to the work entrusted to him, shall be discharged immediately on the request of the Engineer and he shall not again be employed on the work with the Engineer's written consent. GC-66. TRAFFIC CONTROL, WARNING DEVICES AND SIGNS: 1. The Contractor shall furnish, erect, paint and maintain warning devices when construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such GC 33 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for Street and Highways, "Traffic Control for Highway Construction and Maintenance Operations," latest edition. 2. A 20" x 30" sign, mounted on a solid post, 8 feet above the ground, indicating the name and a 24-hour phone number of the Contractor in 4" letters, shall be erected at prominent locations on the construction site as directed by the Engineer. The Contractor may remove the sign following the maintenance period. 3. 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. 4. The attention of the Contactor is specifically directed to Subsection 107.09 of the Supplemental Specification-"Barricades and Danger, Warning, and Detour Signs". "The Contractor shall furnish, install, and maintain all necessary and required barricades, signs, and other traffic control devices in accordance with these specifications, Project Plans, Special Provisions, and MUTCD, and Take all necessary precautions for the protection of the work and safety of the public." 5. 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. 6. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travelway. This applies to initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and Georgia Standard 9102. 7. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. 8. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. GC-67. SPECIAL RESTRICTIONS: 1. No work shall be allowed after the hours of darkness or on Sunday without permission of the Owner. GC 34 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-68. 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 As- Built plans shall include all above, at, and underground improvements and utility work, including storm sewer, traffic control and operational items, and fiber. The Director of Engineering Department or his/her designee shall review the submitted as-built plans for accuracy, legibility, completeness, and conformity with approved construction plans. Upon approval of submitted as-built, three(3) hard copies and one electronic (CD- in GA State plan coordinate) copy shall be submitted to Engineering Department for record and Director of Engineering signature. There shall be no separate payment unless otherwise shown. GC-69. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER: The Contractor shall not employ or hire any of the employees of the Owner. GC-70. DRAWINGS: 1. The Owner will furnish to the Contractor, free of charge, up to two (2) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Location of all primary features of the work included in the Contract are indicated on the Contract Drawings. GC-71. FIELD OFFICE FACILITIES: 1. The Owner may require Contractor to provide field office depending on project location, size, and type of work. 2. The Contractor shall provide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A telephone and Fax shall be provided at the Contractor's office for expediting the work and be made available for the use of the Engineer. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. GC-72. RIGHTS-OF-WAY AND EASEMENTS: 1. The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed GC 35 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM by reason of the delay in obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. 2. The Contractor shall not perform any work outside the limits of the right-of-way or easements. In addition, no equipment or material shall be placed outside these areas without written permission of both the property owner and the Engineer. In the event that the Contractor elects to utilize private property for any purpose connected with the project, such as, but not limited to, staging areas, equipment and/or material storage or simply as a convenience, he shall submit a written agreement to the Engineer containing vital information such as limits of both area and time the property is to be utilized and a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and recorded by the Engineer. Such agreements must be submitted prior to the contractor's use of the property. All buildings located on newly acquired R/W and/or easements shall be relocated by the Contractor. Such buildings on existing R/W and/or easements shall be removed by the owner or will become the property of the Contractor. 3. The Owner will furnish all land and rights-of-way necessary for carrying out and for the completion of the work to be performed pursuant to the Contract Documents. If all land and rights-of-way are not obtained prior to the issuing of the Notice to Proceed, the Contractor shall begin work upon lands and rights-of-way that have been acquired. 4. The Owner shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired. 5. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. GC-73. ESTIMATE OF QUANTITIES: 1. The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. GC 36 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-74. EXISTING STRUCTURES AND UTILITIES: 1. The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor before starting work. The Contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. GC-75. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: 1. The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. GC-76. PRIOR USE BY OWNER: 1. Prior to completion of the work, the Owner may take over the operation and/or use of the uncompleted project or portions thereof. Such prior use of the facilities by the Owner shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. GC-77. CLEANING UP: 1. The Contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. GC-78. SALVAGE MATERIALS/EXCESS MATERIALS: 1. All salvageable materials, such as drainage pipe, which require removing but not used on this project, are to be removed from the Right-of-Way, as directed by the Engineer, and recycled or properly disposed of per applicable local and state regulations. Augusta Engineering reserves the right to request a copy of disposal documents for these materials. Granite curb and any other material identified by the Engineer shall be saved and stored at location determined by the Owner. 2. All excess material is to be disposed of as directed by the Engineer. GC 37 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-79. MAINTENANCE OF TRAFFIC: 1. In any work within the public right-of-way, the Contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the Contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes, sidewalks and driveways will be kept open and clear at all times except as provided below. The Contractor shall not block traffic on any street more than 30 minutes or without written permission from such agency. Before leaving the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor. The Contractor shall provide construction signs in accordance with requirements of "Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways"; current edition with added supplements and provisions. The attention of the Contactor is specifically directed to Subsection 107.09 of the Supplemental Specification-"Barricades and Danger, Warning, and Detour Signs". "The Contractor shall furnish, install, and maintain all necessary and required barricades, signs, and other traffic control devices in accordance with these specifications, Project Plans, Special Provisions, and MUTCD, and Take all necessary precautions for the protection of the work and safety of the public." All temporary signs, barricades, flashing lights, striping and any other traffic control devices required during construction of this project shall meet all requirements of the MUTCD current addition, as directed by the Engineer and be furnished by the Contractor with payment in accordance with Section 150. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travelway. This applies to initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and Georgia Standard 9102. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. GC 38 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RCE&T VEHICLE PREEMPT SYSTEM GC-80. 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 Flamers shall meet the requirement of part 6F of the MUTCD Current Edition and must have received training and a certificate upon completion of the training from a Department approved training program. Failure to provide certified Flaggers as required above shall be reason for the Engineer suspending work involving the Flagger(s) until the Contractor provides the certified Flagger(s). Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket, and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of the MUTCD Current Edition for controlling traffic. The Stop/slow paddle shall have a shaft length of seven (7)feet minimum. In addition to the stop/slow paddle, a Flagger may use a 24-inch square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. Signs for Flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD Current Edition. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the Flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. GC-81. TRAFFIC DETOURS: Where detours are required and in accordance with Section 150 of the Standard Specifications and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for this project. This plan shall include details of staging and rerouting of traffic including estimated length of time for use of the detours. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic upon and along the roadway. This applies to the initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition and Georgia Standard 9102. GC-82. MAINTENANCE OF ACCESS: 1. The Contractor will be required to maintain access to business establishments during all time they are open for business, to churches, schools and other institutions during the time they are open and to all residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide vehicular and GC 39 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM pedestrian access. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue his operations so as to minimize the time that direct entrance is blocked. GC-83. SPECIAL EVENTS: When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be safe up, shut down and maintained until the Engineer approves the resumption of work. No project is exempt without the expressed approval of the Engineer. If these 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-84. EROSION/SEDIMENT CONTROL AND RESTORATION OF PROPERTY: 1. The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. The Contractor will be required to submit a Soil Erosion, Sedimentation and Stormwater Pollution Control plan that is in compliance with the work site erosion control and NPDES plan, per the Georgia Department of Transportation and Georgia Environmental Protection Erosion, Sediment and Stormwater Pollution Control requirements. 2. The Contractor shall be responsible for all soil erosion and sediment control practices. All on-site erosion control shall comply with local Augusta Richmond County erosion and sediment control ordinances. The cost of this work shall be included in the cost of Lump Sum Construction unless shown as a separate pay item. 3. 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. 4. The cost of this work shall be included in the cost of Lump Sum Construction unless Shown as a Separate pay item. GC-85. UTILITIES: All utility facilities except those owned by Augusta Utilities Department which are in conflict with construction, not covered as specified items in the detailed estimate, are to be removed and relocated to clear construction by the respective owners with the exception of Augusta Utilities and Augusta Traffic Engineering unless added later to the contract as a GC 40 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM supplemental item. All "above ground" utility structures will be located as near as possible to the right-of-way line. The Contractor will not be paid for any delays or extra expense caused by utility facilities obstructions or any other items not being removed or relocated to clear construction in advance of his work. All known utility facilities are shown schematically on the plans, and not necessarily accurate in location as to plan or elevation. Utility facilities such as service lines or unknown facilities not shown on the plans will not relieve the Contractor of his responsibility under this requirement except as noted below. "Existing Utility Facilities" means any utility facility that exists on the highway project in its original, relocated or newly installed position. Other than service lines from street mains to the abutting property the contractor will not be held responsible for the cost of repairs to damaged underground utility facilities when such facilities are not shown on the plans and their existence is unknown to the Contractor prior to the damage occurring, providing the Engineer determines the Contractor has otherwise fully complied with the Specifications. The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes of coordinating the marking of underground utilities. The Contractor's attention is directed to the probability of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables that either are obstructions to the execution of the work and need to be moved out of the way or, if not, must be properly protected during construction. No separate payment will be made for this work. Public utilities of this nature except Augusta Utilities and Augusta Traffic Engineering will be handled by the utility owner. THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS: Atlanta Gas Light Company Augusta Richmond County Utilities 337 Habersham Road 360 Bay Street, Suite 180 Martinez, Georgia 30907 Augusta, Georgia 30901 Phone: (706) 214-0858 Phone: (706)823-4429 Attn: Carl Corley Fax: (706) 312-4133 e-mail: icor/ey@agiresources.com Attn: Deanna Davis e-mail: ddavis2@augustaga.gov GC41of43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM AT&T Georgia Power 3841 Wrightsboro Road 642 Woodland Road Augusta, Georgia 30909 Waynesboro, Ga. 30830 Phone: (706) 228-5203/(706) 210-8237 Cell Phone: (678) 708-9112 Fax: (706)855-1917 Attn: Kristi Griffin Attn: Jeff Surrency e-mail: kbgrifin@southernco.com e-mail: Ws1449@att.com Knology of Augusta Jefferson Energy Cooperative 3714 Wheeler Road P.O. Box 457 Augusta, Georgia 30909 Wrens, Georgia 30833 Phone: (706) 364-1015 Phone: (706) 547-5019 Fax: (706) 364-1011 Fax: (706) 547-5051 Attn: Patrick Casey Attn: Mike Wasden e-mail: Patrick. Casey@knology.com e-mail: mwasden@jec.com Comcast Communications P.O. Box 3579 Augusta, Georgia 30904 Phone: (706) 739-1865 Fax: (706) 733—6942 Attn: Kevin O'Meara e-mail: kevin0'meara@cab/e.comcast.com GC 86. 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-87. BYPASSING SEWAGE: 1. The Contractor will be required to schedule and coordinate construction sequences and to use temporary construction and other approved methods which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or streams will not be permitted. GC 42 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM GC-88. SAFETY AND HEALTH REGULATIONS: 1. The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54). GC-89. WARRANTY: Unless otherwise specified, all contract work is subject to a 18-month warranty. The 18- month warranty is hereby modified to include the following: Any repairs, corrections or modifications performed within the last six months of the original 18-month warranty shall have the original 18-month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. GC-90. PRECONSTRUCTION CONFERENCE: 1. A preconstruction conference shall be held at an acceptable time to the Owner and the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. GC 43 of 43 AED-ITS MASTER PLAN IMPLEMENTATION& RC E&T VEHICLE PREEMPT SYSTEM Augusta, GA Engineering Department TECHNICAL SPECIFICATIONS ITS MASTER PLAN IMPLEMENTATION TIA PROJECT# RC07-000121/ P.I.#0011392 AND RC EMERGENCY &TRANSIT VEHICLE PREEMPT SYSTEM TIA PROJECT# RC07-000137/ P.I.#0011400 Rev.June 1,2011 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 150—Traffic Control 150.01 GENERAL This section as supplemented by the Plans, Specifications, and Manual on Uniform Traffic Control Devices (MUTCD) shall be considered the Temporary Traffic Control (TTC) Plan. Activities shall consist of furnishing, installing, maintaining, and removing necessary traffic signs, pedestrian signs, barricades, lights, signals, cones, pavement markings and other traffic control devices and shall include flagging and other means for guidance and protection of vehicular and pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices and installing additional devices as necessary in construction work zones. When any provisions of this Specification or the Plans do not meet the minimum requirements of the MUTCD, the MUTCD shall control. The 2009 Edition of the MUTCD shall be in effect for the duration of the project. The needs and control of all road users (motorists, bicyclists and pedestrians within the highway right-of-way and easements, including persons with disabilities in accordance with the Americans with Disabilities Act of 1990 (ADA), Title II, Paragraph 35.130)through a Temporary Traffic Control (TTC) zone shall be an essential part of highway construction, utility work, maintenance operations and management of traffic incidents. The Worksite Traffic Control Supervisor (WTCS) shall have a copy of Part VI of the MUTCD and the Contract on the job site. Copies of the current MUTCD may be obtained from the FHWA web page at htto://mutcd.fhwa.dot.gov. A. WORKER SAFETY APPAREL All workers, including emergency responders, within the right-of-way who are exposed either to traffic (vehicles using the highway for purpose of travel) or to work vehicles and construction equipment within the TTC zone shall wear high-visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSI/ISEA 107-2004 publication entitled "American National Standard for High-Visibility Safety Apparel and Headwear", or equivalent revisions, and labeled as meeting the ANSI 107-2004 standard performance for Class 2 or 3 risk exposure. Emergency and incident responders and law enforcement personnel within the TTC zone may wear high-visibility safety apparel that meets the performance requirements of the ANSI/ISEA 207-2006 publication entitled "American National Standard for High-Visibility Public Safety Vests", or equivalent revisions, and labeled as ANSI 207-2006, in lieu of ANSI/ISEA 107-2004 apparel. Firefighters or other emergency responders working within the right-of-way and engaged in emergency 1 operations that directly expose them to flame, fire, heat, and/or hazardous material may wear retroreflective turn-out gear that is specified and regulated by other organizations, such as the National Fire Protection Association. B. WORKSITE TRAFFIC CONTROL SUPERVISOR ALL HIGHWAYS (ADDITIONAL REQUIREMENTS BELOW FOR INTERSTATES): The Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor (WTCS) who shall be responsible for selecting, installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Special Provisions and the MUTCD. A written resume documenting the experience and credentials of the WTCS shall be submitted and accepted by the Engineer prior to beginning any work that involves traffic control. The WTCS shall be available on a twenty-four (24) hour basis to perform his duties. If the work requires traffic control activities to be performed during the daylight and nighttime hours it may be necessary for the Contractor to designate an alternate WTCS. An alternate WTCS must meet the same requirements and qualifications as the primary WTCS and be accepted by the Engineer prior to beginning any traffic control duties. The Worksite Traffic Control Supervisor's traffic control responsibilities shall have priority over all other assigned duties. As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the Contractor in administering the TTC Plan. The WTCS shall have appropriate training in safe traffic control practices in accordance with Part VI of the MUTCD. In addition to the WTCS all other individuals making decisions regarding traffic control shall meet the training requirements of the Part VI of the MUTCD. The WTCS shall supervise the initial installation of traffic control devices. The Engineer prior to the beginning of construction will review the initial installation. Modifications to traffic control devices as required by sequence of operations or staged construction shall be reviewed by the WTCS. The WTCS shall be available on a full-time basis to maintain traffic control devices with access to all personnel, materials, and equipment necessary to respond effectively to an emergency situation within forty-five (45) minutes of notification of the emergency. The WTCS shall regularly perform inspections to ensure that traffic control is maintained. Unless modified by the special conditions or by the Engineer, routine deficiencies shall be corrected within a twenty-four (24) hour period. Failure to comply with these provisions shall be grounds for dismissal from the duties of WTCS and/or removal of the WTCS from the project. Failure of the WTCS to execute his duties shall be considered as 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. 2 CERTIFIED WORKSITE TRAFFIC CONTROL SUPERVISOR ADDITIONAL REQUIREMENTS FOR INTERSTATE AND LIMITED ACCESS HIGHWAYS: In addition to the requirements above, the WTCS shall have a minimum of one year's experience directly related to work site traffic control in a supervisory or responsible capacity. The WTCS shall be currently certified by the American Traffic Safety Services Association (ATSSA) Work Site Traffic Supervisor Certification program or the National Safety Council Certification program. Any work performed on the interstate or limited access highway right-of-way that requires traffic control shall be supervised by the Certified Worksite Traffic Control Supervisor. No work requiring traffic control shall be performed unless the certified WTCS is on the worksite. Failure to maintain a Certified Worksite Traffic Control Supervisor on the work will be considered as non-performance under Subsection 150.08. The WTCS shall perform, as a minimum, weekly traffic control inspections on all interstate and limited access highways. The inspection shall be reported to the Engineer on a TC-1 report. The Engineer will furnish a blank copy of the TC-1 report to the Contractor prior to the beginning of any work on the interstate or limited access right-of-way. C. TRAFFIC CONTROL DEVICES All traffic control devices used during the construction of a project shall meet the Standards utilized in the MUTCD, and shall comply with the requirements of these Specifications, Project Plans, and Special Provisions. All devices shall be tested at NCHRP Test Level III. Reference is made to Subsections 104.05, 107.07, and 107.09. D. REFLECTORIZATION REQUIREMENTS All rigid fluorescent orange construction warning signs (black on fluorescent orange) shall meet the reflectorization and color requirements of ASTM Type VII, VIII, IX or X regardless of the mounting height. Portable signs which have flexible sign blanks shall meet the reflectorization and color requirements of ASTM Type VI. Warning signs (W3-1a) for stop conditions that have rumble strips located in the travelway shall be reflectorized with ASTM Type IX fluorescent yellow sheeting. All other signs shall meet the requirements of ASTM Type III or IV except for"Pass With Care"and"Do Not Pass"signs which may be ASTM Type I unless otherwise specified. CHANNELIZATION DEVICES: Channelization devices shall meet the requirements of ASTM Type III or IV high intensity sheeting. 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. 3 When any shift or change is made to the location of traffic or to the flow patterns of traffic, including pedestrian traffic, the permanent safety features shall be installed and fully operational before making the change. If staging or site conditions prevent the installation of permanent features then the equivalent interim devices shall be utilized. This work shall also include any necessary removal and reinstallation of guardrail panels to achieve the required panel lap to accommodate the appropriate shift and traffic flow including the final traffic flow configuration (The cost of performing this work shall be included in Traffic Control-Lump Sum). Any section of the work that is on new location shall have all permanent safety features installed and fully operational before the work is opened to traffic. Safety features shall include but are not limited to the following items: 1. Guardrail including anchors and delineation with properly lapped panels 2. Impact attenuators 3. Traffic signals 4. Warning devices 5. Pavement markings including words, symbols, stop bars, and crosswalks 6. Roadway signs including regulatory, warning, and guide Outdoor lighting shall be considered as a safety feature for welcome centers, rest areas, and weigh station projects. For typical roadway type projects new street lighting is not considered a safety feature unless specifically noted in the plans or in the special conditions. F. MAINTENANCE OF TRAFFIC CONTROL DEVICES Traffic control devices shall be in acceptable condition when first erected on the project and shall be maintained in accordance with Subsection 104.05 throughout the construction period. All unacceptable traffic control devices shall be replaced within 24 hours. When not in use, all traffic control devices shall be removed, placed or covered so as not to be visible to traffic. All construction warning signs shall be removed within seven calendar days after time charges are stopped or pay items are complete. If traffic control devices are left in place for more than ten days after completion of the Work, the Department shall have the right to remove such devices, claim possession thereof, and deduct the cost of such removal from any monies due, or which may become due, the Contractor. G. TRAFFIC INTERRUPTION RESTRICTIONS The Department reserves the right to restrict construction operations when, in the opinion of the Engineer, the continuance of the Work would seriously hinder traffic flow, be needlessly disruptive or unnecessarily inconvenience the traveling public. The Contractor shall suspend and/or reschedule any work when the Engineer deems that conditions are unfavorable for continuing the Work. 4 Advanced notification requirements to the Contractor to suspend work will be according to the events and the time restrictions outlined below: Incident management No advanced notice required Threatening/Inclement weather 24 hours Holidays. sporting events, Three (3) calendar days unfavorable conditions If the work is suspended, the Contractor may submit a request for additional contract time as allowed under Section 108. The Department will review the request and may grant additional contract time as justified by the impact to the Contractor's schedule. Compensation for loss of productivity, rescheduling of crews, rental of equipment or delays to the Contractor's schedule will not be considered for payment. Additional contract time will be the only consideration granted to the Contractor. H. SEQUENCE OF OPERATIONS Any Sequence of Operations provided in this Contract in conjunction with any staging details which may be shown in the plans, is a suggested sequence for performing the Work. It is intended as a general staging plan for the orderly execution of the work while minimizing the impact on pedestrian facilities, mainline, cross-streets and side streets. The Contractor shall develop detailed staging and temporary traffic control plans for performing specific areas of the Work including but not limited to all traffic shifts, detours, bridge widenings, paces, or other activities that disrupt traffic or pedestrian flow. The Engineer may require detailed staging and TTC plans for lane closures or disruption to pedestrian facilities. These plans shall be submitted for approval at least two weeks prior to the scheduled date of the activity. Activities that have not been approved at least seven (7) days prior to the scheduled date shall be rescheduled. Where traffic is permitted through the work area under stage construction, the Contractor may choose to construct, at no additional expense to the Department, temporary on-site bypasses or detours in order to expedite the work. Plans for such temporary bypasses or detours shall be submitted to the Engineer for review and approval 30 calendar days prior to the proposed construction. Such bypasses or detours shall be removed promptly when in the opinion of the Engineer; they are not longer necessary for the satisfactory progress of the Work. Bypasses and detours shall meet the minimum requirements of Subsection 150.02.6.4. As an option to the Sequence of Operations in the Contract, the Contractor may submit an alternative Sequence of Operations for review and approval. Alternate Sequence of Operations for pedestrian facilities shall be in compliance with the MUTCD and ADA. Pedestrian needs identified in the preconstruction phase shall be included in the proposed alternate plan. 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 days 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 5 as acceptance of the Sequence of Operations outlined in the Contract and the willingness of the Contractor to execute this as-bid plan. The Department will not pay, or in any way reimburse the Contractor for claims arising from the Contractor's inability to perform the Work in accordance with the Sequence of Operations provided in the Contract or from an approved Contractor alternate. The Contractor shall secure the Engineer's approval of the Contractor's proposed plan of operation, sequence of work and methods of providing for the safe passage of vehicular and pedestrian traffic before it is placed in operation. The proposed plan of operation shall supplement the approved traffic control plan. Any major changes to the approved TTC plan, proposed by the Contractor, shall be submitted to the Department for approval. Some additional traffic control details will be required prior to any major shifts or changes in traffic. The traffic control details shall include, but not be limited to, the following: 1. A detailed drawing showing traffic locations and laneage for each step of the change. 2. The location, size, and message of all signs required by the MUTCD, Plan, Special Provisions, and other signs as required to fit conditions. Any portable changeable message signs used shall be included in the details. 3. The method to be used in, and the limits of, the obliteration of conflicting lines and markings. 4. Type, location, and extent of new lines and markings. 5. Horizontal and vertical alignment and superelevation rates for detours, including cross- section and profile grades along each edge of existing pavement. 6. Drainage details for temporary and permanent alignments. 7. Location, length, and/or spacing of channelization and protective devices (temporary barrier, guardrail, barricades, etc.) 8. Starting time, duration and date of planned change. 9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing workforce, materials, and equipment necessary to accomplish the proposed work. This will be the minimum resource allocation required in order to start the work. 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. 6 150.02 TEMPORARY TRAFFIC CONTROL 0-Tc)ZONES: A. DEVICES AND MATERIALS: In addition to the other provisions contained herein, work zone traffic control shall be accomplished using the following means and materials: 1. Portable Advance Warning Signs Portable advance warning signs shall be utilized as per the requirements of the temporary traffic control plans. All signs shall meet the requirements of the MUTCD and shall be NCHRP 350 crashworthy compliant. 2. Arrow Panels Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on Interstate or multi-lane highway lane closure only, shall be a minimum size of 48" high by 96"wide with not less than 15 lamps used for the arrow. The arrow shall occupy virtually the entire size of the arrow panel and shall have a minimum legibility distance of one mile. The minimum legibility distance is that distance at which the arrow panel can be comprehended by an observer on a sunny day, or clear night. Arrow panels shall be equipped with automatic dimming features for use during hours of darkness. The arrow panels shall also meet the requirements for a Type C panel as shown in the MUTCD. The sequential or flashing arrow panels shall not be used for lane closure on two-lane, two-way highways when traffic is restricted to one-lane operations in which case, appropriate signing, flaggers and when required, pilot vehicles will be deemed sufficient. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable support. Vehicle mounted panels shall be provided with remote controls. Minimum mounting height shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels which should be as high as practical. For emergency situations, arrow display panels that meet the MUTCD requirements for Type A or Type B panels may be used until Type C panels can be located and placed at the site. The use of Type A and Type B panels shall be held to the minimum length of time possible before having the Type C panel(s) in operation. The Engineer shall determine when conditions and circumstances are considered to be emergencies. The Contractor shall notify the Engineer, in writing, when any non-specification arrow display panel(s) is being used in the work. 3. Portable Changeable Message Signs Portable changeable message signs meeting the requirements of Section 632 and the MUTCD. Any PCMS in use that is not protected by positive barrier protection shall be delineated by a minimum of three drums that meet the requirement of Section 150.05.A.1. The drum spacing shall not exceed a maximum of ten (10') feet as shown 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. 7 TRAFFIC fj,QW_1t a DEM 1504US MUSE When not in use the PCMS shall be removed from the roadway unless protected by positive barrier protection. If the PCMS is protected by positive barrier protection the sign panel shall be turned away from traffic when not in use. 4. Channelization Devices Channelization devices shall meet the standards of the MUTCD and Subsection 150.05. 5. Temporary Barrier Temporary barrier shall meet the requirements of Section 622. 6. Temporary Traffic Signals Temporary traffic signals shall meet the requirements of Section 647 and the MUTCD. 7. Pavement Marking Pavement marking incorporated into the work shall comply with Subsections 150.04.A and 150.04.B. 8. Portable Temporary Traffic Control Signals The use of Portable Temporary Traffic Control Signals shall meet the following minimum requirements: Only two-lane two-way roadways will be allowed to utilize Portable Temporary Traffic Control Signals. 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. 8 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 cannot occur. To assure that the appropriate operating pattern including timing is displayed to the traveling public, regular inspections including the use of accurate timing devices shall be made by the Worksite Traffic Control Supervisor. If at any time any part of the system fails to operate within these requirements then the use of the signal shall be suspended and the appropriate flagging operation shall begin immediately. The Worksite Traffic Control Supervisor (WTCS) shall continuously monitor the portable traffic control signal to insure compliance with the requirements for maintenance under the MUTCD. The signal shall be maintained in a manner consistent with the intention of the MUTCD, with emphasis on cleaning of the optical system. Timing changes shall be made only by the WTCS. The WTCS shall keep a written record of all timing changes. The portable temporary signal shall have two power sources and shall be capable of running for seven calendar days continuously. The Contractor shall have an alternate temporary traffic control plan in the event of failure of the signal. 9. RUMBLE STRIPS Rumble strips incorporated into the work shall meet the requirements of Section 429 and the MUTCD. Existing rumble strips that are positioned in the traveled way to warn traffic of a stop condition shall be reinstalled based on the following requirements: INTERMEDIATE SURFACES: Intermediate surfaces that will be in use for more than forty-five (45) calendar days shall have rumble strips reinstalled on the traveled way in the area of a stop condition. Non-refundable deductions in accordance with Subsection 150.08 will be assessed for any intermediate surface in place for greater than 45 days without rumble strips. FINAL SURFACES: Rumble strips shall be installed on the final surface within fourteen (14) calendar days of the placement of the final surface in the area of the stop condition. Failure to install within fourteen (14) calendar days will result in assessment of non-refundable deductions in accordance with Subsection 150.08. 9 Prior to the removal of any rumble strips located in the travelway, stop ahead (W3-1a) warning signs shall be double indicated ahead of the stop condition. These warning signs shall be a minimum of 48 inches by 48 inches. The reflectorization of the warning signs shall be as required by Subsection 150.01.D. These warning signs shall remain in place until,the rumble strips have been reinstalled on the traveled way. Any existing warning signs for the stop ahead condition shall be removed or covered while the 48" X 48" (W3-1a) signs are in place. When the rumble strips have been reinstalled these warning signs should be promptly removed and any existing signage placed back in service. 10. GUARDRAIL: When the removal and installation of guardrail is required as a part of the work the following time restrictions shall apply unless modified by the special conditions: MULTI-LANE HIGHWAYS: From the time that the existing guardrail or temporary positive barrier protection is removed the Contractor has fourteen (14) calendar days to install the new guardrail and anchors. During the interim, the location without guardrail shall be protected with drums spaced at a maximum spacing of twenty (20') feet. The maximum length of rail that can be removed at any time without being replaced with positive barrier protection is a total of 2000 linear feet of existing rail or the total length of one run of existing rail, whichever is less. ALL OTHER HIGHWAYS: From the time that the existing guardrail is removed or from the time that temporary positive barrier protection is removed the Contractor has thirty (30) calendar days to install the new guardrail and anchors. During the interim, the location without guardrail shall be protected with drums spaced at a maximum spacing of twenty (20') feet. The maximum length of rail that can be removed at any time without being replaced with positive barrier protection is a total of 1000 linear feet of existing rail or the total length of one run of existing rail, whichever is less. Based on existing field conditions, the Engineer may review the work and require that the guardrail be installed earlier than the maximum time allowed above by giving written notification to the Contractor via the TC-1 traffic control report. ALL HIGHWAYS: The contractor shall install new guardrail such that traffic exposure to fixed objects is minimized. Within the same work day, temporary attenuators, as defined in Subsection 150.05.B, should be installed on the approach to fixed objects that can't be protected with guardrail. Truck mounted attenuators may be used to shield exposed fixed objects for periods not to exceed forty-eight (48) hours. No separate payment will be made for truck mounted attenuators. When the roadway is open to traffic, guardrail panels shall be lapped to comply with the directional flow of traffic. Should the staging of the work require that the lap of the guardrail be changed, this work shall be completed before the roadway is opened to traffic. The work to change the lap of any guardrail shall be included in Traffic Control- Lump Sum. Failure to comply with the above time and quantity restrictions shall be considered as non-compliance under Subsection 150.08. 10 11. STOP SIGN REGULATED INTERSECTIONS: For intersections that utilize stop sign(s) to control the flow of traffic and to restrict the movement of vehicles, the stop sign(s) shall be maintained for the duration of the work or until such time that the stop condition is eliminated or until an interim or permanent traffic signal can be installed to provide proper traffic control. The traffic signal shall be installed and properly functioning before the removal of the existing stop sign(s) is permitted. If the existing intersection is enhanced traffic control features such as stop bars, double indicated stop signs, oversized signs, advanced warning stop ahead signs, rumble strips on the approaches or flashing beacons located overhead or on the shoulders then these features shall be maintained for the duration of the project or until the permanent traffic control plan has been implemented. Whenever the staging of the work requires that the traveled-way be relocated or realigned the Contractor shall reinstall all enhanced traffic control features noted above on the newly constructed sections of the work. The cost of relocating the stop bars, stop signs, advanced warning signs, the rumble strips and the flashing beacons shall be included in the price bid for Lump-Sum-Traffic Control unless individual pay items are included in the contract for rumble strips and/or flashing beacons. When pay items are included in the contract for rumble strips or flashing beacons then these items will be paid per each. When staging requires the relocation or realignment of an existing stop condition it may be necessary to consider the addition of enhanced traffic control features even though none existed at the original location. Horizontal and vertical alignment changes at a new location may have decreased or restricted sight distance or the stop condition may occur sooner than in the previous alignment. If these conditions occur then the Engineer and/or the WTCS should consider additional measures to enhance the motorist's awareness of the changes even though the staging plans may not address enhanced features. Stop signs should be a minimum of 36 inches for interim situations. The use of 48 inch stop signs may be warranted under project specific conditions. Flags may be used on interim/permanent stop signs that are mounted at seven (7') feet in height for a short duration in order to direct additional attention to a new or relocated stop sign(s). Flags should not be used for durations exceeding two weeks unless unusual or site specify conditions warrant a longer period of time. The use of Type "A" flashing red light(s) attached to the stop sign(s) may be appropriate during the same period that the flags are in use to increase attention. The use of rumble strips and/or portable changeable message signs may be considered. The use of new rumble strips, where none previously existed, shall have the prior approval of District Traffic Operations before being included as part of the temporary traffic control plan. The message(s) displayed on any PCMS shall have the prior approval of the 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. 11 B. WORK ZONE RESTRICTIONS: 1. Interstate The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile of distance. 2. Non-Interstate Divided Highways The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile distance in rural areas or at least 500 feet of distance in urban areas. 3. Non-Divided Highways a. The Contractor shall not simultaneously perform work on opposite sides of the roadway when the work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile of distance in rural areas or at least 500 feet of distance in urban areas. b. On two-lane projects where full width sections of the existing subgrade, base or surfacing are to be removed, and new base, subgrade, or surfacing are to be constructed, the Contractor shall maintain one-lane traffic through the construction area by removing and replacing the undesirable material for half the width of the existing roadway at a time. Replacement shall be made such that paving is completed to the level of the existing pavement in the adjacent lane by the end of the workday or before opening all the roadway to traffic. 4. All Highways: a. There shall be no reduction in the total number of available traffic lanes that existed prior to construction except as specifically allowed by the Contract and as approved by the Engineer. b. Travelway Clearances: All portions of the work shall maintain the following minimum requirements: 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. 12 Two-lane two-way roadways may have temporary horizontal restrictions of less than sixteen (16) feet provided a flagger operation for one-way traffic is utilized to restrict access to the work area by over-width loads. The minimum horizontal clearance shall be restored before the flagging operation is removed. c. Highway Work Zone: All sections or segments of the roadway under construction or reconstruction shall be signed as a Highway Work Zone except non-state highway two-lane two-way resurfacing projects. Two conditions can be applied to a Highway Work Zone. Condition 1 is when no reduction in the existing speed limit is required. Condition 2 is when worksite conditions require a reduction of the speed limit through the designated Work Zone. Properly marking a Highway Work Zone shall include the following minimum requirements: 1. NO REDUCTION IN THE EXISTING POSTED SPEED LIMIT IN HIGHWAY WORK ZONE: a) Signage (Detail 150-HWZ-1) shall be posted at the beginning point of the Highway Work Zone warning the traveling public that increased penalties for speeding violations are in effect. The HWZ-2 sign shall be placed a minimum of six hundred (600') feet in advance of the Highway Work Zone and shall not be placed more than one thousand (1000') feet in advance of the Work Zone. If no speed reduction is required it is recommended that the HWZ-2 be placed at 750 feet from the work area between the ROAD WORK 500 FT. and the ROAD WORK 1000 FT. signs. HWZ-2 signs shall be placed at intervals not to exceed one mile for the length of the project. HWZ-2 signs should be placed on the mainline after all major intersections except State Routes. State Routes shall be signed as per the requirements for intersecting roadways below. b) The existing speed limit shall be posted at the beginning of the Work Zone. Existing Speed Limit signs (R2-1) shall be maintained. c) INTERSECTING ROADWAYS: Intersecting state routes shall be signed in advance of each intersection with the Work Zone with a HWZ-2 sign to warn motorists that increased fines are in effect. All other intersecting roadways that enter into a designated Highway Work Zone may be signed in advance of each intersection with the Work Zone. When construction equipment and personnel are present in the intersection on the mainline of a multi-lane roadway, the intersecting side roads shall be signed in advance with HWZ-2 signs. As soon as the work operation clears the intersection the signage may be removed. d) Sign HWZ-3 shall be posted at the end of the Highway Work Zone indicating the end of the zone and indicating that increased penalties for speeding violations are no longer in effect. e) When a designated Highway Work Zone is no longer necessary all signs shall be removed immediately. 13 2. REDUCING THE SPEED LIMIT IN A HIGHWAY WORK ZONE: Highway Work Zone signs shall be posted as required in Condition 1 above. For limited access (interstate) highways and controlled access multi-lane divided highways the posted speed limit shall be reduced as required below. Speed Limit signage (R2-1) for the reduced speed limit shall be erected at the beginning of the work zone. Additional signs shall be placed to ensure that the maximum spacing of the reduced speed limit signs shall be no greater than one (1) mile apart. Existing speed limit signs shall be covered or removed. On multi-lane divided highways the speed limit signs shall be double indicated when the reduced speed is in use. When any one or more of the following conditions exist and the existing speed limit is 65 mph or 70 mph, the speed limit shall be reduced by 10 mph. If the existing speed limit is 60 mph, the speed limit should be reduced by 5 mph. If the existing speed limit is 55 mph or less, the Contractor can only reduce the speed limit with the prior approval of the Engineer. The reduction in the speed limit shall be no greater than 10 mph: a) Lane closure(s) of any type and any duration. b) The difference in elevation exceeds two inches adjacent to a travel lane as shown in Subsection 150.06, Detail 150-B, Detail 150-C. c) Any areas where equipment or workers are within ten feet of a travel lane. d) Temporary portable concrete barriers located less than two (2') feet from the traveled way. e) As directed by the Engineer for conditions distinctive to this project. When the above conditions are not present the speed limit shall be immediately returned to the existing posted speed limit. A speed reduction shall not be put in place for the entire length of the project unless conditions warranting the speed reduction are present for the entire project length. All existing speed limit signs within the temporary speed reduction zone shall be covered or removed while the temporary reduction in the speed limit is in effect. All signs shall be erected to comply with the minimum requirements of the MUTCD. As a minimum the following records shall be kept by the WTCS: a) Identify the need for the reduction. b) Record the time of the installation and removal of the temporary reduction. c) Fully describe the location and limits of the reduced speed zone. d) Document any accident that occurs during the time of the reduction. A copy of the weekly records for reduced speed zones shall be submitted to the Engineer. Reduced speed zones shall, as a minimum, be signed as per Detail 150-HWZ-1. Interim signs shall meet the requirements of Subsection150.03 D. Additional signs may be necessary to adjust for actual field conditions. 14 When a pilot vehicle is used on a two-lane two-way roadway the speed limit should not be reduced. For special conditions specific to the work, on two-lane two-way roadways or multi-lane highways, the contractor may reduce the posted speed limit with the prior approval of the Engineer. 5. MILLED SURFACE RESTRICTIONS: Unless modified by the special conditions, a milled surface on any asphaltic concrete surface shall not be allowed to remain open to traffic for a period of time that exceeds thirty(30)calendar days. 6. INSTALLATION/REMOVAL OF WORK AREA SIGNAGE: No payment will be made for Traffic Control-Lump Sum until the Work has actually started on the project. The installation of traffic control signage does not qualify as the start of work. Advanced warning signs shall not be installed until the actual beginning of work activities. Any permanent mount height signs installed as the work is preparing to start shall be covered until all signs are installed unless all signs are installed within seven (7)calendar days after beginning installation. All temporary traffic control devices shall be removed as soon as practical when these devices are no longer needed. When work is suspended for short periods of time, temporary traffic control devices that are no longer appropriate shall be removed or covered. All construction warning signs shall be removed within seven (7) calendar days after time charges are stopped or pay items are complete. If traffic control devices are left in place for more than ten (10) calendar days after completion of the Work, the Department shall have the right to remove such devices, claim possession thereof, and deduct the cost of such removal from any monies due, or which may become due, the Contractor. 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. 15 0 lal / o§ 7 )E o §� °z � " 0. `1/1 4W _.Ja0§B I2- �� 2 .2� « �a -oma ���� �« -�_� T _W 0 m- 0 ■�G W �K�§� kk�§ MI —4 }§ • • I \ 1 o• S 1.-0.1- 000 O / � * (X 0j- @§k�■ k R ( N E L�LI CO 2Z��0 o U I 0 ■_- ;�§ «:#� w ~ LA §\b •��0IAN11/1 /J Z 7 K » CC | : 0 * 1.V1I / -1-"L CX , tet 7qr �O . ./ 703 �r\� �w k �/� . CC /0 00v 0 0 3t . : �oB§ I- e O Z_ _ $ �«w�� Z 7 / # � �WW § �o� 2�- } V ? ®�_ W16 N- WX R W0 _ « . �� . Z zz z /k/ 3.3z 0336_i_ IS mm In $ ��0 oa �4 L<2 �� # ¢ �t2� ƒW� . ) $ ems § 1_, \ cc �� "2 of Y. co Y. X ;W Cr 0 0- «W c oV)� 2 k I:tNZ i WO � F0 �k� f2 §a § 2 f U§/ k■ IQ « -§2 . �� .4-- 1 cc j Tr mLocWiE) 7o8 ZWIo 00 kk : E z-ia f� 4- \?k §�S0 1- z4 §-1 o �zz� -i 1-§ I V) FakR k1- -2 16 3'4" G 1"4"MARBORDI NE 40" 4" 3" RADIUS 5„ WORK gONE 6" 6„ SER. "C„ � 4" BAR SPEEDONO 6" SER. „C„ 15"- --..... 18"--•+•-15" 3" 60" EINEg 6" 6" SER. „C„ 3" 66" SER. "C ONCREASED " 13" 22" 13" 3" 577777772I/4"MM 1V BAR gaiOh 1llEiUEM1 4" 4„134" SER. "D" FIINEMM((�� g 4„ 4" SER. "D" r 3„ 11 " + 26" + 1 1 4$„ HWZ-2 COLORS TOP PANEL LEGEND & BORDER - BLACK ( NON-REEL ) BACKGROUND - FLUORESENT ORANGE ( ASTM TYPE VII , VIII , IX or X ) MIDDLE & BOTTOM PANELS LEGEND & BORDER - BLACK ( NON-REEL ) BACKGROUND - WHITE ( ASTM TYPE III OR IV REEL SHEETING ) NOTES: 1 . ALL HWZ-2 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ-2 SIGN SHALL NOT BE REDUCED FOR USE ON TWO-LANE ROADWAYS. 17 3/4" MARGIN 1114" BORDER 4"E 40" 3" RADIUS 1 \I oRK z © NE 6" 6" SER. "C" 18"--4}•-12"-+ 18" 5" 1 /4 BAR END 6- 6" SER. "C" 6"1"0 36 _. 6" 4„ 60" [1 INI © H E a D E D 6" 6" SER. "C" 8" 32"---0-1 8" 4" SPEEDONO 6" 6" •SER. "C" 4" FONES 6" 6" SER. "C" 5" V 15" + 18" 15"-•- 48" HWZ-3 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 IV REEL SHEETING ) NOTES: 1 . ALL HWZ-3 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ-3 SIGN SHALL NOT BE REDUCED FOR USE ON TWO-LANE ROADWAYS. 18 C. LANE CLOSURES: 1. Approval/Restrictions All lane closures of any type or duration shall have the prior approval of the Engineer. a. The length of a lane closure shall not exceed two (2) miles in length excluding the length of the tapers unless the prior approval of the Engineer has been obtained. The Engineer may extend the length of a lane closure based upon field conditions however the length of a workzone should be held to the minimum length required to accomplish the Work. Lane closures shall not be spaced closer than one mile. The advanced warning signs for the project should not overlap with the advanced warning signs for lane shifts, lane closures, etc. b. Lane closures that require same direction traffic to be split around the Work Area will not be approved for roadways with posted speeds of 35 mph or greater, excluding turn lanes. c. For Interstate, Limited Access and Multi-lane Divided Highways, a Portable Changeable Message Sign (PCMS) shall be placed one (1) mile in advance of a lane closure with a message denoting the appropriate lane closure one mile ahead. The Portable Changeable Message Sign (PCMS) shall be placed on the outside shoulder in accordance with Detail 150-PCMS. This is in addition to the other traffic control devices required by Standard 9106. 2. Removal Of Lane Closures To provide the greatest possible convenience to the public in accordance with 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. This requirement will apply to any situation where traffic is shifted to contra flows or inside staging lanes to facilitate reconstruction work in the vicinity of exit and entrance ramps. The temporary ramp taper length shall be greater than, or equal to, the existing taper length. Interim EXIT gore signs shall be placed at the ramp divergence. The "EXIT OPEN" sign shown in Figure TA-42 of the MUTCD shall be utilized. For exit ramps, channelization device spacing shall be decreased to 10 feet for 200 feet in advance of the temporary gore, and be decreased to 10 feet for the first 100 feet of the temporary gore. 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 19 shall utilize only the signs and markings shown for the termination end of the lane drop in Standard 9121. All warning signs in the lane drop sequence shall be used. Drums may be substituted for the Type I Crystal Delineators at the same spacing. 5. Termination Area The transition to normal or full width highway at the end of a lane closure shall be a maximum of 150 feet. D. TRAFFIC PACING METHOD: 1. Pacing Of Traffic With prior approval from the Engineer, traffic may be paced allowing the Contractor up to ten (10) minutes maximum to work in or above all lanes of traffic for the following purposes: a. Placing bridge members or other bridge work. b. Placing overhead sign structures. c. Other work items requiring interruption of traffic. The Contractor shall provide a uniformed police officer with patrol vehicle and blue flashing light for each direction of pacing. The police officer, Engineer, and flaggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. When ready to start the work activity, the police vehicle will act as a pilot vehicle slowing the traffic thereby providing a gap in traffic allowing the Contractor to perform the Work. Any on-ramps between the pace and the work area shall be blocked during pacing of traffic, with a flagger properly dressed and equipped with a Stop/Slow paddle. Each ramp should be opened after the police vehicle has passed. Pilot vehicles shall travel at a safe pace speed, desirably not less than 20 mph interstate and 10 mph non-interstate. The Contractor shall provide a vehicle to proceed in front of the police vehicle and behind the other traffic in order to inform the Contractor's work force when all vehicles have cleared the area. Traffic will not be permitted to stop during pacing except in extreme cases as approved by the Engineer. 2. Methods Of Signing For Traffic Pacing At a point not less than 1,000 feet in advance of the beginning point of the pace, the Contractor shall erect and cover a W-special sign (72 inch x 72 inch) with a Type "B" flashing light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY" (See Detail 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. 20 TIPS '/• FLA$111/10 IMIT ON TIIAFF IC SIX 1'1M11CIN 114' SOWN 4/..__. 3' RADIUS _0. .3• 1 1.5ig.s•lir A 18 IF pi ti Cr i' 1?' ,?' SEN. -C'SL IO- r 32• 110' 72' 1,.15R 1 LLiJ1141-EA r 13 .__.liE' i. Au 111E ' 12' SIR. 'C' SHORT' DELAY L. O. stn. 't' 11.i-f � 51' .5• P-SPCCIAL SIa1 ITL1laANY POST 10.111111) S I OW 31MLL NAW SLAGS Cloth AID noun ON MOM IE'UCTORIf0 pAtataromo DETAIL 150—A 21 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. Areas within the limits of the project which are determined by the Engineer to be disturbed or damaged due either directly or indirectly from the progress or the lack of progress of the work shall be cleaned up, redressed, and regrassed. All surplus materials shall be removed and disposed of as required. Surplus materials shall be disposed of in accordance with Section 201 of the Specifications. G. EXISTING STREET LIGHTS Existing street lighting shall remain lighted as long as practical and until removal is approved by the Engineer. H. NIGHTWORK Adequate temporary lighting shall be provided at all nighttime work sites where workers will be immediately adjacent to traffic. I. CONSTRUCTION VEHICLES IN THE WORKZONE The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to traffic is prohibited. It shall be the responsibility of the Worksite Traffic Control Supervisor to ensure that any vehicle present at the worksite is necessary for the completion of the work. 22 1 ENCROACHMENTS ON THE TRAVELED-WAY The Worksite Traffic Control Supervisor (WTCS) shall monitor the work to ensure that all the rocks, boulders, construction debris, stockpiled materials, equipment, tools and other potential hazards are kept clear of the travelway. These items shall be stored in a location, in so far as practical, where they will not be subject to a vehicle running off the road and striking them. K. PEDESTRIAN CONSIDERATIONS All existing pedestrian facilities, including access to transit stops, shall be maintained. Where pedestrian routes are closed, alternate routes shall be provided. Closures of existing, interim and final pedestrian facilities shall have the prior written approval of the Engineer. When existing pedestrian facilities are disrupted, closed or relocated in a TTC zone, the temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Pedestrian facilities are considered improvements and provisions made to accommodate or encourage walking. Whenever a sidewalk is to be closed, the Engineer shall notify the maintaining agency two (2) weeks prior to the closure. Prior to closure, detectable barriers (that are detectable by a person with a visual disability traveling with the aid of a long cane), as described by the MUTCD, shall be placed across the full width of the closed sidewalk. Barriers and channelizing devices used along a temporary pedestrian route shall be in compliance with the MUTCD. Temporary Traffic Control devices used to delineate a Temporary Traffic Control zone pedestrian walkway shall be in compliance with Subsection 150.O1.E. Temporary Traffic Control devices and construction material shall not intrude into the usable width of the pedestrian walkway. Signs and other devices shall be placed such that they do not narrow or restrict any pedestrian passage to less than 48 inches. A pedestrian walkway shall not be severed or relocated for non-construction activities such as parking for construction vehicles and equipment. Movement by construction vehicles and equipment across designated pedestrian walkways should be minimized. When necessary, construction activities shall be controlled by flaggers. Pedestrian walkways shall be kept free of mud, loose gravel or other debris. When temporary covered walkways are used, they shall be lighted during nighttime hours. When temporary traffic barrier is used to separate pedestrian and vehicular traffic, the temporary barrier shall meet NCHRP-350 Test Level Three. The barrier ends shall be protected in accordance with Georgia Standard 4960. Curbing shall not be used as a substitute for temporary traffic barriers when temporary traffic barriers are required. Tape, rope or plastic chain strung between temporary traffic control devices are not considered as detectable and shall not be used as a control for pedestrian movements. The WTCS shall inspect the activity area daily to ensure that effective pedestrian TTC is being maintained. The inspection of TTC for pedestrian traffic shall be included as part of the TC-1 report. 23 1. Temporary Pedestrian Facilities Temporary pedestrian facilities shall be detectable and include accessibility features consistent with the features present in the existing pedestrian facility. The geometry, alignment and construction of the facility should meet the applicable requirements of the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)". a. Temporary Walkways with Detectable Edging A smooth, continuous hard surface (firm, stable and slip resistant) shall be provided throughout the entire length of the temporary pedestrian facility. Compacted soils, sand, crushed stone or asphaltic pavement millings shall not be used as a surface course for walkways. Temporary walkways shall include detectable edging as defined in the MUTCD. When temporary traffic barrier is included as a pay item in the contract and where locations identified on the plans for positive protection will also allow them to serve as pedestrian detectable edging, payment will be made for the temporary traffic barrier in accordance with Section 622. No payment will be made for temporary walkways with Detectable Edging where existing pavements or existing edging (that meets the requirements of MUTCD) are utilized as temporary walkways. Payment for temporary detectable edging, including approved barriers and channelizing devices, installed on existing pavements shall be included in Traffic Control-Lump Sum. Regardless of the materials used, temporary walkways shall be constructed of sufficient thickness and durability to withstand the intended use for the duration of the construction project. If concrete or asphalt is used as the surface course for the walkway, it shall be a minimum of one and one-half inches (1-1/2") thick. Temporary walkways constructed across unimproved streets and drives shall be a minimum thickness of four inches (4") for concrete and three inches (3") for asphalt. Joints formed in concrete sidewalks shall be in accordance with Section 441. Concrete surfaces shall have a broom finish. If plywood is used as a walkway, it must be a minimum of three quarters of an inch (3/4") thick pressure treated and supported with pressure treated longitudinal joists spaced a maximum of sixteen inches (16") on center. The plywood shall be secured to the joist with galvanized nails or galvanized deck screws. Nails and screws shall be countersunk to prevent snagging or tripping the pedestrians. A slip resistant friction course shall be applied to any plywood surface that is used as a walkway. Any slip resistant material used shall have the prior written approval of the engineer. The contractor may propose alternate types of Temporary Walkways provided the contractor can document that the proposed walkway meets the requirements of the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)". Alternate types of Temporary Walkways shall have the prior written approval of the engineer. 24 Temporary walkways shall be constructed and maintained so there are no abrupt changes in grade or terrain that could cause a tripping hazard or could be a barrier to wheelchair use. The contractor shall construct and maintain the walkway to ensure that joints in the walkway have a vertical difference in elevation of no more than one quarter (1/4") of an inch and that the horizontal joints have gaps no greater than one half (1/2") of an inch. The grade of the temporary walkway should parallel the grade of the existing walkway or roadway and the cross slope should be no greater than 2%. A width of sixty (60") inches, if practical, should be provided throughout the entire length of any temporary walkway. The temporary walkway shall be a minimum width of forty eight inches (48"). When it is not possible to maintain a minimum width of sixty inches (60") throughout the entire length of temporary walkway, a sixty inch (60") by sixty inch (60") passing space should be provided at least every two hundred feet (200 Ft.), to allow individuals in wheelchairs to pass. Temporary walkways shall be constructed on firm subgrade. Compact the subgrade according to Section 209. Furnish and install any needed temporary pipes prior to constructing any walkway to ensure positive drainage away from or beneath the temporary walkway. Once the walkway is no longer required, remove any temporary materials and restore the area to the original conditions or as shown in the plans. b. Temporary Curb Cut Wheelchair Ramps Temporary curb cut wheelchair ramps shall be constructed in accordance with Section 441 and Detail A-3. Ramps shall also include a detectable warning surface in accordance with Detail A-4. Other types of material for the construction of the temporary curb cut wheelchair ramps, including the detectable warning surface, may be used provided the contractor can provide documentation that the material to be used meets the requirements of the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)". When a wheelchair ramp is no longer required, remove the temporary materials and restore the area to existing conditions or as shown in the plans. For the items required to restore the area to original conditions or as shown in the plans, measures for payment shall be covered by contract pay items. If pay items are not included in the contract, then payment for these items shall be included in Traffic Control-Lump Sum. c. Temporary Audible Information Device Temporary audible information devices, when shown in the plans, shall be installed in compliance with the "Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)". The devices shall be installed in accordance with the manufacturer's recommendations. Prior to installation, the contractor shall provide the engineer with a set of manufacturer's drawings detailing the proper installation procedures for each device. When no longer required, the devices shall remain the property of the contractor. 25 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. Off-duty police officers should be used to regulate and maintain traffic control at signal sites when lane closures or traffic shifts block or restrict movements causing interference with normal road user flows and will not allow the activated traffic signal to guide the traffic through the signal site. M. REMOVAL/REINSTALLATION OF MISCELLANEOUS ITEMS In the prosecution of the Work, if it becomes necessary to remove any existing signs, markers, guardrail, etc. not covered by specific pay item, they shall be removed, stored and reinstalled, when directed by the Engineer, to line and grade, and in the same condition as when removed. 150.03 SIGNS: A. SIGNING REQUIREMENTS OF THE TEMPORARY TRAFFIC CONTROL (TTC) PLAN When existing regulatory, warning or guide signs are required for proper traffic and pedestrian control the Contractor shall maintain these signs in accordance with the temporary traffic control (TTC) plan. The Contractor shall review the status of all existing signs, interim signs added to the work, and permanent sign installations that are part of the work to eliminate any conflicting or non-applicable signage in the TTC Plan. The Contractor's review of all signs in the TTC Plan shall establish compliance with the requirements of the MUTCD and Section 150. Any conflicts shall be reported to the Engineer immediately and the WTCS shall take the necessary measures to eliminate the conflict. The Contractor shall make every effort to eliminate the use of interim signs as soon as the Work allows for the installation of permanent signs. All existing illuminated signs shall remain lighted and be maintained by the Contractor. Existing street name signs shall be maintained at street intersections. B. CONFLICTING OR NON-APPLICABLE SIGNS 26 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 Section 150.08. C. REMOVAL OF EXISTING SIGNS AND SUPPORTS The Contractor shall not remove any existing signs and supports without prior approval from the Engineer. All existing signs and supports which are to be removed shall be stored and protected if this material will be required later in the work as part of the TTC plan. If the signs are not to be utilized in the work then the signs will become the property of the Contractor unless otherwise specified in the contract documents. D. INTERIM GUIDE, WARNING AND REGULATORY SIGNS Interim guide, warning, or regulatory signs required to direct traffic and pedestrians shall be furnished, installed, reused, and maintained by the Contractor in accordance with the MUTCD, the Plans, Special Provisions, Special Conditions, or as directed by the Engineer. These signs shall remain the property of the Contractor. The bottom of all interim signs shall be mounted at least seven (7') feet above the level of the pavement edge when the signs are used for long-term stationary operations as defined by Section 6G.02 of the MUTCD. Special Conditions under Subsection 150.11 may modify this requirement. Portable signs may be used when the duration of the work is less than three (3) days or as allowed by the special conditions in Subsection 150.11. Portable signs shall be used for all punchlist work. All portable signs and sign mounting devices utilized in work shall be NCHRP 350 compliant. Portable interim signs shall be mounted a minimum of one (1') foot above the level of the pavement edge for directional traffic of two (2) lanes or less and a minimum of seven (7') feet for directional traffic of three (3) or more lanes. Signs shall be mounted at the height recommended by the manufacturer's crashworthy testing requirements. Portable interim signs which are mounted at less than seven (7') feet in height may have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each sign. All regulatory sign blanks shall be rigid whether the sign is mounted as a portable sign, on a Type III barricade or as a permanent mount height sign. 27 Any permanent mount height interim sign that is designed to fold in half to cover a non-applicable message on the sign shall have reflectorized material on the folded over portion of the sign. The reflectorized material shall be orange in color with a minimum of ASTM Type I engineering grade sheeting with a minimum area of six inches by six inches (6"x 6") facing the direction of traffic at all times when the sign is folded. Interim signs may be either English or metric dimensions. E. EXISTING SPECIAL GUIDE SIGNS Existing special guide signs on the Project shall be maintained until conditions require a change in location or legend content. When change is required, existing signs shall be modified and continued in use if the required modification can be made within existing sign borders using design requirements (legend, letter size, spacing, border, etc.) equal to that of the existing signs, or of Subsection 150.03.E.2. Differing legend designs shall not be mixed in the same sign. 1. Special Guide Signs Special guide signs are those expressway or freeway guide signs that are designed with a message content (legend) that applies to a particular roadway location. When an existing special guide sign is in conflict with work to be performed, the Contractor shall remove the conflicting sign and reset it in a new, non-conflicting location which has been approved by the Engineer. 2. Interim Special Guide Signs When it is not possible to utilize existing signs, either in place or relocated, the Contractor shall furnish, erect, maintain, modify, relocate, and remove new interim special guide signs in accordance with the Plans or as directed by the Engineer. Interim special guide signs that may be required in addition to, or a replacement for, existing expressway and freeway (interstate) signs shall be designed and fabricated in compliance with the minimum requirements for guide signing contained in Part 2E"Guide Signs Expressway"and Part 2F"Guide Signs Freeways" of the MUTCD, except that the minimum size of all letters and numerals in the names and places, streets and highways on all signs shall be 16 inches Series "E" initial upper-case and 12 inches lower-case. All interstate shields on these signs shall be 48 inches and 60 inches for two-numeral and three-numeral routes, respectively. The road name of the exit or route shield shall be placed on the exit gore sign. 3. Interim Overhead Guide Sign Structures Interim overhead special guide sign structures are not required to be lighted unless specifically required by the Plans. If lighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the Power Company at least thirty (30) days prior to desired connection to the power source. 4. Permanent Special Guide Signs 28 The installation of new permanent special guide signs and the permanent modification or resetting of existing special guide signs, when included in the contract, shall be accomplished as soon as practical to minimize the use of interim special guide signs. If lighting is required by the Plans, all new permanent overhead special guide signs shall be lighted as soon as erected. F. MATERIALS- INTERIM SIGNS: 1. Posts Permanent mounting height of seven (7') feet- Posts for all interim signs shall meet the requirements of Section 911 except that green or silver paint may be used in lieu of galvanization for steel posts or structural shape posts. Within the limits of a single project, all metal posts shall be the same color. Wood posts are not required to be pressure treated. Ground mounted sign(s) greater than nine (9) square feet shall be mounted on two posts. Interim posts may be either metric or English in dimensions. Posts for all interim signs shall be constructed to yield upon impact unless the posts are protected by guardrail, portable barrier, impact attenuator or other type of positive barrier protection. Unprotected posts shall meet the breakaway requirements of the "1994 AASHTO Standard Specifications for Structural Support for Highway Signs, Luminaries and Traffic Signals". Unprotected interim posts shall be spliced as shown in Detail 150-F unless full length unspliced posts are used. Unprotected post splices will not be permitted any higher than four inches above the ground line to lessen the possibility of affecting the undercarriage of a vehicle. Installation of posts may require establishment of openings in existing pavements, islands, shoulders etc. 29 U-CHANNEL SIGN POST SQUARE SIGN TUBE POST STUB POST SERRATED FLANGE NUT 5/w'STEEL 5/6'-18 LOCK WASHER --, (� WASHER -J iinj ,II 2 EA.5/I6'DIA.BOLTS 11 MEDIUM CORNER BOLT PER CONNECTION II11 M6'-18 L SPACER (THICKNESS VARIES) `TRAFFIC FLOW (OPTIONAL) U-CHANNEL SIGN SQUARE SIGN TUBE POST POST ,/ 4'MAXIMUM `TRAFFIC FLOW STUB HEIGHT 2 BOLTS I CORNER BOLT GROUND LINE PER SPLICE PER SPLICE 4'OVERLAP 4'MAXIMUM 10'OVERLAP STUB HEIGHT \ t�\1 �► ;. _ >> POST SHALL EXTEND 6'MINIMUM BELOW POST EMBEDMENT DEPTH GROUND LEVEL 3'-0' MIN. 4'-0'IN COASTAL SQUARE SIGN TUBE PLAIN REGIONS STUB POST \' i U-CHANNEL SIGN POST STUB POST —'ice i r DETAIL 150-F 30 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 panels shall be painted orange to prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be permitted. The use of flexible signs will not be permitted for permanent mount height signs. Interim blanks and panels may be either metric or English in dimensions. 3. Portable Sign Mounting Devices, Portable Sign Blanks- All portable sign mounting devices and sign blanks utilized in the work shall be NCHRP 350 Test Level III compliant. All portable sign mounting devices and sign blanks shall be from the Qualified Products List. Any sign or sign mounting device shall have an identifying decal, logo, or manufacturer's stamping that clearly identifies the device as NCHRP 350 compliant. The required decal, logo or manufacturer's stamping shall not be displayed on the message face of the sign. The Contractor may be required to provide certification from the Manufacturer as proof of NCHRP 350 compliance. All portable signs shall be mounted according to height requirements of Subsection 150.03.D. G. SIGN VISIBILITY AND OFFSETS All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance distance in compliance with the MUTCD. Any clearing required for maintaining the line of sight to existing, interim or permanent signs shall be done as part of the requirements of the 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). 31 At grade intersecting roadways and on-ramps shall be signed with a minimum of one ROAD WORK AHEAD sign. When work terminates at a "T" intersection, a minimum of one "ROAD WORK AHEAD" sign shall be placed in advance of the intersection and one"END ROAD WORK" sign shall be placed at the termination end of the intersection. Field conditions may require the use of additional warning signage. Advanced Warning Signs on State Routes shall be a minimum dimension of 48 inches x 48 inches. When a State Route intersects a project which consists of adding travel lanes, reconstructing an existing roadway or new location work, the State Route approaches shall have a minimum of three (W20-1) advanced warning signs (1500 ft., 1000 ft., 500 ft.). The termination end of an intersecting State Route shall have END ROAD WORK signage. The W20-1 signs shall be placed at the termini of the project or sufficiently in advance of the termini to allow for lane shifts, lane closures and other activities which may also require advanced warning signs. The advanced warning signs for the project should not overlap with the advanced warning signs for lane shifts, lane closures, etc. The length of a workzone should be held to the minimum length required to accomplish the work. If a project has multiple individual worksites within the overall limits of the project, each site should be signed individually if the advance warning signs for each site can be installed without overlapping an adjacent worksite. As soon as the work is completed at any individual site the warning signs shall be removed from that site. Clean-up work and punchlist work shall be performed with portable signage. Project mileage indicated on the G20-1 sign shall be the actual project mileage rounded up to the nearest whole mile. Projects less than two (2) miles in length or individual worksites that are part of a multiple worksite project may delete this sign. The G20-1 sign shall be 60"X 36"and the G20-2 sign shall be 48"X 24". 2. Interstate, Limited Access And Multilane Divided Highways In addition to the W20-1 signs required at 500 ft., 1000 ft. and 1500 ft., 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. 32 When the temporary traffic control zone already has advanced warning (W20-1) signs installed the W20-1 signs required for lane closures under Standard 9106 should be eliminated. RAMP WORK ON LIMITED ACCESS HIGHWAYS: The workzone shall not be signed for the entire length of the mainline of a limited access highway when only short individual worksites, interchange or ramp work is being performed. When work is restricted to ramp reconstruction or widening activities, the advance warning signs on the mainline section of the limited access highway shall be limited to the use of portable advance warning signs. These portable advance warning signs shall only be utilized when work activity is within the gore point of the ramp and the mainline traveled way or work is active in the accel/decel lane adjacent to the mainline traveled way. Portable advance warning signs (W20-1; 1500ft. /1000 ft. /500ft.) shall be installed on the traveled way of the limited access highway when the above conditions are present. The advance warning signs shall be installed only in one direction where work is active. All portable signs shall be double indicated. When work is not active, the ramp work shall be advanced warned by the use of a single 48 inch X 48 inch "RAMP WORK AHEAD"sign along the right shoulder of the mainline traveled way prior to the beginning of the taper for the decel lane. The"RAMP WORK AHEAD" sign shall be mounted at seven (7') feet in height. Differences in elevation shall be in compliance with the requirements of Subsection 150.06 prior to the removal of the portable(W20-1) advanced warning signs from the mainline. The G20-1 sign shall be eliminated on limited access highways when the work involves only ramp work, bridge reconstruction, bridge painting, bridge joint repairs, guardrail and anchor replacement or other site specific work which is confined to a short section of limited access highway. I. PORTABLE CHANGEABLE MESSAGE SIGN Unless specified as a paid item in the contract the use of a portable changeable message sign will not be required. When specified, a portable changeable message sign (PCMS) shall meet the minimum requirements of Section 632 and the MUTCD. The maximum amount of messages allowed to be flashed on one PCMS is two phases (flashes). The language and the timing of the messages shall comply with the MUTCD and Section 632. When used as an advanced device the PCMS should typically be placed ahead of the construction activities. If the PCMS is used as a substitute for another device then the requirements for the other device apply. 7. 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. 33 K. RUMBLE STRIP SIGNAGE Signage for rumble strips located in the travelway shall be as required in Subsection 150.01.0 and Subsection 150.02.A.9. L. LOW/SOFT SHOULDER SIGNAGE Low or soft shoulder signs shall be utilized in accordance with the following conditions: CONSTRUCTION/RECONSTRUCTION PROJECTS: "LOW/SOFT SHOULDER" signs shall be erected when a difference in elevation exceeds one (1") inch but does not exceed three (3") inches between the travelway and any type of shoulder unless the difference in elevation is four (4') feet or greater from the edge of the traveled way. The spacing of the signs shall not exceed one (1) mile and the signs shall be placed immediately past each crossroad intersection. The "Low/Soft" signs shall remain in place until the difference in elevation is eliminated and the shoulder has been dressed and permanently grassed for a minimum of thirty (30) calendar days. These signs shall be furnished, installed, maintained and removed by the Contractor as part of Traffic Control-Lump Sum. These signs shall be orange with black borders and meet the reflectorization requirements of Subsection 150.01.D. "SHOULDER DROP-OFF"(W8-9a) signs shall be used when a difference in elevation, less than four (4') feet from the traveled way, exceeds three (3") inches and is not protected by positive barrier protection. These warning signs shall be placed in advance of the drop-off. For a continuous drop-off condition, the W8-9a) signs shall, as a minimum, be spaced in accordance with the above requirements for"Low/soft shoulder"signs. PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING ITEMS: "LOW/SOFT SHOULDER" signs shall be erected when a difference in elevation exceeds one (1") inch but does not exceed three (3") inches between the travelway and any type of shoulder unless the difference in elevation is four (4') feet or greater from the edge of the traveled way. SHOULDER BUILDING INCLUDED IN THE CONTRACT: "Low/Soft Shoulder" signs shall be erected as per the requirement of Standards 9102, 9106, and 9107. "Shoulder Drop-off" signs (W8-9a) shall be erected as per the requirements of the MUTCD. These signs shall be maintained until the conditions requiring their installation have been 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 34 washers), erection and maintenance of the signs in the bid price for Traffic Control- Lump Sum. The Contractor shall maintain the signs until final acceptance. The Department will remove the signs. LAU/LAR PROJECTS SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Contractor will furnish, install and maintain LOW/SOFT SHOULDER signs (yellow with black borders, ASTM Type III or IV) at the appropriate spacing, until Final Acceptance of the project by the Department. After Final Acceptance by the Department the signs will become the property and responsibility of the local government. M. BUMP SIGNAGE: MULTI-LANE DIVIDED HIGHWAYS: A bump sign (W8-1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation of three quarters (3/4") of an inch or greater in depth with no horizontal taper to ramp the traffic from one elevation to the other. This condition typically occurs at approach slabs during pavement milling operations and at transverse joints in asphaltic pavement lifts. TWO-LANE TWO-WAY HIGHWAYS: A bump sign (W8-1) shall be utilized when a transverse joint in the pavement structure has a vertical difference in elevation that exceeds one and three quarters (1-3/4") inches in depth with no horizontal taper to ramp the traffic from one elevation to the other. This includes utility and storm drainage repairs that require concrete placement for patching and/or steel plating. The (W8-1) sign shall be placed sufficiently in advance to warn the motorist of the condition. N. PEDESTRIAN SIGNAGE: Appropriate signs as described in the MUTCD shall be maintained to allow safe passage of pedestrian traffic or to advise pedestrians of walkway closures (Refer to MUTCD Figures TA-28 and TA-29 for guidance). Advance closure signing should be placed at intersections rather than midblock locations so that pedestrians are not confronted with midblock work sites that will induce them to attempt skirting the work site or making a midblock crossing. Signs and other devices mounted lower than seven (7) feet above the temporary pedestrian walkway shall not project more than four (4) inches into the accessible pedestrian facilities. Signs and other devices shall be placed such that they do not narrow any pedestrian passage to less than 48 inches. 35 150.04 PAVEMENT MARKINGS A. GENERAL Full pattern pavement markings in accordance with Section 652 and in conformance with Section 3A and 3B, except 36.02, of the MUTCD are required on all courses before the roadway is opened to traffic. No passing zones shall be marked to conform to Subsection 150.04.E. During construction and maintenance activities on all highways open to traffic, both existing markings and markings applied under this Section shall be fully maintained until Final Acceptance. If the pavement markings are, or become, unsatisfactory in the judgment 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 RPM'S on the final surface shall be removed prior to the placement of the final markings. The Contractor shall sequence the work in such a manner as to allow the installation of markings in the final lane configuration at the earliest possible stage of the work. 36 REMOVAL: Markings no longer applicable shall be removed in accordance with Subsection 656.3.05. THE ELIMINATION OF CONFLICTING PAVEMENT MARKINGS BY OVERPAINTING WITH UNAPPROVED PAINT OR ANY TYPE OF LIOUID ASPHALT IS NOT ACCEPTABLE. INTERMEDIATE SURFACE: Interim markings shall be removed by methods that will cause minimal damage to the pavement surface while also ensuring that traveling public will not be confused or misdirected by any residual markings remaining on the intermediate surface. The use of approved black-out tape and black-out paint (manufactured for the sole purpose of covering existing pavement markings) may be permitted on some interim surfaces, provided the results are satisfactory to the Engineer. FINAL SURFACE: No interim paint or thermoplastic markings will be permitted on any final surface unless the interim markings are in alignment with the location of the permanent markings and the interim marking will not interfere or adversely affect placement of the permanent markings. The proposed method of removal for layout errors that require markings to be removed from the final surface shall have the prior approval of the Engineer. Any damage to the final pavement surface caused by the pavement marking removal process shall be repaired at the Contractor's expense by methods acceptable and approved by the Engineer. Subsection 400.3.06.0 shall apply when corrective measures are required. The use of black-out tape or black- out paint will not be permitted under any circumstance to correct layout errors on any final surface. Traffic shifts that are done on the final surface shall be accomplished using interim traffic marking tape that can be removed without any blemishing of the final surface. Interim traffic marking tape shall be used on any of the following final surfaces; asphaltic concrete, Portland cement concrete, and bridge deck surfaces. The contractor may propose alternate traffic markings and removal methods on the final surface. Submitted proposals shall include the type of material, method of removal and a cost comparison to the traffic marking tape method. Prior to any approval, the contractor shall field demonstrate to the satisfaction of the Engineer that the proposed traffic markings can be removed without any blemishing of the final surface. If the proposal is determined to be acceptable, a supplemental agreement will be executed prior to the installation of the proposed alternate traffic markings. The supplemental agreement shall denote the type of traffic marking materials, method of removal and any cost and/or time savings to the Department. The Department will not consider or participate in any cost increase that may result from implementing the proposed alternate method. PAY FACTOR REDUCTION FOR ASPHALTIC CONCRETE FINAL SURFACES: When the correction of an error in the layout of the final pavement markings requires the final surface to be grounded, blemished, scarred, or polished the pay factor shall be reduced to 0.95 for the entire surface area of the final topping that has a blemish, polished or a scarred surface. The reduced pay factor shall not be confined to only the width and length of the stripe or the dimensions of the blemished areas, the whole roadway surface shall have the reduced pay factor applied. The area of the 37 reduced pay factor shall be determined by the total length and the total width of the roadway affected. If the affected area is not corrected, the reduction in pay shall be deducted from the final payment for the topping layer of asphaltic concrete. The Engineer shall make the final determination whether correction or a reduced pay factor is acceptable. The eradication of pavement markings on intermediate and final concrete surfaces shall be accomplished by a method that does not grind, polish, or blemish the surface of the concrete. The method used for the removal of the interim markings shall not spall chip the joints in the concrete and shall not damage the sealant in the joints. Any joint or sealant repairs shall be included in the bid price for Traffic Control-Lump Sum. The proposed method of removal shall have the prior approval of the Engineer. Failure to promptly remove conflicting or non-applicable pavement markings shall be considered as non-performance under Subsection 150.08. PREPARATION AND PLANNING FOR TRAFFIC SHIFTS: When shifting of traffic necessitates removal of centerline, lane lines, or edge lines, all such lines shall be removed prior to, during, or immediately after any change so as to present the least interference with traffic. Interim traffic marking tape shall be used as a temporary substitute for the traffic markings being removed. Before any change in traffic lane(s) alignment, marking removal equipment shall be present on the project for immediate use. If marking removal equipment failures occur, the equipment shall be repaired or replaced (including leasing equipment if necessary), so that the removal can be accomplished without delay. Except for the final surface, markings on asphaltic concrete may be obliterated by an overlay course, when approved by the Engineer. When an asphaltic concrete overlay is placed for the sole purpose of eliminating conflicting markings and the in place asphaltic concrete section will allow, said overlay will be eligible for payment only if designated in the Plans. Overlays to obliterate lines will be paid for only once and further traffic shifts in the same area shall be accomplished with removable markings. Only the minimum asphaltic concrete thickness required to cover lines will be allowed. Excessive build-up will not be permitted. When an overlay for the sole purpose of eliminating conflicting markings is not allowed, the markings no longer applicable shall be removed in accordance with Subsection 656.3.05. D. RAISED PAVEMENT MARKERS 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 Subsection 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. 38 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 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.) 39 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 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 40 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 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. 41 b. DIVIDED HIGHWAYS (GRASS OR RAISED MEDIAN) 1) Lanelines- Full pattern skip stripe shall be restored before opening to traffic. Skip lines are not permitted in lane shift areas. Solid lines shall be required. 2) Centerline/Edgeline- Solid lines shall be placed on intermediate and final surfaces within three calendar days of obliteration. 3. Limited Access Roadways And Roadways With Paved Shoulders Greater Than Four Feet a. Same as Subsection 150.04.E.2 except as noted in (b) below. b. EDGELINES- 1) Asphaltic Concrete Pavement- Edgelines shall be placed on intermediate and final surfaces prior to opening to traffic. 2) Portland Cement Concrete Pavement- Edgelines shall be placed on any surface open to traffic no later than one calendar day after work is completed on a section of roadway. All water and residue shall be removed prior to daily striping. 4. Ramps For Multi-Lane Divided Highways A minimum of one solid line edge stripe shall be placed on any intermediate surface of a ramp prior to opening the ramp to traffic. The other edge stripe may be omitted for a maximum period of three (3) calendar days on an intermediate surface. Appropriate channelization devices shall be spaced at a maximum of twenty-five (25') feet intervals until the other stripe has been installed. The final surface shall have both stripes placed prior to opening the ramp to traffic. 5. MISCELLANEOUS PAVEMENT MARKINGS: 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 42 Subsection 150.11, Special Conditions, or as directed by the Engineer these markings may be eliminated. F. MOBILE OPERATIONS When pavement markings (centerlines, lane lines, and edgelines) are applied in a continuous operation by moving vehicles and equipment, the following minimum equipment and warning devices shall be required. These devices and equipment are in addition to the minimum requirements of the MUTCD. 1. All Roadways All vehicles shall be equipped with the official slow moving vehicle symbol sign. All vehicles shall have a minimum of two flashing or rotating beacons visible in all directions. All protection vehicles shall have an arrow panel mounted on the rear. All vehicles requiring an arrow panel shall have, as a minimum, a Type B panel. All vehicle mounted signs shall be mounted with the bottom of the sign a minimum height of forty-eight inches (48") above the pavement. All sign legends shall be covered or removed from view when work is not in progress. 2. Two-Lane Two-Way Roadways a. Lead Vehicles The lead vehicle may be a separate vehicle or the work vehicle applying the pavement markings may be used as the lead vehicle. The lead vehicle shall have an arrow panel mounted so that the panel is easily visible to oncoming (approaching)traffic. The arrow panel should typically operate in the caution mode. b. Work Vehicles The work vehicle(s) applying markings shall have an arrow panel mounted on the rear. The arrow panel should typically operate in the caution mode. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. c. Protection Vehicles A protection vehicle may follow the cone work vehicle when the cones are being placed and may follow when the cones are being removed. 3. MULTI-LANE ROADWAYS A lead vehicle may be used but is not required. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. A protection vehicle that does not function as a work vehicle should follow the cone work vehicle when traffic cones are being placed. A protection vehicle should follow the cone work vehicle when the cones are being removed from the roadway. Protection vehicles shall display a sign on the rear of the vehicle with the legend PASS ON LEFT(RIGHT). INTERSTATES AND LIMITED ACCESS ROADWAYS: A protection vehicle shall follow the last work vehicle at all times and shall be equipped with a truck mounted attenuator that is certified for impacts not less than 62 mph in accordance with NCHRP350 Test Level Three (3). 43 150.05 CHANNELIZATION A. GENERAL Channelization shall clearly delineate the travelway through the work zone and alert drivers and pedestrians to conditions created by work activities in or near the travelway. Channelization shall be done in accordance with the plans and specifications, the MUTCD, and the following requirements. All Channelization Devices utilized on any project shall be NCHRP 350 compliant. Any device used on the Work shall be from the Qualified Products List. All devices utilized on the work shall have a decal, logo, or manufacturer's stamping that clearly identifies the device as NCHRP 350 compliant. The Contractor may be required to furnish certification from the Manufacturer for any device to prove NCHRP 350 compliance. 1. Types of Devices Permitted for Channelization in Construction Work Zones: a. DRUMS: 1) DESIGN: Drums shall meet the minimum requirement of the MUTCD and shall be reflectorized as required in Subsection 150.01.D. The upper edge of the top reflectorized stripe on the drum shall be located a minimum of 33 inches above the surface of the roadway. A minimum drum diameter of 18 inches shall be maintained for a minimum of 34 inches above the roadway. 2) APPLICATION: Drums shall be used as the required channelizing device to delineate the full length of a lane closure, shift, or encroachment, except as modified by this Subsection. 3) TRANSITION TAPERS FOR LANE CLOSURES: Drums shall be used on all transition tapers. The minimum length for a merging taper for a lane closure on the travelway shall be as shown in Table 150-1: 44 TABLE 150-1 Posted Lane Lane Lane Lane Maximum Drum Speed Width Width Width Width Spacing in Tapers, Limit, MPH 9 Feet 10 Feet 11 Feet 12 Feet (Feet) Minimum Taper Length (L) in Feet 20 60 70 75 80 20 25 95 105 115 125 25 30 135 150 165 180 30 35 185 205 225 245 35 40 240 270 295 320 40 45 405 450 495 540 45 50 450 500 550 600 50 55 495 550 605 660 55 60 540 600 660 720 60 65 585 650 715 780 65 70 630 700 770 840 70 75 675 750 825 900 75 If site conditions require a longer taper then the taper shall be lengthened to fit particular individual situations. The length of shifting tapers should be at least 1/2 L. The length of a closed lane or lanes, excluding the transition taper(s), shall be limited to a total of two (2) miles. Prior approval must be obtained from the Engineer before this length can be increased. Night time conditions: When a merge taper exists into the night all drums located in the taper shall have, for the length of the taper only, a six (6") inch fluorescent orange (ASTM Type VI, VII, VIII, IX or X) reflectorized top stripe on each drum. The top six-inch stripe may be temporarily attached to the drum while in use in a taper. The Engineer may allow the fluorescent orange reflectorized six (6") inch top stripe on each drum in a merging taper to remain in place during daylight hours provided there is a lane closure(s) with a continuous operation that begins during one nighttime period and ends during another nighttime period. All drums that have the six-inch top stripe permanently attached shall not be used for any other conditions. Multiple Lane Closures: (a) A maximum of one lane at a time shall be closed with each merge taper. (b) A minimum tangent length of 2 L shall be installed between each individual lane closure taper. 45 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 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 46 1) DESIGN: All cones shall be a minimum of 28 inches in height regardless of application and shall meet the requirement of the MUTCD. Reflectorization may be deleted from all cones. 2) APPLICATION: For longitudinal channelizing only, cones will be permitted for daylight closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime work will not be permitted. Cones shall not be stored or allowed to be visible on the worksite during nighttime hours. d. BARRICADES DESIGN: Type III barricades shall meet the minimum requirements of the MUTCD and shall be reflectorized as required in Subsection 150.01.D. The Contractor has the option of choosing Type III barricades from the Qualified Products List or the Contractor may utilize generic barricades that are approved by the Federal Highway Administration (FHWA). When barricades have been specifically crash tested with signs attached, the contractor has the responsibility to attach the signs as per the manufacturer's recommendations to ensure crashworthiness. If signs are attached to generic barricades or to barricades from the Qualified Products List (QPL) that have not been crash tested with signs attached then the responsibility for crashworthiness and the liability for mounting these signs to the barricades are assumed by the Contractor and the Contractor shall certify that the barricades are crashworthy under FHWA workzone guidelines for NCHRP 350 crashworthy compliance. Any generic barricades used in the work shall be stamped or stenciled to show compliance with NCHRP 350. The use of Type I and Type II barricades will not be permitted. 1) APPLICATION: Type III barricades shall be placed as required by the plans, the Standards, and as directed by the Engineer. All signs mounted on barricades shall be mounted to comply with the requirements of the MUTCD and NCHRP 350 Test Level III. NCHRP 350 crashworthy compliance may require that rigid signs be mounted separate from the Type III barricade. When a barricade is placed so that it is subject to side impact from a vehicle, a drum shall be placed at the side of the barricade to add target value to the barricade. e. WARNING LIGHTS: 1) DESIGN: All warning lights shall meet the requirements of the MUTCD. 2) APPLICATION (a) Type A low-intensity flashing lights shall be used as shown in the Plans, the Standards, and as directed by the Engineer. Flashing lights are not required for advance warning signs in Subsection 150.03.H. 47 (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 Section 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. 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. 48 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. 49 When trenching or excavation for minor roadway or shoulder widening is required, all operations at one site shall be completed to the level of the existing pavement in the same work day. Any channelization devices utilized in the work shall conform to the requirements of Subsection 150.05 and to the placement and spacing requirements in Details 150-B, 150-C, 150-D, and 150-E shown in this section. Any construction activity that reduces the width of a travel lane shall require the use of a W-20 sign with the legend "LEFT/RIGHT LANE NARROWS". Two 24" x 24" red or red/orange flags may be mounted above the W-20 sign. The W-20 sign shall be located on the side of the travelway that has been reduced in width just off the traveiway edge of pavement. The W-20 sign shall be a minimum of 500 feet in advance of any channelization devices that encroach on the surface of travelway. A portable changeable message sign may be used in lieu of the W-20 sign. GENERAL/TIME RESTRICTIONS: A. STONE BASES, SOIL AGGREGATE BASE AND SOIL BASES 1. All Highways Differences in elevation of more than two inches between surfaces carrying or adjacent to traffic will not be allowed for more than a 24-hour period. A single length of excavated area that does not exceed 1000 feet in total length may be left open as a start up area for periods not to exceed 48 hours provided the Contractor 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. 50 EMERGENCY SITUATIONS: Inclement weather, traffic accidents, and other events beyond the control of the Contractor may prevent the work from being completed as required above. The Contractor shall notify the Engineer in writing stating the conditions and reasons that have prevented the Contractor from complying with the time limitations. The Contractor shall also outline a plan detailing immediate steps to complete the work. Failure to correct these conditions on the first calendar day that conditions will allow corrective work shall be considered as non-performance of Work under Subsection 150.08. 2. Differences in Elevation Between Asphalt Travelway and Paved Shoulders Differences in elevation between the asphalt travelway and asphalt paved shoulders shall not be allowed to exist beyond the maximum durations outlined below for the conditions shown in Details 150-B, 150-C, 150-D, and 150-E: Detail 150-B conditions shall not be allowed for more than 24 hours. A single length that does not exceed 1000 feet in total length may be left open for periods not to exceed 48 hours provided the Contractor can demonstrate the ability to continuously pave in a proficient manner. Prior approval of the Engineer shall be obtained before any section is allowed to exceed 24 hours. Any other disturbed shoulder areas shall be healed as in Detail 150-E. Detail 150-C conditions will not be allowed for more than 48 hours. Detail 150-D conditions will not be allowed for more than 30 calendar days. Detail 150-E conditions will not be allowed for more than 60 calendar days. Failure to meet these requirements shall be considered as non-performance of Work under Subsection 150.08. C. PORTLAND CEMENT CONCRETE Work adjacent to a Portland Cement Concrete traveled way which involves the following types of base and shoulders shall be accomplished according to the time restrictions outlined for each type of base or shoulder. Traffic control devices shall be in accordance with Subsection 150.05. 1. Cement Stabilized Base Work adjacent to the traveled way shall be healed as per Detail 150-E within forty-eight (48) hours after the seven (7) calendar day curing period is complete for each section placed. During the placement and curing period, traffic control shall be in accordance Detail 150-B. 2. Asphaltic Concrete Base When an asphaltic concrete base is utilized in lieu of a cement stabilized base the asphaltic concrete base shall be healed as per Detail 150-E within forty-eight (48) hours after the placement of each section of asphaltic concrete base. For the first forty eight hours traffic control shall be in compliance with Detail 150-B. 51 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. 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 52 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 TIME RESTRICTIONS The Contractor may propose any alternate temporary traffic control plan that utilizes a portion of the travel lane as a "buffer space". This buffer space may allow for an enhanced work area that will allow for the placement of materials to proceed at a pace that could not be achieved with the time restriction requirements outlined in Section 150.06.A, 150.06.B, and 150.06.C. The Contractor may propose modified time restrictions based on the use of the buffer space. Any proposed modifications in the time duration allowed for the differences in elevations to exist shall be reviewed by the Engineer as a component of the overall TTC plan. No modifications shall be made until the proposed plan is accepted by the Engineer. The Engineer shall have no obligation to consider any proposal which results in an increase in cost to the Department. For the travel lane described in each of the Details 150-B, 150-C, 150-D and 150-E it is presumed that the pavement marking edgeline (yellow or white solid stripe) is located at the very edge of the travel lane surface. A buffer space (temporary paved shoulder) that utilizes a portion of the travel lane should be six (6') feet in width desirable but shall not be less than four (4') feet in width. Any remaining travel lane(s) shall not be less than ten (10') feet in width. Modifications to drum spacing shown in the details above will not be allowed. If the proposed shifting of the traffic to obtain a buffer space and maintain a minimum travel lane(s) of ten (10') feet requires the use of any existing paved shoulders then the cost of maintenance and repair of the existing paved shoulder(s) shall be the responsibility of the Contractor. The Contractor is responsible for the costs of maintenance and repairs even if the existing paved shoulder(s) is to be removed in a later stage of the work. Existing shoulders that have rumble strips shall have the rumble strips removed before the shoulder can be utilized as part of 53 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.1.a.4. When the edge of the paved surface is tapered with a 30-45 degree wedge, drums may be spaced at 2.0 times the speed limit in MPH. Drums shall remain in place and be maintained until the difference in elevation has been eliminated by the placement of the appropriate shoulder materials. SHOULDER CONSTRUCTION NOT INCLUDED AS A PART OF THE CONTRACT: When the placement of asphaltic concrete materials creates a difference in elevation greater than two (2") inches between the earth shoulder (grassed or un-grassed) and the edge of travelway or between the earth shoulder and a paved shoulder that is less than four(4')feet in width, the Contractor shall notify the Engineer, in writing, when the resurfacing work including all punchlist items has been completed. See Subsection 150.03.L for the requirements for "LOW/SOFT SHOULDERS" and "SHOULDER DROP-OFF"signage. 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 4 4 0 ► ► ELEVATION DIFFERENCE GREATER THAN 4 INCHES DETAIL 150-B Drums spaced at 40 foot intervals. Location of drums when Elevation Difference is 2+inches to 4 inches. 6 inches± New Construction Travel Lane 4 4 0 ► ► ELEVATION DIFFERENCE 2+to 4 inches DETAIL 150-C 55 Drums spaced at 80 foot intervals. Location of drums when Elevation Difference is 2 inches or less. //_____ ,_h. 4 feet f /New Construction Travel Lane t 4 ►t ► ► 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± / New Construction Travel Lane 4 4 ►4 ► ► HEALED SECTION DETAIL 150-E 56 150.07 FLAGGING AND PILOT CARS: A. FLAGGERS Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. B. FLAGGER CERTIFICATION All flaggers shall meet the requirements of the MUTCD and shall have received training and a certificate upon completion of the training from one of the following organizations: National Safety Council Southern Safety Services Construction Safety Consultants Ivey Consultants American Traffic Safety Services Association (ATSSA) Certifications from other agencies will be accepted only if their training program has been approved by any one of the organizations listed above. Failure to provide certified flaggers as required above shall be reason for the Engineer suspending work involving the flagger(s) until the Contractor provides the certified flagger(s). Flaggers shall have proof of certification and valid identification (photo I.D.) available any time they are performing flagger duties. C. FLAGGER APPEARANCE AND EQUIPMENT Flaggers shall wear high-visibility clothing in compliance with Subsection 150.01.A. The apparel background (outer) material color shall be fluorescent orange-red, fluorescent yellow-green, or a combination of the two as defined in the ANSI standard. The retroreflective material shall be orange, yellow, white, silver, yellow- green, or a fluorescent version of these colors, and shall be visible at a minimum distance of one thousand (1000) feet. The retroreflective safety apparel shall be designed to clearly identify the wearer as a person. They shall use a Stop/Slow paddle meeting the requirements of the MUTCD for controlling traffic. The Stop/Slow paddles shall have a shaft length of seven (7) feet minimum. The Stop/Slow paddle shall be retro-reflectorized for both day and night usage. In addition to the Stop/Slow paddle, a flagger may use a flag as an additional device to attract attention. This flag shall meet the minimum requirements of the MUTCD. The flag shall, as a minimum, be 24" inches square and red or red/orange in color. For night work, the vest shall have reflectorized stripes which meet the requirements of the MUTCD. D. FLAGGER WARNING SIGNS Signs for flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the flagger shall be placed beyond 57 the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. E. PILOT VEHICLE REQUIREMENTS Pilot vehicles will be required during placement of bituminous surface treatment or asphaltic concrete on two-lane roadways unless otherwise specified. Pilot vehicles shall meet the requirements of the MUTCD. F. PORTABLE TEMPORARY TRAFFIC CONTROL SIGNALS The Contractor may request, in writing, the substitution of portable temporary traffic control signals for flaggers on two-lane two-way roadways provided the temporary signals meets the requirements of the MUTCD, Section 647, and Subsection 150.02.A.8. As a part of this request, the Contractor shall also submit an alternate temporary traffic control plan in the event of a failure of the signals. Any alternate plan that requires the use of flaggers shall include the use of certified flaggers. The Contractor shall obtain the approval of the Engineer before the use of any portable temporary traffic control signals will be permitted. 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 58 $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 Traffic Control-Lump Sum is shown in the Proposal, all of the requirements of Section 150 and the Temporary Traffic Control Plan shall be in full force and effect. The cost of complying with these requirements will not be paid for separately, but shall be included in the overall bid submittal. B. SIGNS When shown as a pay item in the contract, interim special guide signs will be paid for as listed below. All other regulatory, warning, and guide signs, as required by the Contract, will be paid for under Traffic Control Lump Sum or included in the overall bid submitted. 1. Interim ground mounted or interim overhead special guide signs will be measured for payment by the square foot. This payment shall be full compensation for furnishing the signs, including supports as required, erecting, illuminating overhead signs, maintaining, removing, re-erecting, and final removal from the Project. Payment will be made only one time regardless of the number of moves required. 2. Remove and reset existing special guide signs, ground mount or overhead, complete, in place, will be measured for payment per each. Payment will be made only one time regardless of the number of moves required. 3. Modify special guide signs, ground mount or overhead, will be measured for payment by the square foot. The area measured shall include only that portion of the sign modified. Payment shall include materials, removal from posts or supports when necessary, and remounting as required. 59 C. TEMPORARY BARRIER Temporary Barrier shall be measured as specified in Section 622. D. CHANGEABLE MESSAGE SIGN, PORTABLE Changeable Message Sign, Portable will be measured as specified in Section 632. E. TEMPORARY GUARDRAIL ANCHORAGE,Type 12 Temporary Guardrail Anchorage- Type 12 will be measured by each assembly, complete in place and accepted according to the details shown in the plans, which shall also include the additional guardrail and appurtenances necessary for transition and connection to Temporary Concrete Barrier. Payment shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. F. TRAFFIC SIGNAL INSTALLATION-TEMPORARY Traffic Signal Installation-Temporary will be measured as specified in Section 647. G. FLASHING BEACON ASSEMBLY Flashing Beacon Assemblies will be measured as specified in Section 647. H. PORTABLE IMPACT ATTENUATORS Each Portable Impact Attenuator will be measured by the unit/array which shall include all material components, hardware, incidentals, labor, site preparation, and maintenance, including spare parts recommended by the manufacturer for repairing accident damage. Each unit will be measured only once regardless of the number of locations installed, moves required, or number of repairs necessary because of traffic damage. Upon completion of the project, the units shall be removed and retained by the Contractor. I. PAVEMENT MARKINGS Pavement markings will be measured as specified in Section 150. 3. TEMPORARY WALKWAYS WITH DETECTABLE EDGING Temporary walkways with detectable edging will be measured in linear feet(meters), complete in place and accepted, which shall include all necessary materials, equipment, labor, site preparation, temporary pipes, passing spaces, maintenance and removal. Excavation and backfill are not measured separately for payment. No payment will be made for temporary walkways where existing pavements or existing edging (that meets the requirements of MUTCD) are utilized for the temporary walkway. Payment for temporary detectable edging, including approved barriers and channelizing devices, installed on existing pavement shall be included in Traffic Control-Lump Sum. K.TEMPORARY CURB CUT WHEELCHAIR RAMPS 60 Temporary curb cut wheelchair ramps are measured as the actual number formed and poured, complete and accepted, which shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. No additional payment will be made for sawing existing sidewalk and removal and disposal of removed material for temporary wheelchair ramp construction. No additional payment will be made for constructing the detectable warning surface. L. TEMPORARY AUDIBLE INFORMATION DEVICE Temporary audible information devices are measured as the actual number furnished and installed in accordance with the manufacturer's recommendations, which shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. Each temporary audible information device will be paid for only one time regardless of the number of times it's reused during the duration of The Work. These devices shall remain the property of the Contractor. 150.10 PAYMENT: When shown in the Schedule of Items in the Proposal, the following items will be paid for separately. Item No. 150. Traffic Control Lump Sum Item No. 150. Traffic Control, Solid Traffic Stripe_Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe_Inch, (Color) per Linear mile Item No. 150. Traffic Control, Solid Traffic Stripe, Thermoplastic Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe, Thermoplastic Inch, (Color) per Linear Mile Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors per Each Item No. 150. Traffic Control, Raised Pavement Markers-All Types. per Each Item No. 150. Interim Ground Mounted Special Guide Signs per Square Foot Item No. 150. Interim Overhead Special Guide Signs per Square Foot Item No. 150. Remove&Reset Existing Special Guide Signs, Ground Mount, Complete in Place per Each Item No. 150. Remove&Reset, Existing Special Guide Signs, Overhead, Complete in Place per Each Item No. 150. Traffic Control, Portable Impact 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 61 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. 150. Temporary Walkways With Detectable Edging per Linear foot Item No. 150. Temporary Curb Cut Wheelchair Ramps per Each Item No. 150. Temporary Audible Information Device per Each Item No. 620. Temporary Barrier per Linear Foot Item No. 632. Changeable Message Sign, Portable per Each Item No. 641. Temporary Guardrail Anchorage, Type 12 per Each Item No. 647. Traffic Signal Installation, Temp Lump Sum Item No. 647. Flashing Beacon Assembly, Structure Mounted per Each Item No. 647. Flashing Beacon Assembly, Cable Supported per Each 62 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 150 —TRAFFIC CONTROL Retain Section 150 as written and add the following: 150.11 Special Conditions A. Lane closure restrictions: 1. No work activities are allowed on Saturdays or Sundays unless approved by the Engineer. In addition to gaining approval from the Engineer,the Contractor is also required to acquire a special permit(s) from the CITY or County for Saturday or Sunday work in Augusta or the County at large. 2. The Contractor shall not move equipment or materials on the traveled way that interferes with traffic flow on the mainline or local streets between the hours of 6:00 a.m. to 9:00 a.m. and 3:30 p.m. to 7:00 p.m., Monday through Friday. Equipment or materials moved on or across the traveled way at other times shall be done in a manner as not to interfere with traffic. 3. Lane closures will be allowed outside the hours shown in Section 150.11.A.2 above. A minimum of one lane of travel shall be open to traffic in which two lanes of travel, in one direction exist. A minimum of two lanes of travel shall be open to traffic in which three lanes of travel, in one direction, exist. 4. The Contractor shall coordinate construction activities with the CITY and GDOT to avoid interfering with traffic flow during any special events scheduled in the City of Augusta area. B. Facility access and restrictions: 1. The Contractor shall coordinate construction activities required within the IT Building, TMC, and 911 Center with the corresponding agency's Building Manager. Disruptions to their operations shall be minimized, and a schedule of activities shall be provided and approved by the respective Building Manager before any activities can commence within the facility. 2. For work performed at the 911 Center, the Contractor is required to provide Contractor staff information to the 911 Center for security screening purposes. The Contractor staff information shall be submitted no less than 14 days before the Contractor has scheduled work to be performed within the 911 Center. Page 1 of 2 C. Traffic Signal Operations: 1. The Contractor shall maintain the current traffic signal operations while work is performed within the vicinity of the intersection. Disruptions that are necessary to complete the work shall be planned in advance and approved by the Engineer. 2. Traffic signal work that includes a change over for vehicle and/or pedestrian detectors and/or rewiring at an intersection shall be accomplished within three days for each intersection, and individual detectors shall be placed in recall mode for a maximum of 48 hours. 3. Any construction activity that require signal flash operation shall be planned in advance and either an authorized representative of the CITY or a sheriff/ police officer shall conduct traffic control until the signal is returned to normal operation. Page 2 of 2 I April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 639 — STRAIN POLES FOR OVERHEAD SIGN AND SIGNAL ASSEMBLIES Add new Sub-Section 639.2(E)as follows: 639.2 (E)Augusta Steel Strand(Messenger)Cable Requirements Aerial strand and lashing wire shall meet the following requirements: 1. For all aerial fiber optic cable installations in the Communications Space and span lengths less than 300 feet using messenger strand, the Contractor shall furnish and install galvanized steel messenger strand/wire(1x7)meeting the following minimum requirements: a. 0.25 (1/4) inch or greater diameter steel strand / wire (minimum) depending on span and conditions b. Extra High strength(EHS)grade c. 6,600 pounds-force rated breaking strength(6.6 M rating) d. Conform to ASTM A-475, Class A coating providing extra high corrosion resistance 2. The above requirements are minimums and the Contractor shall be responsible to determine and proposed based on their final fiber design. 3. For strand and lash deployments with span lengths 300 feet and greater, the Contractor shall furnish and install 0.31 (5/16)inch diameter steel,EHS grade strand. 4. For strand and lash aerial fiber optic cable installations in the Communications Space,the Contractor shall furnish and install minimum 0.038 inch diameter Type 302 stainless steel lashing wire or as required based on final design and approved by the CITY. Page 1 of 2 5. All other attachment and mounting hardware shall be hot-dipped galvanized or stainless steel as approved by the CITY. 6. Aerial drops may be self-supporting type or over-lashed to other existing plant, as approved by the CITY and the utility(Georgia Power)having jurisdiction. Add new Sub-Section 639.3.05 (G)as follows: 639.3.05 (G) Steel Strand(Messenger)Cable 1. Refer to Section 647.3.05 (P)along with Georgia Power installation requirements for construction of steel strand/messenger cable on joint-use existing utility poles as shown on the Plans. 639.4 (B) Steel Cable Revise Sub-Section 639.4(B)as follows: Item No. 639-2001 —STEEL WIRE STRAND CABLE, % IN(LF) Will be measured in units of linear feet and paid for at the contract price per linear feet. The price shall include the length in feet of actual strand / messenger cable installed, lashing wire, attachment hardware including thimbles, ancillary and incidental materials, documentation, coordination with the pole owner and the CITY for installing on utility poles as shown in the Project Plans, and all labor and equipment necessary to complete the work. This price shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to complete the work. Page 2 of 2 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 647—TRAFFIC SIGNAL INSTALLATION 647.2 Materials For emergency vehicle preemption and transit signal priority equipment, see Section 970. Add Section 647.2 Materials as follows: 1. Where noted in the construction documents, traffic signal cabinets, provide materials that meet 332 or 352i requirements. For locations where a 352i cabinet is provided, cabinet shall be McCain 352i ATC Cabinet, or approved equivalent. The material shall meet the following requirements: a. 120 VAC outputs b. Base mounted cabinet,with approximate dimensions 67"H X 24"W X 30"D c. Bare aluminum finish d. Corbin lock with no. 2 key e. Two sets of keys(no.2 key and police panel key) f. Full-size cabinet doors(front and back) g. Manual advance push button cable 647.3.05 (AA)Pull Boxes Add Sub-Section 647.3.05 (AA)(6) as follows: In addition to the construction requirements specified herein and the Project Plans and Details, perform Pull Box construction according to Subsection 680.3.05(B) Constructing Pull and Junction Boxes. Add Sub-Section 647.3.05 (AA)(6)(7)as follows: Install cable rack on wall of the PB-7 pull boxes for this Project to be used for storing slack fiber optic cable. Ensure that cable bend radius is not exceeded. Page 1 of 2 Install cable racks directly to the wall or use the shortest standoff bracket possible. Include cable support arms with plastic or ceramic insulators with each rack. Manufacture all cable racks, cable support arms, and mounting/fastening hardware of hot-dipped galvanized steel. 647.4 Measurement 647.4.01 General Replace Sub-Section 647.4.01 (D)as follows: (D)Type PB-2,PB-6 and PB-7 Pull Boxes Item No. 647-2120—PULL BOX,PB-2 (EA) Item No. 647-2160—PULL BOX,PB-6 (EA) Item No. 647-2170—PULL BOX,PB-7(EA) Will be measured in units of each and paid for at the contract price per each. The price bid shall include but not limited to pull box(by type, i.e.,PB-2,PB-6 and PB-7), gravel base and backfill, cable rack and mounting hardware (for PB-7 boxes) including stand-off bracket (short), ground rod with clamp (as required for PB-6 and 7 boxes) and any other incidental materials required for a complete pull box install. This price shall be full compensation for all labor,tools,materials,equipment and incidentals necessary to complete the work. 647.5 Payment 647.5.01 General Revise 7th sentence in Sub-Section 647.5.01 as follows: Type PB-2, PB-6 and PB-7 pull boxes will be paid by each fully installed and accepted for all pull box materials and work as specified in this Section. Page 2 of 2 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 682— ELECTRICAL WIRE, CABLE, AND CONDUIT 682.2.03 Submittals Add new Sub-Section 682.1.03 (B)(17)as follows: (17) For Subsection 682.2.02 (K) Conduit, Galvanized Rigid Steel (GRS) submit for GRS conduit and all associated elbows, couplings,and sweeps and coupling and attachment procedures. Add new Sub-Section 682.1.03 (B)(18)as follows: (18) For Subsection 682.2.02 (L) Conduit Fittings, Bridge submit for deflection-expansion joints / fittings and bridge attachment and coupling shop drawings and procedures for installing the fittings. Add new Sub-Section 682.1.03 (B)(19)as follows: (19) For Subsection 682.2.02 (M) Conduit, Moguls submit for conduit moguls as specified and installation procedures to avoid fiber optic cable bend radius issues. Add new Sub-Section 682.2.02 (K)as follows: 682.2.02(K)Conduit, Galvanized Rigid Steel(GRS) GRS Conduit A. Galvanized Rigid Steel (GRS) conduit shall be used for aboveground/exposed(vertical riser, bridge attachment, as approved) locations and GRS conduit outer casing for boring locations (under tracks, under roadway,etc.)meeting the following minimum conduit requirements: Page 1 of 5 1. Minimum trade size shall be as shown on the Plans 2. Shall provide GRS conduit, Schedule 40, that meets and conforms to ANSI C80.1, UL-6 and NEC Article 344 3. Shall be UL-listed 4. Shall be hot-dipped galvanized both inside and outside the conduit and conform to ASTM A123 5. Shall be provided with conduit bodies that are threaded steel type(non-thread couplings shall not be used) 6. Shall be provided with a protective PVC coating (nominal thickness of 40 mils) that meets and conforms to NEMA RN1 standard for aboveground and exposed environments as shown on the Plans. a. Ensure that the bond between the PVC coating and the GRS conduit is greater than the tensile strength of the PVC coating and that the coating is free of sags and/or drips. 7. Shall have inside walls that are smooth, free from burrs or splits. 8. Shall be provided with fittings, elbows, sweeps, and other components (i.e., conduit stubs, caps, exposed threads, etc.)as required that are hot dipped galvanized for outdoor installation and conform to UL-6, UL-514B and NEMA FB 1 standards. Stainless steel is an alternative. Other methods(i.e.,zinc coating, etc.)only as approved by the CITY. 9. Shall be provided with all attachment hardware and materials (i.e., bridge fittings, hangers, unistrut, conduit clamps, straps, bolts/screws, etc.) including bridge rod inserts for attaching the GRS conduit to bridges shall be hop-dipped galvanized that are PVC coated or stainless steel or fiberglass as approved by GDOT. All new unistrut shall be capped with end caps any cut strut shall be treated with a cold galvanized paint to prevent rust. Add new Sub-Section 682.2.02 (L)as follows: 682.2.02 (L)Conduit Fittings,Bridge Bridge Conduit Fittings A. Deflection / Expansion Fittings (Couplers) shall be O-Z/Gedney Type "DX-400" for 4-inch GRS conduit or Crouse-Hinds XD010 for 4-inch or approved equivalent meeting the following minimum requirements: 1. Shall have maximum conduit axial movement(expansion or contraction)of 0.75-inches from the normal in all directions(total axial movement of 1.5-inches). Page 2 of 5 2. Shall have a maximum angular misalignment of the axes of the coupled conduit runs in any direction of 30 degrees. 3. Shall be provided with fittings / couplers that are UL-listed and meet and conform to UL- 514B and NEMA FB-1. 4. Shall have a hub that is corrosion resistant, outer jackets / sleeve that is neoprene, and jacket clamp/band that is stainless steel. 5. Shall be provided with fitting / couplers that is watertight (NEMA 4), bonding jumpers and all other hardware and materials required for a complete install. Add new Sub-Section 682.2.02(M)as follows: 682.2.02(M)Conduit,Moguls Conduit Moguls A. Conduit Moguls shall be Appleton Model BLB-300-M(Type LB) or approved equivalent shall be used for exiting field cabinet entries at locations as shown on the Plans and Details meeting the following minimum requirements: 1. Shall meet and conform to UL 514B and Federal Specification W-C-586d. 2. Shall be provided with a 3-inch Hub size that meets the NEC 314-28(a)(2) length requirements and provided with a long opening meeting the minimum fiber optic cable bend radius. 3. Shall have a body that is corrosion resistant and comes with an integrated gasket and provided with stainless steel cover screws. 682.3.05 (B) (5)(a)Bridge or Structure-attached Conduit Add to and/or revise Sub-Section 682.3.05(B)(5)(a)as follows: • Bridge Conduit Attachment Locations: 1. Provide conduit hanger assemblies consisting of a concrete clevis plate or embedded steel welded linked eye rods, an adjustable steel yoke, a cast iron conduit roller, a steel roller rod, anchor bolts, conduit clamps, and hex nuts. 2. The conduit hanger assembly shall be suitable for the type and size of conduit installed and reviewed and approved by the GDOT Bridge Office and the CITY. 3. Expansion joints / fittings and slip stop rings shall be used at conduit transitions and structure crossings when conduit crosses an expansion joint of a structure. Page 3 of 5 4. Conduit shall be securely attached by deck-inserts using approved methods and materials applicable to the type of structure at intervals not to exceed 10 feet, as approved by the GDOT Bridge Office and the CITY. 5. Conduit shall be enclosed within a bay as applicable and not hang below the lowest bridge beam as approved by the GDOT Bridge Office and the CITY. 6. Where required for aesthetic reasons, bridge attached conduit shall be painted to match the color of the existing bridge structure. Painting may require pre-treatment of the conduit. 682.4 Measurement 682.4.02 ITS Measurement Delete Sub-Section 682.4.02 in its entirety and replace as follows: Item No. 682-6222—CONDUIT,NONMETL,TP 2,2 IN(LF) Item No. 682-6232—CONDUIT,NONMETL, TP 3, 1 %IN(LF) Item No. 682-6233—CONDUIT,NONMETL,TP 3,2 IN(LF) Item No. 682-6140—CONDUIT,RIGID,4 IN(LF) Item No. 682-6540—CONDUIT,FIBERGLASS,4 IN(LF) Item No. 682-9010—SERVICE POLE RISER—RIGID,2 IN(LF) Type 2 and 3 conduit will be measured by type in units of linear feet actually installed and paid for at the contract price per linear feet. Conduit shall include all related materials including but not limited to weather- heads,couplings, adapters,mounting straps and clamps,and bonding to ground. Bridge attached conduit (type, as required) will also include bridge attachment hardware (i.e., bridge hanger materials and assembles, etc.), bridge fittings, and bridge attachment design coordination and permitting coordination with the GDOT Bridge Office. Unless otherwise specified in the Project Plans, all costs for materials, cutting asphalt or concrete, trenching, installing, backfilling trench, restoring asphalt or concrete, drilling existing concrete shoulder, testing of conduit,pull tape, duct plugs, and conduit detection wire and testing of detection wire shall be included in the overall cost of the conduit. Electrical power service assemblies (if required on this Project) are measured for payment by the number actually installed per each, complete, functional, and accepted. For each assembly installed, furnish all required items, including but not limited to conduit; riser; wiring; hardware; disconnect; meter base; meter and Class 3, 30 ft. timber pole at no separate cost to the CITY. Exceptions to the previous sentence include horizontal conduit, wiring, Type 2 pull boxes, electrical junction boxes, and directional bores between the electrical service pole to the equipment cabinet requiring power service which will be measured for payment as conduit,nonmetal,Type 2—power service. Item No. 682-9028—ELECTRICAL COMMUNICATIONS BOX,TP 5 (EA) Page 4 of 5 Electrical communication box will be measured for payment by the number actually installed, complete, functional, and accepted. No separate measurement will be made for, cable racks, cable support arms, compacted backfill material, compacted coarse aggregate,pavement removal, or pavement installation. Item No. 682-9950—DIRECTIONAL BORE, 3 IN(LF) Item No. 682-9950—DIRECTIONAL BORE, 5 IN (LF) Directional bore will be measured by horizontal linear foot for Directional Boring of the size of bore specified, complete in place. This item shall include furnishing all required materials,boring equipment,bore logs, utility coordination, and all incidentals necessary to complete the bore. The measurement for payment shall be determined by obtaining measurements from the points at which the bore arrives at the required minimum acceptable depth, at the entrance and exit of the boring operation, following the central axis of the bore. Directional boring above the minimum acceptable depth shall not be measured for payment. All excavated material resulting from the directional boring operations shall be disposed of or used as directed by the Engineer at no additional cost to the CITY. 682.5 Payment Add to and/or revise Sub-Section 682.5 as follows: Price and payment will be full compensation for all materials and work specified in this Section Payment will be made under the Pay Items as listed and described in Section 682.4.02 and according to the payment schedule below. Payment schedule shall be as follows: • 40% of the contract unit price upon delivery and storage of conduit and ECBs and other required materials for installation • Additional 50%of the contract unit price for complete installation and testing of items • Final 10%of the contract unit price upon Final System Acceptance Page 5 of 5 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 935— FIBER OPTIC CABLING & COMPONENTS 935.1 General Description Add to Sub-Section 935.1.02 (B)(1)(e)as follows (e)ITU-T G.657.A/B, low bend loss 935.2 Materials Add to Sub-Section 935.2 (A)as follows: There are two (2)primary single-mode fiber optic cable types including 12-strands and 96-strands depending on if it is a trunk or drop cable as shown on the Plans and Details. Fiber Cable Fiber Cable Fiber Strand Type Strand Counts Function Fiber Specs Type A 96 SM fibers Trunk/Distribution ITU G.652.D,ITU G.657.A Type B 12 SM fibers Drop ITU G.652.D,ITU G.657.B Fiber optic cable to be installed shall be consistent with, and of similar quality with, the fiber optic cable recently installed by the Augusta Utility Department (Draka exMicroduct loose tube cable) for use by CITY Traffic Engineering. Acceptable Vendor Products: Acceptable trunk/drop fibers shall be as specified in these Project Special Provisions manufactured by Prysmian, Draka, OFS, Corning or as approved by the CITY. Delete 5th paragraph of Sub-Section 935.2(F)and replace as follows: Page 1 of 5 Provide connectors listed below that do not exceed the maximum loss listed for each connector Connector Type Installation Max..Loss Typical Loss Optical Return Loss Single-mode Factory 0.4dB 0.25dB >55dB 935.3.05 Construction Revise Sub-Section 935.3.05 (G)(1)(c)as follows: Provide cable labels with the following information: Cable ID: {as defined by the IT Department} AUGUSTA TRAFFIC ENG Optical Cable 935.3.06 Quality Assurance Delete Sub-Section 935.3.06(A)(3)(d)and replace as follows: (d) The total dB loss of the cable, less events, cannot exceed the manufacturer's production specifications as follows: 0.35dB/km(at 1310 nm)and 0.25dB/km(at 1550 nm). Delete Sub-Section 935.3.06(A)(3)(f)and replace as follows: (f) A full bi-directional test (using bi-directional averaging) shall be performed on all spliced and terminated fibers in each cable using an optical time domain reflectometer(OTDR). Add Sub-Section 935.3.06(A)(3)(g)and replace as follows: (g) Connector Insertion Loss — Connector insertion loss shall be demonstrated to be no greater than (criteria: 0.4dB for single connector and 0.8dB for a mated connector pair). Add Sub-Section 935.3.06(A)(4)as follows: 935.3.06(A)(4) Test Equipment A. The Contractor shall provide the test fixtures and test instruments for all the fiber optic related tests. B. OTDR and Optical Source/Power Meter shall be used to perform testing on this Project. Equipment to be used shall be submitted to the CITY for review and approval prior to conducting the tests. Acceptable vendors include; Corning, AFL and Fluke. Other may be submitted for consideration by the CITY. Page 2 of 5 C. All OTDR and Optical Source/Power Meter field technicians shall be certified and approved by the test equipment manufacturer. D. OTDR shall include storage of all fiber optic cable signatures. Signatures of all cables tested shall be stored on compact disc(CD)and supplied by the Contractor. E. A factory launch cable("fiber launch box")shall be used to address dead zone issues. F. The pulse width setting of the OTDR shall be set to the lowest possible setting while allowing the full length of fiber optic cable to be measured for faults or reflective events. 935.4 Measurement Add to and/or revise Sub-Section 935.4 as follows: (A) Outside Plant Fiber Optic Cable Item No. 935-1117 — OUTSIDE PLANT FIBER OPTIC CABLE, LOOSE TUBE, SINGLE MODE, 96 FIBER(LF) Will be measured in units of actual linear feet and paid for at the contract price per linear feet. The price bid shall include the length in feet of actual cable installed as measured from the cable sequential length markings, cable labels, aerial snowshoes for storage (aerial segments), ancillary and incidental materials, testing, documentation and all labor and equipment necessary to complete the work. No measurement for payment will be made for cable storage amounts in excess of that required in the Project Plans, Details and Special Provisions. This price shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to complete the work. Item No. 935-1512—OUTSIDE PLANT FIBER OPTIC CABLE,DROP, SINGLE MODE, 12 FIBER(LF) Will be measured in units of linear feet and paid for at the contract price per linear feet. The price shall include the length in feet of actual cable installed as measured from the cable sequential length markings, fiber optic connectors, connector panels, cable labels, fiber patch cords, ancillary and incidental materials, testing, documentation and all labor and equipment necessary to complete the work. No measurement for payment will be made for cable storage amounts in excess of that required in this TSP or the Plans. This price shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to complete the work. (C)Closures Item No. 935-3102—FIBER OPTIC CLOSURE,UNDERGROUND, 12 FIBER(EA) Item No. 935-3107—FIBER OPTIC CLOSURE,UNDERGROUND, 96 FIBER(EA) Item No. 935-3108—FIBER OPTIC CLOSURE,UNDERGROUND, 144 FIBER(EA) Item No. 935-3202—FIBER OPTIC CLOSURE,AERIAL(SEALED), 12 FIBER(EA) Item No. 935-3205—FIBER OPTIC CLOSURE,AERIAL(SEALED),48 FIBER(EA) Item No. 935-3207—FIBER OPTIC CLOSURE,AERIAL(SEALED), 96 FIBER(EA) Page 3 of 5 Will be measured in units of each and paid for at the contract price per each. The price bid shall include but not limited to cable labels, splice trays, mounting hardware within the pull box, ancillary and incidental materials, testing, documentation and all labor and equipment necessary to complete the work. This price shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to complete the work. Item No. 935-3502—FIBER OPTIC CLOSURE,FDC (WALL MOUNTED), 12 FIBER(EA) Will be measured in units of each and paid for at the contract price per each. The price bid shall include but not limited to fiber optic connectors, cable labels, patch cords, pigtails, manufacture with the fiber optic drop cable,patch panel mounting hardware, ancillary and incidental materials, testing, documentation and all labor and equipment necessary to complete the work. This price shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to complete the work. (D) Fiber Optic Splice,Fusion Item No. 935-4010—FIBER OPTIC SPLICE, FUSION(EA) Will be measured in units of each and paid for at the contract price per each. The price bid shall include but not limited to all ancillary and incidental materials, testing, documentation and all labor and equipment necessary to complete the work. This price shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to complete the work. Measurement Notes: Fiber Optic Connectors Fiber Optic Connectors are included in the quantities of fiber patch panels (connector panels) and fiber path cables and will not be measured separately for payment. Labeling Labeling is included in the quantities of other pay items and will not be measured separately for payment. Fiber Optic Patch Cords/Cables Fiber Optic Patch Cords are included in the quantities of fiber patch panels and will not be measured separately for payment. Fiber Optic Attenuator Patch Cords Fiber Optic Attenuator Patch Cords are included in the quantities of fiber patch panels and will not be measured separately for payment. Fiber Optic Snowshoes Fiber Optic Snowshoes are included in the aerial fiber optic cable quantities and will not be measured separately for payment. 935.5 Payment Page 4 of 5 Add to and/or revise Sub-Section 935.5 as follows: Price and payment will be full compensation for all materials and work as specified in this Section. Payment will be made under the Pay Items as listed and described in Section 935.4 and according to the payment schedule below. Payment schedule for fiber optic infrastructure shall be as follows: • 35%of the contract unit price upon delivery,manufacturer certified test results for delivered fiber and components,development of Fiber Test Plan and Procedures and the Fiber Optic Installation Plan. • Additional 35% of the contract unit price for complete installation of cables fully spliced and terminated in fiber patch panels (field cabinets and facilities/buildings) as shown on the Plans and Details. • Additional 20% of the contract unit price for completion of testing and documenting of all fibers in any lineal foot and in each splice or termination/connectorization location, and submission of and acceptance of all test documentation. • Final 10%of the contract unit price upon final system acceptance,all punch list items satisfactorily addressed, and all project close-out items completed. Page 5 of 5 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 936— CLOSED CIRCUIT TELEVISION (CCTV) 936.2.01 (A)Camera System Assembly(Materials) Delete Sub-Section 936.2.01 in its entirety and replace with the following: 1. CCTV camera system shall be AXIS P5635-E PTZ Dome Network Camera with AXIS T8123-E High PoE Mid-span Injector or approved equivalent meeting the following minimum requirements: a. Internet Protocol(IP)CCTV camera system with downward-looking circular dome enclosure b. Built-in video encoder compliant with Moving Picture Experts Group's MPEG4 part 10 (H.264) video compression technology,Baseline,Main and High Profiles c. High Definition(HD) 1080P(1920x1080)resolution at 30 frames per second(fps) d. Support 16:9 aspect ratio e. Minimum of two(2) simultaneous video streams, individually configurable f. Progressive-scan CMOS 1/3"sensor g. Minimum 30x optical zoom/ 12x digital/electrical zoom h. Outdoor-rated dome assembly: 1P66 and NEMA 4X rated i. Electronic image stabilization j. Minimum ambient environmental: -22 degrees F to +122 degrees F and up to 100% relative humidity k. High-speed PTZ capability with multiple presets (with automatic mode) — support range of 360 degree pan(continuous)/ 180 degree tilt 1. Day/night auto operations capability(Color: 0.3 lux min and B/W: 0.01 lux min lumen. at 30 IRE F1.6),typical m. Power over Ethernet Plus (PoE+) (IEEE 802.3at), Type 2, Class 4, wall/panel mounting, IP-66 and NEMA 4X-rated,minimum-40 degrees F to 131 degrees F) Page 1 of 5 n. Minimum network protocol support: IP v4/v6, RTP, TCP, UDP, HTTP, HTTPS, IGMP, RTSP, ARP and SNMP v 1/v2/v3 o. Wide Dynamic Range(WDR) p. Fully compatible with Video Management Software: Genetec Security Center 5.3 q. Warranty: Minimum of 3 years 2. Surge Protection shall be Ditek DTK-MRJPOE or other approved equivalent products from Transtector, Nitek, or other meeting the following minimum requirements: a. Single-channel,in-line, 10/100 Ethernet surge protection b. Transient response: <5 nanoseconds clamping time c. Compliant with EIA/TIA-568A/B d. Hybrid/multi-stage design for optimal surge protection e. Capable of passing PoE+power, IEEE 802.3at-2009 or latest f. UL 497B listed g. Tested according to Telcordia GR-1089-Core and IEC 61000-4-5 h. Provide dissipation of 3000W/pair(10/1000us impulse),typical i. Safety: IEC 60950-22,rated to UL94-5VB j. Heavy-duty single point ground k. Capable of being wall/panel mounted 1. Minimum temperature range: -40 degrees F to 149 degrees F,minimum 95%RH m. Warranty: Minimum 5 years n. Installation details shall be consistent with manufacturer recommendations and industry best practices. #6AWG grounding conductor distance between surge protector and ground (or cabinet grounding bus bar)shall be short(3 feet or less)as approved by the CITY 3. For distances > 300 feet (as applicable or needed) from the field cabinet to the CCTV IP camera the Contractor shall use the Berk-Tek One-Reach System or approved equivalent meeting the following minimum requirements: a. At the field cabinet shall provide one(1)PoE+Media Module 1-port Power Injector(PI)that can be either wall/panel or DIN-rail mounted. b. At the CCTV camera assembly location shall provide one (1) Remote PoE+ Port (RPP). If required or needed, provide one (1) small NEMA enclosure near the camera dome assembly for housing the RPP as approved by the CITY. c. Composite Cable Assembly: i. Shall consist of 2 x multimode fibers+2 x low voltage power conductors ii. Outdoor-rated meeting NEC Section 770,rated for environment installed iii. Fiber/cable type: 0M3,tight buffer,with LC connectors Page 2 of 5 iv. Low voltage power conductors: 18 AWG or larger as recommended by the manufacturer v. Manufacturer pigtails to be spliced as required or needed d. Provide AC power supply as recommended by the manufacturer e. Surge protection shall be Nitek # IPPWRI or approved equivalent meeting the following minimum requirements: i. Single-channel,in-line, 10/100 Ethernet surge protection ii. Transient response: <5 nanoseconds clamping time,minimum iii. Capable of passing PoE+power, IEEE 802.3at-2009 or latest iv. UL 497B listed v. Tested according to Telcordia GR-1089-Core and IEC 61000-4-5 vi. Safety: IEC 60950-22,rated to UL94-5VB vii. Heavy-duty single point ground viii. Capable of independent protection for low voltage(12 or 24VAC/VDC conductors) ix. Capable of being wall/panel mounted x. Minimum temperature range: -40 degrees F to 149 degrees F,minimum 99%RH xi. Warranty: Minimum 5 years f. Installation details shall be consistent with manufacturer recommendations and industry best practices. #6 AWG grounding conductor distance between surge protector and ground(or cabinet grounding bus bar)shall be short(3 feet or less)as approved by the CITY. 936.2.04 Cabinet Interface Assembly Delete Sub-Section 936.2.04 in its entirety and replace with the following: Contractor shall provide the means for the technician to easily connect their field laptop for diagnosing, testing and configuring the CCTV camera locally at the field cabinet. Proposed solution shall be submitted to the CITY for review and approval prior to installation. 936.3.06 Quality Assurance Delete Sub-Section 936.3.06 in its entirety and replace as follows: See Section 939.3.06 for CCTV testing requirements for this Project. 936.3.08 Training Delete Sub-Section 936.3.08 in its entirety and replace as follows: Page 3 of 5 CCTV training shall be combined with video management system training and covered under 939-8500. See Section 939.3.08 Training for requirements. 936.4 Measurement Delete Sub-Section 936.4.01 in its entirety and replace as follows: 936.4.01 CCTV System Item No. 936-1002—CCTV SYSTEM,TYPE C (EA) CCTV system, type C will be measured for payment by the number actually installed, complete, functional, and accepted.Unless otherwise specified in the Plans, furnish and install the following minimum items as part of a CCTV system: camera system dome assembly including the camera, lens, pan/tilt drive, control electronics and environmental enclosure. CCTV system, type C shall also include pole-mounting hardware, cabinet equipment/components, including but not limited to PoE power injector, all associated wiring, conductors, cabling, connectors, terminal blocks, and surge suppression, all weather heads (as required or needed), remote PoE port (as required or needed) grounding to site ground, system configuration, integration to communications network and complete testing. This price shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to complete the work. Delete and replace Sub-section 936.4.02 with the following: 936.4.02 Encoders/Decoders Not Applicable 936.5 Payment 936.5.01 CCTV System Add to and/or revise Sub-Section 936.5.01 as follows: Price and payment will be full compensation for all materials and work specified in this Section. Payment will be made under the Pay Item as listed and described in Section 936.4.01 and according to the payment schedule below Payment schedule for CCTV System shall be as follows: • 25% of the contract unit price upon delivery, storage and inspection of CCTV equipment and materials and start-up/pre-installation testing • Additional 35% of the contract unit price for complete field installation of items, programming/configuration of equipment, and stand-alone / local site testing of each CCTV subsystem Page 4 of 5 • Additional 30% of the contract unit price for completion of system integration and CCTV final acceptance/system testing with approved test documentation • Final 10% of the contract unit price upon successful burn-in period completion, all punch list items satisfactorily addressed, and all project close-out items completed and warranty turn-over to the CITY Testing will be considered incidental to the cost of the system. No separate payment will be made for testing. Training will paid for under 939-8500. Page 5 of 5 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 939— DEFINITIONS AND TERMS 939 Communications and Electronic Equipment Delete Sub-section 939.1.03 in its entirety and replace as follows: 939.1.03 Submittals See Section 105.02 for submittal requirements. Delete and replace Sub-section 939.2.02 with the following: 939.2.02 Serial Data Terminal Server Not Applicable 939.2.03 Patch Cords Add to Sub-Section 939.2.03(A)(3)as follows: Field patch cords shall include colored strain relief boots on the RJ-45 connectors. Furnish patch cord of the colors specified below when connecting to the identified equipment: • Traffic signal controller(from the controller to the field switch): yellow patch cord • IP CCTV Camera(from the PoE Injector/TVSS to the field switch): blue patch cord Page 1 of 72 • EVP-TSP priority detector(from the priority detector to the field switch): white patch cord Delete and replace Sub-section 939.2.04 with the following: 939.2.04 HUB Uninterruptible Power Supply Not Applicable Delete and replace Sub-section 939.2.05 with the following: 939.2.05 Network Switch,Layer 3 GigE Not Applicable Delete and replace Sub-section 939.2.06 with the following: 939.2.06 GBIC Routing Switch Module Not Applicable Delete and replace Sub-section 939.2.08 with the following: 939.2.08 GBIC (Gigabit Interface Converter) Add Sub-Section 939.2.08(B)as follows: 939.2.08 (B)Augusta ATMS SFP Requirements 1. Field network switch SFPs shall provide the following single-mode, dual-fiber SFPs depending on field network switch location: A. GLC-LX/LH—providing 10km range B. GLC-EX--providing 40km range C. Shall be 100% Cisco-compatible (note: significant discount pricing can be found online). Only demonstrated proven SFPs shall be acceptable D. Shall be compliant with IEEE 802.3x 1000Base-LX/LH and 1000Base-EX standards E. Shall be Extended Temperature(-5 to 85 degrees C)range F. Shall be provided with LC connectors 2. Facility network switch SFPs shall provide the following single-mode, dual-fiber SFPs as shown on the Project Plan Details and depending on the subnet number Page 2 of 72 A. GLC-LX/LH—providing 10km range B. GLC-EX --providing 40km range C. Shall be 100% Cisco-compatible (note: discount pricing can be found online). Only demonstrated proven SFPs shall be acceptable D. Shall be compliant with IEEE 802.3x 1000Base-LX/LH and 1000Base-EX standards E. Shall be Commercial Temperature(0 to 70 degrees C)range F. Shall be provided with LC connectors Delete and replace Sub-section 939.2.08 with the following: 939.2.08 Field Switch Not Applicable(see Section 939.2.17 for field network switch requirements for this Project) Delete and replace Sub-section 939.2.09 with the following: 939.2.09 Field Switch(POE) Not Applicable Delete and replace Sub-section 939.2.10 with the following: 939.2.10 Equipment Rack Not Applicable Add the following new subsection to Sub-section 939.2: 939.2.12 Video Display Monitors and Mounts 1. There are three (3)types and/or sizes of video display monitors to be used on this Project including; 1)25 x 55-inch LED-backlit LCD flat-panel, ultra-narrow bezel monitors arranged in a 5 x 5 video wall matrix in the TMC, 2)2 x 65-inch LED-backlit LCD, flat panel monitors wall mounted with swingout mount as side monitors in the TMC, and 3) 3 x 55-inch LED-backlit LCD flat-panel monitors wall mounted in the 911 Center as shown on the Plans. The video display monitors shall meet the following minimum requirements: A. TMC Video Wall Monitors: 55" LED-backlit LCD monitors shall be NEC X554UNS or other approved equivalent products meeting the following minimum requirements: 1. Profession/commercial grade, 55"diagonal image size 2. Nominal dimensions of each multi-media display shall be 47.8-inches (L) x 26.9-inches (W) x 3.95-inches (D)and have a typical weight of 61 lbs. Dimensions shall not exceed 47.94" in length with bezel and 27.04" in width with bezel. Page 3 of 72 3. Built for 24/7 operations 4. Ultra-narrow bezel width of 0.09"/0.05"(typ.)(L/R)(T/B) 5. 1920x1080(1080P)native resolution 6. Brightness(minimum): 700cd/m2 (typ.) 7. Contrast Ratio(minimum): 3500:1 (typ.) 8. Maximum Response Time(white to black): 8ms(typ.) 9. Viewing Angle: 178 degrees Vertical/ 178 degrees/Horizontal 10. Aspect Ratio: 16:9 --- shall also accept 4:3 signals. 4:3 sources can be displayed on the 16:9- screen in either normal aspect ratio with bars on the left and/or right, or stretched horizontally to fill the screen 11. Orientation: Landscape/Portrait 12. Displayable Colors: > 16.7 million colors 13. Video formats supported shall include: HDMI,DisplayPort,DVI,VGA 14. External Control: LAN (RJ-45) and/or RS-232C, LAN daisy chain with SNMP (LAN/RS- 232C remote loop-through) 15. Support DP 1.2 multi-stream transport (MST) loop through functionality. Support UHD resolution and loop through for 3840 x 2160 resolution across a 2 x 2 segment of the wall 16. Low noise level/fan-less cooling 17. Support VESA flat panel monitor physical mounting interface 18. Power consumption: 150W(typ.) 19. Lifespan: 50,000 hours(typ.) 20. Warranty: Minimum 3 years B. TMC Side Wall Monitors: 65" LED-backlit LCD monitors shall be NEC V652, or approved equivalent meeting the following minimum requirements: 1. Commercial grade,65"diagonal image size 2. Nominal dimensions of each multi-media display shall be 60.6-inches (L) x 35.8-inches (W) x 3.5-inches(D)and have a typical weight of 114 lbs. 3. Built for 24/7 operations 4. 1920x1080(1080P)native resolution 5. Brightness(minimum): 450 cd/m2(typ.) 6. Contrast Ratio(minimum): 4000:1 (typ.) 7. Maximum Response Time(white to black): 8ms(typ.) Page 4 of 72 8. Viewing Angle: 178 degrees Vertical/ 178 degrees/Horizontal 9. Aspect Ratio: 16:9 --- shall also accept 4:3 signals. 4:3 sources can be displayed on the 16:9- screen in either normal aspect ratio with bars on the left and/or right, or stretched horizontally to fill the screen 10. Orientation: Landscape/Portrait 11. Displayable Colors: > 1 billion colors 12. Video formats supported shall include: HDMI,DisplayPort,DVI 13. External Control: RS-232C, daisy-chain capability 14. Low noise level/fan-less cooling 15. Support VESA flat panel monitor physical mounting interface 16. Power consumption: 185W(typ.) 17. Lifespan: 50,000 hours(typ.) 18. Warranty: Minimum 3 years C. 911 Center Wall Mounted Monitors: 55" LED-backlit LCD monitors shall be NEC P553 or approved equivalent meeting the following minimum requirements: 1. Commercial grade, 55"diagonal image size 2. Nominal dimensions of each multi-media display shall be 49.2-inches (L) x 28.4-inches (W) x 2.5-inches (D)and have a typical weight of 56 lbs. 3. Built for 24/7 operations 4. 1920x1080 native resolution 5. Provide brightness(typical)of 700cd/m2 (typ.) 6. Contrast ratio shall be a minimum of 3500:1 (typ.) 7. Maximum response time(white to black): 8ms(typ.) 8. Viewing Angle: 178 degrees Vertical/ 178 degrees/Horizontal 9. The aspect ratios shall be 16:9 and shall also accept 4:3 signals. 4:3 sources can be displayed on the 16:9-screen in either normal aspect ratio with bars on the left and/or right, or stretched horizontally to fill the screen 10. Orientation: Landscape/Portrait 11. Displayable Colors: > 16.7 million colors 12. Video formats supported shall include: HDMI,DisplayPort,DVI-D, VGA 13. Support DP 1.2 multi-stream transport(MST)loop-through technology 14. External Control: LAN(RJ-45),RS-232C daisy-chain, loop-through technology Page 5 of 72 15. Low noise level/fan-less cooling 16. Support VESA flat panel monitor physical mounting interface 17. Lifespan: 50,000 hours(typ.) 18. Warranty: Minimum 3 years 2. Provide one (1) Display Wall Calibration Kit as recommended by the monitor manufacturer to provide the capability to maintain an optimal color balance and performance across the TMC Video Wall displays 3. Provide over-frame bezel kit(s) as recommended by the monitor manufacturer as needed to provide a "finished and framed"look for the TMC Video Wall 4. Monitor Mounting and Power Strips: Display monitor mounts shall meet the following minimum requirements: A. For the TMC Video Wall monitors the mount shall be Chief LVS1 U ConnexSys Video Wall Landscape Mounting System with Rails or approved equivalent meeting the following minimum requirements: 1. VESA compatibility with proposed display monitor 2. Orientation: Landscape 3. Tilt:+4 degrees/-2.5 degrees (typ.) 4. Manual height adjustment: +/- 1-inch(typ.) 5. Minimum depth: 4 inches(typ.) 6. Maximum extension: 13.4-inch(typ.) 7. 150 lbs.maximum weight capacity 8. UL-listed 9. Provide 9 x Chief CSA-100 ConnexSys Device Holders as required for mounting the CATLinx Receivers to the mounting rails behind the video monitors as shown in the Details 10. Power strips shall be provided by Tripp Lite 4-outlet Surge Protector (PN: IBAR4) and 2- outlet(PN::ISOBAR2)or approved equivalent meeting the following minimum requirements: a. Provide six (6) Tripp-Lite Isobar 4-outlet Surge Protector(PN: IBAR4)behind the Video Wall mounts as shown on the Details. Provide one (1) Tripp Lite 2-outlet Surge Protector (PN: ISOBAR2) as shown on the Details b. Input plug:NEMA 5-15P/Output plugs: NEMA 5-15R with 6ft power cord c. Format: Corded all metal strip with transformer spaced outlets Page 6 of 72 d. Shall provide network-grade surge suppression rated at 3300 joules / 85,000 amps (1BAR4)and 1410 joules/48,000 amps(ISOBAR2) e. Shall provide a maximum response time of 1nSec f. Shall provide a clamping voltage of 140 volts(rms) g. Shall remove line noise h. Shall support output of 1440 watts (IBAR4)and 1410W(ISOBAR2) i. Shall be provided with an integrated 12-amp circuit breaker B. For the TMC Side Wall monitors the mount shall be Premier AM300-B Swing-out Mount or approved equivalent for large displays or approved equivalent meeting the following minimum requirements: 1. VESA compatibility with proposed display monitor 2. Orientation: Landscape 3. Place of Mount: wall as shown in the Details and approved by the City 4. Extension: 26"(typ.) 5. Tilt: 10 degrees(typ.) 6. Pivot: 45 degrees(typ.) 7. Swivel: 90 degrees(typ.) 8. Dimensions: 21"(H)x 37.2"(W)x 4"to 26"(D) 9. 300 lbs.maximum weight capacity 10. UL-listed 11. Provide Premier INW-AM325 Recessed Wall Mount Box for the AM300 mount for a professional and fmished look. 12. Surge Protection shall be provided by Tripp Lite Isobar Isoblok 2-0 Surge Suppression or approved equivalent meeting the following minimum requirements: a. Provide two (2) Tripp-Lite Isobar Isoblok 2-0 Surge Suppressors. Each suppressor shall be directly plugged into the electrical outlet behind each side monitor as shown on the Details b. Input plug: NEMA 5-15P / Output plugs: 2 x NEMA 5-15R — direct plug into the wall outlet c. Shall provide network-grade surge suppression rated at 1410 joules/48,000 amps d. Shall provide a maximum response time of 1nSec e. Shall provide a clamping voltage of 140 volts(rms) f. Shall remove line noise and EMI Page 7 of 72 C. For the 911 Center the mount shall be Chief LSMU Large Fusion Micro-adjustable Fixed Wall Display Mount or approved equivalent meeting the following minimum requirements: 1. VESA compatibility with proposed display monitor 2. Orientation: Landscape 3. Lateral shift of 17.5-inches(typ.) 4. Manual height adjustment: 1-inch(typ.) 5. Minimum depth: 2 inches(typ.) 6. Post-installation leveling: roll 7. 200 lbs.maximum weight capacity 8. UL-listed 9. Provide three (3) Tripp-Lite Isobar Isoblok 2-0 Surge Suppressors as specified herein. Each suppressor shall be directly plugged into the electrical outlet behind each side monitor as shown on the Details Add the following new subsection to Sub-section 939.2: 939.2.13 ATMS Rack&Components 1. ATMS Rack shall be Chatsworth Product Inc. (CPI) Model 15251-715 Adjustable Rail QuadraRack Four-Post Rack or approved equivalent meeting the following minimum requirements: A. Provide one(1) complete and new ATMS Equipment Rack at the TMC as shown on the Project Plan Details and as specified herein. Other locations(i.e., IT Building and the 911 Center)the Contractor shall use existing equipment rack space. B. Shall provide 51RU rack space in an adjustable four (4) post frame steel rack, of open design for airflow and access, black, measuring approximately 96-inch H x 23.6-inch W x adjustable rack depth (24 to 30-inch)(D). C. Shall be provided with 19-inch EIA-310-E compliant rack rails D. Shall be provided with#12-24 threaded rail style E. Shall be provided with up to 2200 lbs. equipment load-bearing capacity,typ. F. Shall be provided with an integrated grounding stud(s) and terminal block for attachment of equipment and rack to building grounding system G. Shall be provide with two (2) solid steel CPI Side Panels (PN: 15270-703) or as approved by the Engineer H. Shall be provided with CPI or Middle Atlantic black filler blank panels for all open spaces (for front of rack facing room)as approved by the Engineer Page 8 of 72 I. Shall be provided with CPI or Panduit horizontal and vertical cable management or approved equivalent as approved by the CITY J. Shall be provided with CPI Floor Installation Hardware (PN: 40604-001) or as approved by the Engineer. The Contractor shall coordinate with the City and Building Architect for anchoring the rack to the floor. K. Shall be provided with one (1) Tripp Lite PDUMV40 PI Vertical Power Distribution Unit (PDU) or approved equivalent meeting the following minimum requirements: 1. Type: dual independent 20A circuits with a total of 32 outlets(16 per circuit) 2. Dual digital current monitoring displays(1 for each circuit) 3. Output Capacity: 3.8kW(1.9kW per circuit, 120V input) 4. Output Receptacles: 32 x NEMA 5-15/20R(16 per circuit) 5. Output Nominal Voltage: 120V 6. Overload Protection: 2 x 20A circuit breakers 7. Input Voltage: 120V 8. Input Plug Type: NEMA 5-20P;NEMA L5-20P 9. Include 2 x adapters that convert NEMA L5-20P input plugs to NEMA 5-20P 10. Form Factor: vertical mounted using CPI vertical power strip manager or as approved by the Engineer 11. UL-listed L. Shall be provided with one (1) Tripp Lite RS-1215RA Rack Mount Power Strip or approved equivalent meeting the following minimum requirements: 1. Type: single 15A circuit with a total of 12 right-angled widely spaced outlets(6 front/6 rear) 2. Output Receptacles: 12 x NEMA 5-15R(6 in front/6 in rear) 3. Output Nominal Voltage: 120V 4. Overload Protection: 1 x 15A circuit breaker 5. Input Voltage: 120V 6. Input Plug Type: NEMA 5-15P 7. Form Factor: 1 RU rack mounted 8. UL-listed M. Shall provide all other accessories and/or components (i.e., equipment support rails, top-mount cable tray, etc.) as required or needed for safe mounting of heavy equipment and routing of cables within the system N. Shall be UL-listed 60950 Page 9 of 72 O. Shall be manufactured in accordance with ISO-9001 procedures to assure quality 2. ATMS Rack Uninterruptible Power Supply (UPS) Power Back-up and Conditioning System shall be Tripp-Lite SmartOnline 12kVA Double Conversion (PN: SU12000RT4U) (for the TMC) or approved equivalent meeting the following minimum requirements: A. Provide one (1) complete online continuous type UPS Back-up Power System for the TMC. This UPS system shall be rack mounted in the ATMS Rack in the TMC Operations Room (Room 127) as shown on the Details. B. All UPS and any electrical upgrade work shall be by a licensed electrician in Georgia. All electrical work required and/or needed in the TMC to support this Project shall be provided by this licensed electrician and coordinated with the City and Building Architect. This UPS system shall provide continuous back-up power for the ATMS Rack and equipment mounted in it as well. Separate UPS units shall be used for each ATMS Workstation as shown in the Details. The Video Wall monitors will not be on this back-up system at this time unless otherwise directed by the CITY. The Contractor shall work and coordinate with the City and Building Architect in regards to final back-up power requirements and make any sizing revisions as required to support the final configuration as approved by the CITY. C. The Contractor shall review final load equipment requirements and provide sizing calculations using an equipment uptime of a minimum of 7 minutes under full load upon loss of utility power service. The Contractor shall submit calculations and proposed any revisions to the UPS unit specified herein for review and approval by the Engineer as specified herein. The UPS will provide back-up power until the Building Generator powers up and is operational. D. Shall be Online Continuous / Double Conversion type providing for uninterrupted operations utility power outages and other events including blackouts/brownouts, voltage fluctuations and surges with zero transfer time. E. Shall provide an output watt capacity of 8.4kW and an output kVA capacity of 12 kVA F. Shall take up a maximum of 8RU of rack space (4RU high power density power module and 4RU external battery pack) G. Shall support connected equipment during blackouts for 15/7 minutes at half/full load levels. H. Shall include a minimum of 5 x NEMA 5-15/20R output receptacles and as required to support all equipment I. Shall provide output voltages of 120V J. Shall provide nominal voltage details of 240/120V split phase output K. Shall provide shall conversion that actively converts raw input from AC to DC then back to perfect (pure) sine wave AC output with protection from harmonic distortion, electrical impulses and other power problems. L. Shall provide regulated, sine wave output power free from line noise, transient surges and frequency variation Page 10 of 72 M. Shall provide output voltage regulation (overvoltage and under-voltage correction) of +/- 3% of nominal voltages at 60Hz. N. Shall provide network-grade surge and EMI/RFI AC noise suppression. O. Shall provide capability to extend run-time in the future P. Shall provide hot-swappable,user replaceable batteries Q. Recommended electrical service requirements are as follows: 1. Rated input current(max load): 50A 2. 120/240VAC, split phase(L1, L2,N, G),#6AWG wiring recommended 3. Input Phase: single-phase Note: this is shown as an existing service on the Details. The ATMS Contractor shall review this and all existing electrical work and provisions provided within the project areas and coordinate with the City and Building Architect for any electrical upgrades or revisions required or needed to support all ATMS equipment installed under this contract R. Shall provide all rack mounting hardware required to mount the UPS in the ATMS Rack S. Shall provide diagnostic/control and monitoring software T. Shall provide communications ports to support on-battery, low battery, power-restored, AC-voltage, DC-voltage, output current monitoring, battery charge current, battery capacity, AC line frequency, timed inverter shutoff, activate self-test and output power control U. Shall provide battery packs that are sealed and non-outgassing type. V. Shall be tested and compliant with UL-1778 and FCC Part 15 Category A(EMI) W. Warranty: minimum 2 years. 3. KVM Switch system shall be Raritan Dominion LX Model#DLX-108 KVM-over-IP Switch or approved equivalent meeting the following minimum requirements: A. Shall provide one (1) IP KVM Switch with eight (8) KVM ports that allows for simultaneous control/access to ATMS Equipment Rack equipment for a minimum of two (2) concurrent users, one (1)local and one(1)remote B. Shall provide an independent local port to enable simultaneous local and remote sessions to rack equipment C. Shall provide common browser web-based access from anywhere on the network (LAN, WAN, Internet), allowing for BIOS-level control to troubleshoot,reconfigure and reboot remotely D. Shall provide the same user interface, local or remote, with full management functionality and a consistent look E. Shall provide security and encryption including strong password settings,password retry lockout, and the Advanced Encryption Standard(AES) Page 11 of 72 F. Shall support network protocols including; TCP/IP, UDP, RADIUS, HTTP, HTTPS, SNMP, DHCP, LDAP and Active Directory administration G. Shall provide single 10/100/1000 Gigabit Ethernet access, IPv4/1Pv6 support H. Shall provide local access ports including; HD15,VGA,keyboard/mouse, and USB I. Shall support remotely access of digital applications with a 1920x1080 remote video resolution J. Shall be rack mountable(1 RU). All rack mounting hardware shall be provided K. Shall provide all required and/or needed cables (i.e., KVM computer interface modules (CIMS) / dongles, etc.) to support a complete KVM switch installation for the ATMS Equipment Rack as shown in the Details. Any video adapters required or needed shall be provided as approved by the Engineer L. Warranty: minimum 2 years 4. Rackmount LCD Console Drawer shall be Raritan T1700-LED Rackmount LCD Console or approved equivalent meeting the following minimum requirements: A. Shall provide one (1) Rackmount LCD Console with a 17-inch LED-backlit LCD Drawer that interfaces with the KVM Switch B. Shall support a resolution of up to 1920 x 1080 @ 60Hz(full HD 1080P) C. Shall provide a panel type that is active matrix TFT LCD with LED backlight unit D. Shall provide a contrast ratio of 650:1 E. Shall provide a brightness of 300 nits F. Shall support DVI,VGA,USB and/or PS/2 G. Shall provide a 104 keyboard/touchpad H. Screen shall support an aspect ratio of 16:9 I. Shall be rack mountable(1 RU). All rack mounting hardware shall be provided J. Warranty: minimum 2 years Add the following new subsection to Sub-section 939.2: 939.2.14 ATMS Workstations 1. ATMS Workstation shall be HP Z-230T high performance workstation or approved equivalent that meets the following minimum requirements: A. Shall provide three (3) ATMS Workstations in Room 127 (the TMC Operations Room) and one (1) ATMS Workstation in the 911 Center Dispatch Room. Page 12 of 72 B. Each ATMS Workstation shall have one (1) high performance CPU(as specified herein), one (1) 24- inch HD monitor(as specified herein), wireless keyboard and mouse (as specified herein) and one (1) high performance video card as specified herein C. Function: TMC Only -- The ATMS Workstation will serve as the central point for the management and PTZ control of the CCTV cameras, management and control of video wall and display system, traffic signal control system, the EVP-TSP system, remote equipment control and remote network administration and maintenance activities of the ATMS rack mounted servers/computers. 911 Center Only—The ATMS Workstation will serve as the central point for the management and control of the video selection and display of video sources on the wall mounted monitors to view / monitor only D. Shall provide minimum (1) Intel® i7 — 4790K, 4th Gen, Quad Core, 4.0GHz (base) processor (or latest),minimum with 8MB L3 Cache, overclocking capability E. Shall provide a minimum memory of 16GB DDR3-1600,non-ECC, scalable up to 32GB F. Shall provide one(1)256GB SATA drive(for OS &programs/applications) G. Shall provide one(1) 512GB SATA SSD drive, 7200 rpm,HHD(for storage) H. Shall provide an integrated SATA controller at 6Gbps I. Shall provide Windows 7 Pro, 64-bit operating system(OS)or as directed by the Engineer J. Shall provide the following additional ports/slots (minimum): 1. One(1)Gigabit NIC with RJ-45 connector(rear) 2. Two(2)USB 2.0 ports(with 1 on front)+two(2)USB 3.0 ports(with 1 on front) 3. One(1)PS/2 port 4. One(1)audio(line)in and out(rear) 5. Two(2)PCIe expansion slots,minimum K. Shall provide one(1) 802.11 a/b/g/n WLAN integrated card L. Shall provide one(1)internal DVD/CD-R,RW drive—HP SuperMulti DVD M. Shall provide integrated audio card and speaker N. Shall be provided with HP Remote Graphics Software(RGS)(latest version)for remote capability O. Shall have internal 400W, 92%efficient power supply P. Form Factor: TMC Only—The ATMS Workstation shall be mounted in the CPU Holder as part of the TMC Operator Console Desk as specified herein and directed by the City. 911 Center Only - Tower workstation shall be mounted under the existing Supervisor Station in the 911 Center as shown in the Details and directed by the City Q. Shall provide and install other software onto the workstations as follows: Page 13 of 72 1. Coordinate with the City IT Department to determine what antivirus, windows office suite, web browser and/or other software applications and/or tools are to be installed or pre- installed on the ATMS Workstations 2. TMC Only: Set-up and configure each ATMS Workstation to be able to log onto the Display Clients(as remote Genetec clients)as shown on the Details. 3. TMC only: Load, configure and test RGB Spectrum View Control software per the direction and recommendations of RGB Spectrum. 4. TMC only: Load, configure and test Crestron XPanel to run as a desktop application or launched using a standard Web browser. This shall provide a Virtual Touch Screen control interface for each of the ATMS Operators to controlled devices and subsystems. Programming / integration of controlled devices and subsystems for this Project shall be provided, configured, tested and commissioned by a Certified Crestron engineer / programmer 5. TMC only: Coordinate and work with the City of Augusta Traffic Engineering and the Traffic Signal Control software manufacturer for loading / re-loading and fully testing existing Traffic Control Siemens Tactics Central Software and setting up a traffic database of the existing system. Each ATMS Workstation shall be set-up as a client to the Traffic Signal Application and Database servers 6. TMC only: Load, configure and test EVP-TSP System server/client software per the direction and recommendations of the EVP-TSP system manufacturer 7. 911 Center only: Load, configure and test Genetec Security Center 5.3 VMS Client software per the direction and recommendations of Genetec. Provide and set-up the VMS to allow 911 Center operations to be able to access only selected Traffic CCTV camera feeds as directed and approved by the City Traffic 8. The Contractor shall provide all licenses as required for software provided R. Shall be provided with a 3 years(minimum),next business day support,warranty 2. Provide high performance video cards and cabling that meets the following minimum requirements: A. TMC Only: Provide one (1) NVIDIA Quadro K2200 (PNY PN: VCQK2200-PB) high performance video card or approved equivalent for each ATMS Workstation meeting the following minimum requirements: 1. 4 GB GDDR5,Maxwell-based GPU 2. 80Gbps memory bandwidth, 128-bit 3. 2 x DP 1.2+ 1 x DVI-I DL video outputs 4. DirectX 11.2 or latest version 5. HDCP compliant Page 14 of 72 6. 3 year warranty(minimum). 7. Provide three (3) DP 1.2 to DP 1.2 cables (to connect to the ATMS Workstation display monitor) B. 911 Center Only: Provide one (1) NVIDIA Quadro K4200 (PNY PN: VCQK4200-PB) high performance video card or approved equivalent for the ATMS Workstation that meets the following minimum requirements: 1. 4 GB GDDR5,Maxwell-based GPU 2. 173Gbps memory bandwidth,256-bit 3. 2 x DP 1.2+ 1 x DVI-I DL video outputs 4. DirectX 11.2 or latest version 5. HDCP compliant 6. 3 year warranty(minimum). 7. Provide one (1) DP 1.2 to DP 1.2 cable (to connect the ATMS Workstation display monitor) and DP 1.2 to DP 1.2 cabling for daisy-chaining the three (3) wall mounted monitors as specified herein and shown on the Details 8. Provide serial(RS-232)cabling from the ATMS Workstation to the wall mounted monitors in a daisy-chain configuration for control as shown on the Details 3. ATMS Workstation keyboard and mouse shall be Logitech MK710 or approved equivalent meeting the following minimum requirements: A. Each ATMS Workstation shall have one(1)wireless keyboard and mouse B. Shall provide a USB-based 2.4 GHz receiver C. Shall be adjustable in height/angles D. Shall be integrated LCD dashboard with battery level indicator E. Shall provide a minimum battery life of 3 years F. Shall provide a laser mouse sensor G. Shall provide security: 2.4 GHz 128-bit AES encryption H. Shall be of ergonomic design with cushion palm rest I. Shall provide a minimum 5 year warranty 4. ATMS Workstation Monitor shall be NEC EA244WMi 24-inch Monitor or approved equivalent meeting the following minimum requirements: A. Each ATMS Workstation shall have one(1)24-inch monitor B. Shall provide a 24-inch display size(diagonal) Page 15 of 72 C. Shall provide an IPS Gen 2,LED-backlit panel type D. Shall provide a resolution(native)of 1920 x 1080 E. Shall provide pivot,tilt, swivel and height adjustments F. Shall provide a view angle of 178°horizontal/ 178°vertical G. Shall be anti-glare type H. Shall provide an aspect ratio of 16:10(typ.) I. Shall provide a brightness(minimum)of 350 cd/m2,typ. J. Shall provide more than 16.7 million colors K. Shall provide a contrast ratio of 1000:1 static/25,000:1 dynamic,typ. L. Shall provide input connectors including 1 x DVI-D, 1 x DP, 1 x HDMI, 1 x VGA(15-pin D-sub) M. Shall be HDCP compliant N. Shall provide auto brightness with ambient light sensor O. Shall provide a response time of 5ms,typ. P. Shall provide a 3 years(minimum)warranty Add the following new subsection to Sub-section 939.2: 939.2.15 Traffic Application and Database Servers Two (2) servers shall be provided for Traffic Signal Control including; 1)Traffic Central Application Server and 2)Traffic Database Server that meets the following minimum requirements: 1. Shall provide one (1) Traffic Application Server and one (1) Traffic SQL Database Server in the Room 127 (TMC Operations Room)ATMS Rack as shown on the Details 2. Function: TMC Only -- The traffic servers will provide traffic signal control application and database software and system functionality allowing for each ATMS Workstation operator to access and control the traffic signal system. The Traffic Application Server shall also provide an additional head-end source allowing for video and traffic related graphics to be displayed on the video wall and side monitors 3. Shall provide minimum Quad-core Intel E5-2600 series (server class) processor at 2.4GHz (or above), and 10MB cache 4. Shall be rack mounted at no more than 2RU per server and come with manufacturer rack mounting kit. The intent is to fit all proposed ATMS equipment in the full size ATMS Rack in the TMC as shown in the Details 5. Shall provide a minimum of 32GB RAM internal memory as approved by the City 6. Shall provide multiple hard drives providing a minimum of 1 TB (total) of storage in a RAID 5 configuration as approved by the City Page 16 of 72 7. Shall provide Microsoft Windows 2008 Server R2 / 2012 (or later) and/or Microsoft SQL Server 2008 Standard edition (or latest) and any other software as recommended by the traffic control system manufacturer and approved by the City 8. The Contractor shall provide all licenses as required for software provided 9. Shall be provided with one(1)NVIDIA Quadro K4200(PNYPN:• VCQK4200-PB)video card as specified herein or approved equivalent and be provided with the following video adapters: A. Provide two(2)x DP 1.2 to HDMI Adapters B. Provide one(1)x DVI-I DL to HDMI Adapter 10. Shall provide internal 24X CD-ROM or DVDROM drive, minimum 11. Shall provide the following additional ports/slots(minimum): 1. Dual Gigabit Ethernet NICs with RJ-45 connectors(rear) 2. Two(2)USB 3.0 ports(with 1 on front) 3. One(1)PS/2 port 4. One(1) Serial port as required 5. One(1)Video port as required 6. Two(2)PCIe x 16 expansion slots(not used) 12. Shall provide a minimum 3 year warranty 13. ATMS Contractor shall coordinate and work with City Traffic Engineering in regards to current configuration of the Augusta Tactics Central / Actra traffic signal control system and the number of intersections currently under central control to be brought over from the existing set-up and the number of additional intersections to be included into the central system. ATMS Contractor shall also coordinate with Siemens in regard to overall requirements for the servers and client workstations. Add the following subsection to Sub-section 939.2: 939.2.16 Head End Sources-Display Client Workstations 1. The ATMS Contractor shall provide their Bid Cost Proposal that includes Head-End Display Client Approach as specified below. Final contractor selection shall be based on this approach. However, the ATMS Contractor shall also provide a Bid Cost for the Display Client alternative approach also specified in this section and shown on the Details as part of their proposal. The ATMS Contractor shall make a recommendation with supporting technical reasons for the proposed approach as part of their Technical Proposal for consideration by the City. The City reserves the right to reject any proposed alternative solution for any reason. 2. Head-End Display Client Workstation Approach — provide three (3) HP Z-840T high-end rack- mounted head-end workstations with HP Z6/Z8 Rack Mounting Kits (B8S55AA) and two (2) NVIDIA Quadro K5200 high performance video cards per each or approved equivalent meeting the following minimum requirements: Page 17 of 72 A. Shall provide three (3) rack-mounted Display Client workstations as shown on the Details with two (2) high performance video cards each (4 outputs each for a total of 8 outputs per Display Client) as specified herein. Note: the ATMS Operator Workstation in Section 939.2.15 shall also function as the Display Client for the three (3) wall mounted flat-panel monitors in the 911 Center Dispatch Room as shown on the Details B. Function: TMC Only -- The Display Client workstation shall provide the video processing as a Genetec SC 5.3 client along with the video decoding and provide the video streaming inputs to the RGB Spectrum Display Processor(as specified herein) for display of video and graphics on the video wall and side mounted monitors as shown on the Details. Each Display Client shall be able to be remotely accessed / logged onto from any of the TMC ATMS Workstations as a Genetec video management system client 911 Center Only—The ATMS Workstation will serve as the central point for the management and control of the video selection and display of video sources on the wall mounted monitors to view / monitor only C. Shall provide minimum (2) Intel®Xeon E5-2640 V3, 8-core, 2.6GHz processor(or latest), minimum with 20MB L3 Cache D. Shall provide a minimum memory of 32GB DDR4-2333, ECC, scalable up to 128GB E. Shall provide one(1) storage drive of 256GB SATA(for OS&programs/applications) F. Shall provide an integrated SATA controller at 6Gbps G. Shall provide Windows 7 Pro, 64-bit operating system(OS) or as directed by the Engineer H. Shall provide the following additional ports(minimum): 1. Two(2)Gigabit NICs with RJ-45 connectors(rear) 2. Two(2)USB 2.0 ports(with 1 on front)+two(2)USB 3.0 ports(with 1 on front) 3. One(1)PS/2 port 4. One(1)audio(line)in and out(rear) 5. Two(2)PCIe expansion slots,minimum(not used) I. Shall provide one(1) internal DVD/CD-R,RW drive—HP SuperMulti DVD J. Shall be provided with HP Remote Graphics Software(RGS)(latest version)for remote capability K. Shall have internal 1125W, 90%efficient power supply L. Form Factor: TMC Only -- Shall be provided rack mounted in the ATMS Rack as shown on the Details using the HP Z6/Z8 Rack Mounting Kit (B8S55AA). 911 Center Only- Tower workstation (as specified herein) shall be mounted under the existing Supervisor Station in the 911 Center as shown in the Details and directed by the City M. Video Card shall be NVIDIA Quadro K5200 high performance video card or approved equivalent that meets the following minimum requirements 1. Provide two(2)video cards per Display Client Page 18 of 72 2. 8 GB GDDR5,Maxwell-based GPU 3. 192Gbps memory bandwidth, 256-bit 4. 2 x DP 1.2+ 1 x DVI-I DL+ 1 x DVI-D DL video outputs 5. DirectX 11.2 or latest version 6. HDCP compliant 7. 3 year warranty(minimum) 8. Provide twelve(12)x DP 1.2 to HDMI Adapters 9. Provide six(6)x DVI-I DL to HDMI Adapters 10. Provide six(6)x DVI-D DL to HDMI Adapters 11. The outputs from the Display Client video cards using the video adapters will directly feed the HDMI Inputs on the RGB Spectrum Display Processor (as specified herein) within the ATMS Rack as shown on the Details N. Shall provide and install other software onto the head-end workstations as follows: 1. Coordinate with the City IT Department to determine what antivirus, windows office suite, browser and/or other software applications or tools to be installed or pre-installed on the Display Client/workstation 2. Load, configure and test Genetec Security Center 5.3 Video Management System (VMS) Client software per the direction of Genetec 3. Remote Access: Load, configure and test HP Remote Graphics Software (RGS), Ver. 7.1 (or latest)on the Display Client workstations to allow for remote access to these clients. Load sender software on each Display Client workstation and receiver software on each ATMS Workstation as directed by the CITY. 4. The Contractor shall provide all licenses as required for software provided O. Shall be provided with a 3 years(minimum),next business day support,warranty 3. Head-End Display Client Workstation Alternative Approach—provide a Host Computer Workstation with a PCIe Slot Expansion Enclosure system with NVIDIA Quadro K5200 high performance video cards or approved equivalent meeting the following minimum requirements: Host Computer Workstation A. Shall provide one (1)rack-mounted Host Computer Workstation and one (1)rack-mounted PCIe Slot Expansion Enclosure (Chassis) system populated with six (6) high performance video cards (providing 4 outputs each for a total of 24 outputs per chassis) as specified herein. Note: the ATMS Operator Workstation in Section 939.2.15 shall also function as the Display Client for the three (3) wall mounted flat-panel monitors in the 911 Center Dispatch Room as shown on the Details B. Function: TMC Only -- The Host Computer shall provide the video processing as a Genetec SC 5.3 client with the hardware video decoding through the video cards in the Expansion Enclosure Page 19 of 72 providing the video streaming inputs to the RGB Spectrum Display Processor (as specified herein) for display of video on the video wall and side mounted monitors as shown on the Details. The Host Computer Workstation shall be able to be remotely accessed/logged onto from any of the TMC ATMS Workstations as a Genetec client video management and video display system 911 Center Only—The ATMS Workstation will serve as the central point for the management and control of the video selection and display of video sources on the wall mounted monitors to view / monitor only C. Shall provide minimum (2) Intel® Xeon E5-2660 v3 series (Haswell), 10-core (20 threads), 2.6GHz (3.3GHz turbo max) processor(or latest), minimum with 25MB L3 Cache. Other processor options include E5-2680v3 and E5-2690v3 as approved by the Engineer D. Shall provide a minimum memory of 32GB DDR4-2333,ECC, scalable up to 128GB E. Shall provide two (2) 256GB SATA 3 solid state drive (SSD) (for OS, programs/applications, storage) F. Shall provide an integrated SATA controller at 6Gbps G. Shall provide up to 9.6 Giga Transactions/second(GT/s)across 2 QPI links H. Shall be provided with Windows 7 Pro, 64-bit workstation operating system (OS) or latest server OS as approved by the Engineer I. Shall provide the following additional ports/slots (minimum): 1. Four (4) PCI Express (PCIe) Gen 3.0 x16 expansion slots. Each slot shall accommodate a half- height, half-length controller such as a Host Interface Controller (HIC) for communicating with the PCIe Slot Expansion Enclosure as specified herein 2. Two(2)Gigabit NIC with RJ-45 connectors(rear) 3. One(1) Serial port(DB-9)as required 4. One(1)PS/2 port 5. One(1)Video port as required 6. Two(2)USB 2.0 ports(with 1 on front)+two(2)USB 3.0 ports(with 1 on front) J. Shall be provided with two (2) HICs to enable connection to the PCIe Slot Expansion Enclosure as specified herein. Host Computer shall use one PCIe x16 slot for each HIC as shown on the Details K. Shall have internal 750W, 90%efficient power supply L. Form Factor: TMC Only — Host Computer shall be 2RU (rack mounted in the ATMS Rack). All rack mounting hardware shall be provided as recommended by the manufacturer. 911 Center Only- Tower workstation(as specified herein) shall be mounted under the existing Supervisor Station in the 911 Center as shown in the Details and directed by the City M. Shall provide and install other software onto the head-end workstations as follows: Page 20 of 72 1. Coordinate with the City IT Department to determine what antivirus and/or other software applications or tools to be installed or pre-installed on the Host Computer 2. Load, configure and test Genetec Security Center 5.3 Video Management System (VMS) Client software per the direction of Genetec 3. The Contractor shall provide all drivers and licenses as required for software provided N. Shall be provided with a 3 years(minimum)warranty PCI Express(PCIe) Slot Expansion Enclosure(Chassis) A. Shall provide a rack mount PCI Express (PCIe) expansion enclosure that enables connection of multiple video cards with rear-connected HIC cables to the Host Computer B. Shall be provided with two (2) Main Interface Boards (MIBs), each connected to the Host Computer with a PCIe xl6 cable and four(4)PCIe Gen 3.0 x16 slots for a total of eight(8)double-wide GPUs C. Shall provide independent 1500W power supply (12.5A @ 120VAC, single-phase) maximum for each MIB with multiple temperature sensitive variable speed cooling fans(low noise) D. Shall provide front-panel LCD monitors for status of power, temperature, fans, and PCIe links and slots E. Shall be provided with external PCIe cables as required with appropriate connected as required by the manufacturer F. Shall support GPUs with passive cooling G. Shall provide PCIe Gen 3.0 slots providing up to 128Gbps data transfer speed H. Form Factor: PCIe Expansion Enclosure shall be 4RU (rack mounted in the ATMS Rack). All rack mounting hardware shall be provided as recommended by the manufacturer. I. Shall be provided with a minimum 3 year warranty High-Performance Video Cards A. Video Cards shall be NVIDIA Quadro K5200 high performance video card or approved equivalent that meets the following minimum requirements 1. Provide six(6)video cards for the PCIe Slot Expansion Enclosure 2. Provide NVIDIA Q-sync adapter as required by the manufacturer 3. 8 GB GDDR5,Maxwell-based GPU 4. 192Gbps memory bandwidth, 256-bit 5. 2 x DP 1.2+ 1 x DVI-I DL+ 1 x DVI-D DL video outputs 6. DirectX 11.2 or latest version 7. HDCP compliant 8. 3 year warranty(minimum) Page 21 of 72 9. Provide twelve(12)x DP 1.2 to HDMI Adapters 10. Provide six(6)x DVI-I DL to HDMI Adapters 11. Provide six(6)x DVI-D DL to HDMI Adapters 12. The outputs from the video cards using the video adapters will directly feed the HDMI Inputs on the RGB Spectrum Display Processor (as specified herein) within the ATMS Rack as shown on the Details Add the following new subsection to Sub-section 939.2: 939.2.17 ATMS Console Desk Furniture 1. ATMS Console Desk Furniture: The ATMS Console Desk Furniture shall be Winsted Encompass-2 as shown in the picture and listed below or approved equivalent meeting the following minimum requirements: A. Provide three (3) console desks shall be provided and shall be identical. The console desk shall be located/positioned within TMC Room 127 as shown on the Project Plan Details and approved by the CITY. B. Shall provide a console desk that is 30-inch deep, 29-inch high,and 48-inch wide. C. Shall provide console desk with footprint, configuration, type and layout as shown in the Project Plan Details and the picture below consisting of the following Winsted desk components and accessories: All quantities shown are estimated and are to be field determined/verified by the Contractor 1. 1 x Model # S48580 48-inch Center Desk with comfort edge surface �_--- 2. 1 x Model# 48111 Modesty Panel for 48-inch Desk . 3. 1 x Model # 48018 Pair of Legs for 30-inch depth work surface1441 ° a 4. 1 x Model#48524 Pair of Wood Sides with Recess ; 5. 1 x Model#46260 Pullout Swivel CPU Holder 6. 1 x Model# 11745 24/7 High Back Chair,Black 7. 1 x Model#E5085 Pole Mount w/ 15-inch Extension 8. 1 x Model# 10709 34-inch 10 outlet Power Strip 9. 1 x Model#55233 Narrow Pencil Drawer,Black C. Shall provide a work surface that is 1-inch thick medium density fiberboard(MDF)core with beveled urethane front edges molded to the MDF core. D. Shall be modular, expandable, and reconfigurable that supports the specified monitors, computers, and other equipment. Page 22 of 72 E. Shall provide rear panels with cable troughs and decorative end/side panels. F. Shall provide a console desk that provides ample work surface and sufficient risers to accommodate the specified equipment. Space for computer CPUs/system towers shall be provided to mount such equipment under the desk's work surface. G. Shall feature panels and an integrated cable management system that provides grommeted, discrete routing of video/monitor cables. Wide channel support legs shall provide cable routing and access via a removable panel. H. Shall provide console desk components that are: 1) of a pre-engineered steel and MDF construction, 2)available from a pre-defined set of manufacturers model numbers and 3)in common production for at least one year prior to the date of submission. I. Shall provide steel frames that are pre-welded and formed construction. All exposed welds shall be filed smooth and sharp corners eliminated. J. Shall provide support desk legs that have the capability of leveling to make adjustment to suit uneven floor conditions. K. Shall provide support desk legs and framework that is constructed of 14 and 16-gauge steel (.074" and.062") strong enough to support static loads of 175 lbs. L. Shall provide desktop work surface that is glossy, smooth and wear-resistant laminate. Alternative finishes may be proposed for consideration by the CITY. M. The work surfaces, monitor risers, and contour trim shall accept various colors and accent trim. Contractor shall coordinate with the CITY for final color selections (Biltmore Cherry for work surface and Cherry for Endurance sides are shown in the rendering/picture). N. Shall provide steel frame components, including CPU tower supports and accessories that have a zinc oxide wash primer with a black baked-on textured enamel paint fmish. 0. Shall provide the following accessories: 1. Provide one(1)adjustable high back chair for each console desk. 2. Provide one (1) pullout swivel CPU tower holder / support well for each console station that provides easy access to the workstation computer. 3. Provide one(1)pullout pencil drawer for each console desk. 4. Provide one (1) 15-amp electrical power strip (minimum 8 outlets with space to accommodate AC/DC power supply 'wall warts')for each console desk. 5. Provide each console desk with one (1) single 15-inch monitor post with monitor mount or as required that allows the operator to position the 24-inch monitor as specified herein. 6. Provide cable management for each console desk to conceal all cabling associated with the system. P. Shall provide components that are shipped either fully assembled or knocked down to save shipping costs.All assembly must be possible of onsite construction without welding or carpentry work. Page 23 of 72 Q. Shall provide all hardware(panel bolts,washers, etc.)as required and/or needed for assembly. R. Shall be constructed and tested according to ANSI-BIFMA standards. S. Shall provide a 10/5/2-year manufacturer warranty. 10 years covering adjustable, sliding components and laminated surfaces, 5 years covering TruForm surfaces and 2 years electrical components and chair. 2. ATMS Workstation UPS: The ATMS Workstation UPS back-up power system shall be Tripp-Lite SmartPro 1.5kVA Line-Interactive (PN: SMART1500) (for the TMC only) or approved equivalent meeting the following minimum requirements: A. Provide three (3) complete line-interactive type UPS Back-up Power System for the TMC (one for each ATMS console workstation in TMC Room 127)as shown on the Details. B. Shall provide for uninterrupted operations utility power outages and other events including blackouts/brownouts,voltage fluctuations and surges with a maximum transfer time of 4mSec C. Shall provide an output watt capacity of 980W and an output kVA capacity of 1.5 kVA D. Shall be a tower type installed under the console desk furniture as approved by the City E. Shall support connected equipment during blackouts for 20/7 minutes at half/full load levels F. Shall provide an input connection type that is NEMA 5-15P G. Shall include a minimum of 6 x NEMA 5-15/20R output receptacles H. Shall provide output voltage of 120V, single-phase I. Shall provide regulated, sine wave output power free from line noise, transient surges and frequency variations J. Shall provide output voltage regulation (line mode) (overvoltage and under-voltage correction) of+ 18%, -5% K. Shall provide network-grade surge and EMI/RFI AC noise suppression. L. Shall provide hot-swappable,user replaceable batteries M. Shall support 15A, single-phase, 120VAC service N. Shall provide diagnostic/control and monitoring software 0. Shall provide battery packs that are sealed and non-outgassing type. P. Shall be tested and compliant with UL-1778 and FCC Part 15 Category A(EMI) Q. Shall provide a warranty of 2 years (minimum) Page 24 of 72 Add the following to Sub-section 939.2: 939.2.18 Field Network Switch Field network switch shall be Cisco IE4000-8T4G-E Industrial Switch and Cisco PWR-IESOWAC-AC Power Supply or approved equivalent meeting the following minimum requirements: 1. Shall provide a minimum of 12 total ports including 8 x 10/100Base-T/TX ports+ 4 x combination GigE SFP ports. Combination ports shall allow for either copper or fiber SFPs. 2. All switches (both field and head-end/facility) shall be fully compatible and interoperable with Augusta- Richmond County existing Cisco Ethernet switching network. 3. Shall be provisioned with LAN Base licensing from manufacturer providing Layer 2 switching features. Include all agent and management software and documentation. 4. Shall be DIN-rail mounted in field cabinets as shown on the Project Plan Details or as directed by the CITY. 5. Shall provide optical SFPs as required meeting the minimum Augusta ATMS SFP requirements in Section 939.2.07(A)&(B). 6. All field network switches and power supplies shall be new and in the box from the manufacturer (un- opened,not used and re-packaged or refurbished). 7. Shall support the following standards(latest revs/releases): A. IEEE 802.1s Multiple Spanning Tree B. IEEE 802.1w Rapid Spanning Tree C. IEEE 802.1x Port Access Authenication D. IEEE 802.3ad Link Aggregation E. IEEE 802.3x Full duplex on 10BASE-T, 100BASE-TX, and 1000BASE-T ports F. IEEE 802.1D Spanning Tree Protocol G. IEEE 802.1p CoS prioritization H. IEEE 802.1Q VLAN I. IEEE 802.3 10BASE-T specification J. IEEE 802.3u 100BASE-TX specification K. IEEE 802.3ab 1000BASE-T specification L. IEEE 802.3z 1000BASE-X specification M. RMON I and II N. SNMPv1, SNMPv2c,and SNMPv3 Page 25 of 72 8. Shall support Layer 2 unicast and multicast(IGMPvl,v2,v3 Snooping, IGMP filtering,IGMP Querier). 9. Shall provide remote management through: CLI, HTTP, RMON/RMON 2, SNMP vl/v2c/v3, SSH, and Telnet. 10. Shall provide security through Secure Shell (SSH) v2, port-based Access Control Lists (ACLs), 802.lx with VLAN assignment,MAC address filtering,RADIUS,and TACACS+. 11. Shall provide 512MB DRAM and 128MB of flash memory,nominal. 12. Shall provide a 1 GB removable SD slash memory card. 13. Shall support operating temperature: -40 to +167 degrees F and relative humidity of 5% to 95% non- condensing. 14. Shall provide a minimum calculated MTBF of 590,000 hours using Telcordia SR-332,Method 1, Case 3. 15. Shall provide a minimum of four(4)Gigabit Ethernet expansion slots. 16. Shall provide fiber optic patch cords in accordance with GDOT SP Section 935 with integral optical attenuators for optical power control in accordance with the network switch manufacturer's recommendations. 17. Warranty:Minimum 5 years. Add the following new subsection to Sub-section 939.2: 939.2.19 Facility Network Equipment Facility network switch shall be Cisco Catalyst 3850 Series Switches or approved equivalent meeting the following minimum requirements: 1. Facility Network Switches Provide Network Switches for the following facilities: 1) IT Building, 2) TMC, and 3) 911 Center meeting the following minimum requirements: A. The IT Building will serve as the ATMS CORE for the overall network and shall be configured as follows: 1. Shall meet or exceed the minimum network switch requirements as specified herein. 2. Shall be a stacked switch platform. 3. Shall provide IP Base licensing and provisioning providing Enterprise access Layer 3 switching/routing features.Include all agent and management software and documentation. 4. Shall provide the following switch and component manufacturer part numbers as part of the ATMS CORE stack: All quantities shown are estimated and are to be field determined/verified by the Contractor Page 26 of 72 a. 5 x WS-C3850-X-24S-E- Stackable 24 x SFP Ethernet Switch b. 1 x WS-C3850-X-24T-E- Stackable 24 x 10/100/1000 Ethernet Switch c. 2 x C3850-NM-4-1G—4 x GigE Network Module d. 1 x PWR —C1-350WAC/2 — 350-watt AC Power Supply Spare (secondary for the stack) e. 5 x STACK-T1-50cm—StackWise-480 50cm Stack Cable f. 1 x STACK-TI-1M -- StackWise-480 50cm Stack Cable g. 5 x CAB-SPWR-30cm—StackPower Cable h. 1 x CAB-SPWR-150cm—StackPower Cable i. 1 x CAB-TA-NA—AC Power Cord(spare) j. 1 x C3850-RAC-KIT—Rack Mount Kit 5. Contractor shall be responsible to determine final quantities based on the final fiber splicing and network configuration plan as approved by the CITY. 6. All network equipment shall be installed in the existing ATMS Equipment Rack in the IT Building Data Center room. The Contractor shall coordinate with CITY IT Department in regards to which rack in the room will be designated as the ATMS Equipment Rack and for final power/electrical requirements. 7. Provide all optical SFPs (types and quantities) as required and shown on the Project Plan Details and the final network configuration/integration and fiber splicing plan as approved by the CITY. B. The TMC will serve as an ATMS ACCESS point for the overall network and shall be configured as follows: 1. Shall meet and exceed the minimum network switch requirements as specified herein. 2. LAN Base licensing and provisioning providing Enterprise access Layer 2 switching features. Include all agent and management software and documentation. 3. Shall provide the following switch and component manufacturer part numbers: All quantities shown are estimated and are to be field determined/verified by the Contractor. a. 1 x WS-C3850-X-24T-L-24 x 10/100/1000 Ethernet Switch b. 1 x C3850-NM-4-1G—4 x GigE Network Module c. 1 x C3850-RAC-KIT—Rack Mount Kit 4. Contractor shall be responsible to determine final quantities based on the final fiber splicing and network configuration plan as approved by the CITY. 5. All network equipment shall be installed in a new ATMS Equipment Rack in the ATMS Equipment Room in TMC Operations Room 127 as shown on the Project Plan Details or as directed by the CITY. Page 27 of 72 6. Provide all optical SFPs (types and quantities) as required and shown on the Project Plan Details and the final network configuration/integration and fiber splicing plan as approved by the CITY. C. The 911 Center will serve as an ATMS ACCESS point for the overall network and shall be configured as follows: 1. Shall meet and exceed the minimum network switch requirements as specified herein. 2. LAN Base licensing and provisioning providing Enterprise access Layer 2 switching features. Include all agent and management software and documentation. 3. Shall provide the following switch and component manufacturer part numbers: All quantities shown are estimated and are to be field determined/verified by the Contractor. a. 1 x WS-C3850-X-24T-L-24 x 10/100/1000 Ethernet Switch b. 1 x C3850-NM-4-1G—4 x GigE Network Module c. 1 x C3850-RAC-KIT—Rack Mount Kit 4. Contractor shall be responsible to determine final quantities based on the final fiber splicing and integration plans as approved by the CITY. 5. All network equipment shall be installed in an existing Equipment Rack within the Dispatch Room (Telephone Equipment Room) as shown on the Project Plan Details or as directed by the 911 Center. 6. Provide all optical SFPs (types and quantities) as required and shown on the Project Plan Details and the final network configuration and fiber splicing plan as approved by the CITY. D. Shall meet the following minimum network requirements: 1. Shall be fully compatible and interoperable with Augusta-Richmond County existing Cisco Ethernet switching network. 2. All facility network equipment shall be new and in the box from the manufacturer (un- opened,not used and re-packaged or refurbished). 3. Shall provide a minimum of 90Gbps switching capacity (for one 24-port switch), 480Gbps per stack. 4. Shall provide Cisco Stack Wise-480 or approved equivalent allowing for up to six(6) switches to stacked creating one unified switch platform with stack bandwidth up to 480Gbps (for the ATMS CORE only). 5. Shall provide Cisco StackPower or approved equivalent allowing for the switches in the stack to share redundant power supplies(for the ATMS CORE only). 6. Shall provide a minimum of 24 x 10/100/1000Base-T ports at the IT Building, TMC and the 911 Center. Page 28 of 72 7. Shall provide a minimum of 120 x SFP switching ports at the IT Building as part of the stack. 8. Shall provide 4 x SFP uplink ports at the IT Building as part of the stack (using 1 x (4 x GigE Network Module)populated with appropriate SFP optics). 9. Shall provide 2 x SFP uplink ports at the TMC as part of the ATMS ACCESS switch(using 1 x(4 x GigE Network Module)populated with appropriate SFP optics). 10. Shall provide 1 x SFP uplink port at the 911 Center as part of the ATMS ACCESS switch at that facility(using 1 x(4 x GigE Network Module)populated with appropriate SFP optics). 11. Shall provide optical SFPs as required meeting the minimum Augusta ATMS SFP requirements in Section 939.2.07 (A)& (B). 12. Shall support management capabilities including the following: a. MIB b. RMON I and II c. SNMPv1,v2c,v3 13. Shall support the following standards(latest revs/releases): a. IEEE 802.1s Multiple Spanning Tree b. IEEE 802.1w Rapid Spanning Tree c. IEEE 802.1x Port Access Authenication d. IEEE 802.3ad Link Aggregation e. IEEE 802.3x full duplex on 10BASE-T/TX and 1000BASE-T ports f. IEEE 802.1D Spanning Tree Protocol g. IEEE 802.1p CoS prioritization h. IEEE 802.1Q VLAN i. IEEE 802.3 10BASE-T specification j. IEEE 802.3u 100BASE-TX specification k. IEEE 802.3ab 1000BASE-T specification 1. IEEE 802.3z 1000BASE-X specification m. RMON I and II n. SNMPv1, SNMPv2c,and SNMPv3 14. Shall support unicast and multicasting routing. 15. Shall support Layer-3 routing protocols including,but not limited to, OSPF,VRRP,PIM,RIP and IP multicast routing capabilities. 16. Shall support IPv4 and IPv6. Page 29 of 72 17. Shall provide remote management through: CLI,HTTP, RMON/RMON 2, SNMP vl/v2c/v3, SSH,and Telnet. 18. Shall provide security through Secure Shell (SSH) v2, port-based Access Control Lists (ACLs), 802.1x with VLAN assignment,MAC address filtering,RADIUS, and TACACS+. 19. Shall provide a minimum calculated MTBF of 300,000 hours using Telcordia SR-332, Method 1,Case 3. 20. Shall provide a minimum of one(1)expansion slots in each switch. 21. Shall provide 4GB DRAM and 2GB of flash memory, nominal. 22. Shall provide fiber optic patch cords in accordance with GDOT SP Section 935 with integral optical attenuators for optical power control in accordance with the network switch manufacturer's recommendations. 23. Warranty: Minimum 5 years. 2. Network Security Appliance The Network Security Appliance shall be Cisco ASA5512-K9 Security Plus Appliance or approved equivalent meeting the following minimum requirements: A. Provide one (1) ATMS Network Firewall, rack mounted in the existing ATMS Equipment Rack in the IT Building as shown on the Project Plan Details and specified herein. B. Shall provide intrusion prevention, deep inspection, antivirus, malware protection, remote access authentication and access control. C. Shall allow an unlimited number of Users/Nodes. D. Shall support bandwidths at the firewall unit of up to 1Gbps . E. Shall provide stateful inspection(maximum)throughput of up to 1Gbps. F. Shall provide ASA IPS throughout of up to 250Mbps. G. Shall provide a next gen firewall throughput of up to 200 Mbps as delivered. H. Shall provide a throughput of 200 Mbps or more for 3DES/AES VPN. I. Shall accommodate a minimum of 250 IPsec Client VPN user sessions. J. Shall accommodate a minimum of 250 AnyConnect or Clientless VPN user sessions . K. Shall provide no less than 2 SSL VPN Peers installed. L. Shall allow a minimum of 100,000 concurrent connections. M. Shall allow a minimum of 50 virtual Interfaces(VLANs). N. Shall provide a minimum of six(6) 10/100/1000 BASE TX ports. O. Shall provide capability to add expansion UO including GE SFPs(future fiber connectivity). Page 30 of 72 P. Shall provide minimum of one integrated RJ-45 serial console port. Q. Shall provide 4GB of more internal memory. R. Shall provide 4GB or more system flash memory. S. Shall be rack mounted in the ATMS Equipment Rack. T. Shall provide all licensing required for a complete and operational system as approved by the CITY. U. Warranty: Minimum 3 years. Add the following new subsection to Sub-section 939.2: 939.2.20 AV Management and Control System The AV Management and Control System shall consist of one (1) RGB Spectrum Media Wall V MWV-550-2K- 30/18/9-32 Display Processor with View MWV Controller Software, 11 x RGB Spectrum CATLinx CAT-TPS Transmitters and 11 x CAT-RPD Receivers, one (1)Extron HAE-100 HDMI Audio De-embedder, one (1) Extron XPA 1002-70V Audio Amplifier, two (2) Extron SM-28 Two-Way Surface Mount Audio Speakers, two (2) Contemporary Research 232-ASTC 4 HDTV Tuners, and one (1) Crestron PRO3 Controller, or approved equivalent meeting the following minimum requirements: 1. AV Display Processor and Software A. General Requirements 1. Provide one(1)MWV-550-2K-30/18/9-32 Display Processor rack mounted in the ATMS Rack in the TMC Operations Room 127 as shown on the Details and specified herein. Provide View Control software for the MWV as specified herein 2. Shall provide a controllable embedded real-time display processor that accepts digital video/graphics and/or IP inputs, provides extensive windowing capabilities, and offers integrated remote desktop functionality 3. Shall provide five (5) input cards with a total of thirty(30) x 2K input ports and three (3) output cards with a total of eighteen (18) x 2K outputs ports (or nine (9) x 4K output ports) with 32 scalers 4. Shall process and display live video / graphics on the video wall and side monitors as shown in the Details 5. Shall incorporate real-time processing to prevent image tearing and visual artifacts when processing high resolution content across the multiple outputs 6. Shall provide integrated remote desktop functionality which allows ATMS operators to view and/or control all networked computers and servers from their ATMS Workstations 7. Shall be capable of accepting up to thirty(36)x 2K/HD digital direct input signals based upon the number of input cards installed and providing up to twenty-four(24)x 2K/HD(or up to 12 x 4K/ Page 31 of 72 UHD) output signals based on the number of output cards installed. Input and output signal connectors shall consist of single-wire HDMI 1.4b connectors 8. Shall provide an additional four(4)auxiliary HDMI output ports 9. Shall execute real-time processing of all video/graphics input signals and display the sources on the video wall array with no dropped frames 10. Shall be able to configure and display video/graphic input signals windows of any size and located anywhere on the video wall array 11. Shall provide the ability to pan and zoom video/graphic input signals and depict the resulting display windows on the video wall array 12. Shall be able to configure and display video/graphic input signals in up to sixty-four (64) windows on the video wall array 13. Shall display any configuration of image window layouts across a multi-screen video wall array. Image windows can be put anywhere, in any size, within or across screen boundaries, with any aspect ratio,and zoomed to emphasize details 14. Shall provide fully supported HDCP copy protection for all input sources and output, with no conventional limitations 15. Shall provide bezel/mullion compensation with adjustment for the screen edges (left, right, top, bottom). The processor shall allow each bezel/mullion setting to be independently set for each display/monitor edge 16. Shall provide a range of control options: basic user GUI, advanced user GUI with dynamic "virtual wall"thumbnail depiction,telnet and serial control 17. Shall also support standard VESA and high definition(HD)resolution display devices 18. Shall provide video synchronization,required for the seamless display of high-motion graphics 19. Shall depict each input in real-time at full color, frame and pixel rates, without common video wall artifacts like dropped frames or image tearing 20. Shall provide the ability to scale all image sources scaled up to 4K UHD output resolution (3840 x 2160 @ 30Hz and 4096 x 2160 @24hz) 21. Shall process a full range of input and output resolutions, including 4K UHD (3840 x 2160), 2K (2048 x 1152/1080),HD(1920 x 1080)and others 22. Shall provide full scaling capability of all video/graphic input signals for output to a 4K/UHD video wall or for display on standard HD/2K video walls 23. Shall provide fast, seamless signal switching and preset layout recall capability B. Input Capabilities 1. Shall be capable of supporting the display of up to thirty-six(36)digital video/graphics inputs 2. Shall be capable to route each input to one or more associated window(s)on the video wall Page 32 of 72 3. Shall provide single-wire HDMI 1.4b input connectors 4. Shall provide full HDCP compliance for all HDMI input sources 5. Shall provide automatic synchronization of the connected input signals with the input timing automatically detected for each input source 6. Shall support input video resolutions up to 2048 x 1152/1080 @ 60Hz (2K), 1920 x 1080, 60Hz (HD), and others 7. Shall support VESA-compatible timing formats for digital inputs up to the maximum supported resolutions C. Output Capabilities 1. Shall be capable of providing up to twenty-four (24) HDMI output connections (scalable) along with four(4)additional Aux HDMI output connections (non-scalable) 2. Shall be capable scaling, connecting and output to 4K (Ultra HD) display devices with a native resolution of up to 3840 x 2160 @ 60Hz or 4096 x 2160 @ 24Hz 3. Shall provide single-wire HDMI 1.4b output connectors 4. Shall support VESA-compatible timing formats for digital outputs up to the maximum supported resolutions. 5. Shall have a modular system of outputs. Modular output cards for the display processor shall be available in 6-channel(HD/2K resolution)or 3-channel(Ultra HD/UHD/4K) formats. 6. Shall provide automatic or manual synchronization of the output signals connected the display devices with the output timing automatically detected and shall be able to adjust, optimize, and save these timing parameters for the desired output device 7. To provide UHD/4K outputs the Contractor shall connect video wall monitors to even numbered WMV outputs as depicted in the manufacturer's technical reference documentation Real-time Image Processing Performance and Capabilities 1. Shall incorporate a real-time processing to ensure that video/graphics imagery is processed and displayed with no image tearing artifacts 2. Shall maintain full frame rate capability for all windows simultaneously, including 4K UHD, 2K and HD high definition video and graphics, regardless of the input resolution or frame rate of the source 3. Shall be able to stretch windows both horizontally and vertically to any aspect ratio 4. Shall be able to maintain the input source's aspect ratio when resizing the associated window 5. Shall be able to independently position windows anywhere on the display wall, including across mullions(monitor bezels),and scale inputs to any size Page 33 of 72 6. Shall provide dynamic scaling, pan and zoom capabilities for every live video/graphics input window 7. Shall be able to independently adjust color, brightness, contrast and sharpness for each live video/graphics input window 8. Shall be able to overlap windows 9. Shall be able to compensate for monitor mullions(bezels) 10. Shall be comprised of a purpose-built architecture that dedicates processing resources for each input 11. Shall allow users to save preferred window layout configurations as presets for easy recall 12. Shall provide up to sixty (60) window layout configurations as presets which are user-creatable, customizable and can be saved and recalled for applicable window layout display on the video wall array E. System Control Capabilities 1. Shall provide the following control methods: Built-in GUI; VIEW Controller with dynamic thumbnails 2. Shall provide a browser-based graphical user interface (GUI) capable of running on a computer, or similar device to simplify operation and configuration of the system. The built-in set-up and configuration GUI supports both local and remote access, "drag and drop" window positioning and scaling,wall layout presets, and input selection 3. Shall provide a graphical depiction of the video wall array 4. Shall provide a GUI providing for"click and drag"window positioning and sizing functionality 5. Shall be controlled by a variety of third-party devices(i.e.,Crestron as specified herein)via IP 6. Shall enable telnet or serial control of the system 7. Shall provide an API to enable system control through third-party devices 8. Shall enable layouts to be recalled whenever the processor is booted up 9. Shall be operable using an application program interface (API) via telnet, 10/100/1000 BASE-T Ethernet, and/or RS-232 serial communication interface. The API (command-line interface) shall be available for third-party controller programming and customization 10. Shall include a front panel color touch screen display which provides user accessible multi-level menus with operational status and maintenance information 11. Shall offer an optional graphically-enhanced user interface that provides live thumbnail depiction of the wall windows to enhance system operation Page 34 of 72 F. Supported Resolutions/Timings 1. Shall support input and output video/graphic resolutions up to 3840 x 2160 @ 30Hz and 4096 x 2160 @ 24Hz (4K Ultra HD—UHD)and other, lower resolutions, including 2048 x 1152/1080 @ 60Hz(2K), 1920 x 1080, 60Hz(HD), and others G. Window and Image Manipulation Capabilities 1. The display processor shall depict image windows in any size, anywhere on the video wall array. These fully scalable image windows will allow imagery to be displayed anywhere on the video wall array, including across monitor bezels 2. The display processor shall be able to configure and display video/graphic input signals in up to sixty-four(64)windows on the video wall array 3. The display processor shall depict image windows at up to sixteen (16) windows per video wall row 4. The display processor shall be able to stretch image windows both horizontally and vertically to any aspect ratio 5. The display processor shall be able to independently position windows anywhere on the display device, and scale input sources to any size 6. The display processor shall be able to zoom,pan, freeze, and crop every image window 7. The display processor shall provide three types of labels: a. Wall: Name the entire wall array b. Source: Name input sources - label follows the source, regardless of which window it is routed to c. Window: Name a window,independent of the source in the window 8. Shall be able to independently label and border each image window with the following features: a. Borders with adjustable thickness b. Borders with user definable/selectable 24-bit colors c. Depict up to sixty-four(64)characters per label 9. Shall be able to independently adjust settings for color, brightness, contrast and sharpness for each window 10. Shall be able to overlap windows 11. Shall be able to move windows from one screen position to another 12. Shall be able to independently select display windows and interactively assign each window's depth(layer)priority Page 35 of 72 13. Shall be able to turn image window depiction on or off 14. Shall allow users to store, recall and name window layout presets, via the GUI or via command line 15. Shall allow users to save/restore all settings, including presets,to a PC 16. Shall display up to six (6) digital clocks in the wall array foreground. These clocks can be independently set and will depict selected time zones 17. Shall display foreground graphics/logos H. Additional Features and Capabilities 1. Shall provide image overlap for edge blending support 2. Shall display the IP address, host name, gateway, subnet mask, baud rate, serial port echo setting, firmware version and alarm status on the processor's front panel display 3. Shall provide event logging capability 4. Shall provide audio signal I/O support through the Auxiliary (AUX) outputs. Auxiliary (AUX) outputs shall provide audio embedded in HDMI signal that can connect to TV/Monitor with built- in speakers or an HDMI audio de-embedder to extract audio to feed an audio amplifier I. Power,Mounting and Environmental 1. Shall provide a 6 RU rack-mounted chassis(maximum) 2. Shall be rack mountable as recommended by the manufacturer and shown on the Details 3. Shall provide strain relief bar cable management 4. Shall provide 50 to 104 degrees F operating temperature and 5 to 90%relative humidity 5. Shall provide a 850W power supply as recommended by the manufacturer 6. Shall provide front to back airflow cooling 7. Shall be equipped with a removable front panel air filter that be washable and replaceable J. Warranties, Licensing and Technical Support 1. Shall provide a three (3) year extended hardware warranty for the WMV display processor and associated components 2. Shall provide two(2)years warranty for CATLinx endpoints(transmitters and receivers) 3. Shall provide one(1)year software maintenance and support for the system 4. Shall provide on-site technical support as required and needed during system set-up, configuration and testing 5. Shall provide all licensing that is required for a complete and operational system Page 36 of 72 2. HDMI+RS-232 Control over Cat-6 Transmitters and Receivers A. Provide 11 x single-channel RGB Spectrum CATLinx CAT-TPS HDBaseT transmitters and 11 x single-channel RGB Spectrum CATLinx CAT-RPD HDBaseT receivers or approved equivalent as shown on the Details meeting the following minimum requirements: 1. Shall extend HDMI video and RS-232 control up to 328 ft.using Cat-6 STP cable 2. Shall be 4K compatible and support HDMI 1.4 3. Shall provide power over HDBaseT meeting IEEE 802.3af standard. Transmitter units shall be externally powered by a power supply as recommended by the manufacturer and the receiver unit shall be remotely powered over the Cat-6 cable 4. Shall be HDBaseT compliant 5. Shall be HDCP compliant 6. Shall provide RS-232 that supports all baud rates regardless of presence of video 7. Shall meet or exceed a MTBF of 90,000 hours 8. Shall use Cat-6 cable between the ATMS Rack and the Video Wall and Side wall monitors that is shielded and HDBaseT certified along with shielded plugs 9. All HDBaseT cables shall be isolated to the extent possible from other signal types 10. Shall provide two (2) 1RU rack shelfs for mounting transmitter on to using DF adhesive tape as approved by the City 3. Audio and Cable TV Systems A. HDMI Audio De-embedder: Provide one (1) Extron HAE-100 HDMI Audio De-embedder or approved equivalent as shown on the Details meeting the following minimum requirements: 1. Shall support resolution of up to 1920 x 1200 or 1080P @ 60Hz, 12 bit color 2. Shall support maximum data rate of up to 6.75Gbps 3. Shall provide 1 x single link HDMI 1.3 compatible 4. Shall support automatic equalization for up to-12dB of cable loss 5. Shall be able to de-embed audio with or without HDMI output connected 6. Shall provide 3.5mm captive screw connector,5-pole Page 37 of 72 7. Shall be provided with 12VDC external power supply and cabling required 8. Shall provide LED indicators for troubleshooting and monitoring 9. Shall be capable of being rack mounted(1/4 rack width metal enclosure) 10. Shall provide one (1) Extron 1RU universal rack shelf for mounting the HAE-100 on to as approved by the City. Same shelf can be used to also mount the Extron XPA-1002-70V audio amplifier specified herein 11. Shall be provided with a 3 year minimum warranty B. 70V Audio Amplifier: Provide one (1) Extron XPA-1002-70V Audio Amplifier or approved equivalent as shown on the Details meeting the following minimum requirements: 1. Shall be convection cooled delivering two(2)channels of 100 watts per channel @ 70V 2. Shall provide up to 24dB of voltage gain 3. Shall provide a frequency response of 20Hz to 20kHz,+/- 1 dB 4. Shall provide stereo separation of>75dB @ 1 kHz 5. Shall provide a minimum S/N ratio of 105dB,20Hz to 20kHz,unweighted 6. Shall provide a THD+Noise of<0.05%@ 20Hz to 20kHz, 8 ohms 7. Shall provide 1 x 5mm screw lock captive screw connector,4-pole audio output connector 8. Shall provide 1 x 3.5mm captive screw input connector, 5-pole 9. Shall provide 1 x 3.5mm captive screw connector, 5-pole for control 10. Shall be able to operate off 120VAC with an internal power supply 11. Shall be capable of being rack mounted(1/2 rack width) 12. Shall provide one (1)Extron 1RU universal rack shelf for mounting the XPA-1002-70V on to as approved by the City. Same shelf can be used to also mount the Extron HAE-100 as specified herein 13. Shall be provided with a 3 year minimum warranty C. Audio Speakers: Provide two (2) Extron SM-28T Two-Way Speakers or approved equivalent as shown on the Details meeting the following minimum requirements: 1. Speaker Type:two-way, full-range, indoor surface mount speaker,black Page 38 of 72 2. Shall provide a frequency response of 67Hz to 17.5kHz,+/-3dB 3. Shall provide 180W(rms), continuous program power 4. Shall provide a nominal sensitivity of 87dB SPL, 1W, 1m, full space 5. Shall provide a crossover frequency of 2kHz 6. Shall be provided with rotary switch taps(70V)of 64W, 32W, 16W, 8W,Off, 8 ohms direct 7. Shall be provided with 1 x 8-inch woofer,polypropylene cone and 1 x 1.1-inch tweeter, silk dome 8. Shall be provided with 2 x Extron SMK P SM 26/28 Pivot Mount Kits or approved equivalent 9. Shall be provided with a 5-year warranty D. Cable TV Tuners: Provide two (2) Contemporary Research 232-ASTC 4 HDTV Tuners or approved equivalent as shown on the Details meeting the following minimum requirements: 1. Shall be capable of tuning analog and digital channels in ASTC,NTSC and clear QAM formats 2. Shall accept both MPEG-2 and-4 TV channels 3. Shall be capable of scaling from 480P to 1080P 4. Shall provide HDMI video outputs as well as audio 5. Shall be capable of adjusting aspect ratio of 16:9 and 4:3 broadcasts 6. Shall be capable of full ASCII 2-way RS-232/USB commands and being daisy-chained controlled using a Crestron platform. Provide all required control cabling as recommended by Crestron and the HDTV tuner manufacturer 7. Shall be provided with Extron PS12-6Y 4A 12VDC power supply with Y-cable for powering multiple tuners along with all required cabling 8. Shall be capable of being rack mounted side-by-side using Extron RK2EZ dual rack 1RU mounting kit 4. System Control System A. Provide one (1) Crestron 3-Series PRO 3 Controller with Crestron XPanel or approved equivalent meeting the following minimum requirements: 1. Shall be capable of providing control of the following minimum components or as directed by the City: Page 39 of 72 a. Power on/off of video wall and side monitors b. Tuner channel(source) selection c. Volume up/down/mute of selected audio sources d. Redundant control of WMV display processor for present bank recall 2. Provide Crestron XPanel for each ATMS Workstation to provide a virtual touch screen for control of systems within the TMC as shown on the Details 3. Provide all rack mounting hardware as required by the manufacturer 4. Provide all control cabling required as recommended by Crestron and the manufacturer of the equipment to be controlled including; WMV display processor, video wall and side monitors, 70V audio amplifier, and HDTV tuners. Coordinate with the City for final list of equipment and subsystems to control. Refer to the Details for additional control requirements Add the following new subsection to Sub-section 939.2: 939.2.21 Video Management System 1. Video Management System(VMS) Software The VMS software shall be Genetec Security Center (GSC) 5.3 or approved equivalent meeting the following minimum requirements: A. Contractor shall provide all applicable VMS modules and licenses/quantities required to provide a complete and fully functional integration as shown below for Genetec: All quantities shown are estimated and are to be field determined/verified by the Contractor 1. 1 x Part#GSC-5.3—GSC 5.3 Version Part 2. 1 x Part#GSC-Base-5.3 --Base Package 3. 1 x Part#GSC-1AD-USCH--Active Directory Integration 4. 5 x Part#GSC-1MobileU--Mobile App Connection 5. 8 x Part#GSC-1U--Desk Client Connection 6. 1 x Part#GSC-1 SCFED--Federation Security Center Directory Connection 7. 1 x Part#GSC-Om-E GSC --Omnicast Enterprise Package 8. 100 x Part#GSC-Om-E-1C --One(1)Camera Connection 9. 1 x Part#SMA-BASE-3Y—3-Year Software Maintenance Agreement Base Package 10. 100 x Part# SMA-CAM-E-3Y—3-Year SMA for One(1)Camera Page 40 of 72 B. VMS general requirements shall be as follows: 1. Shall be based on a true open architecture that shall allow for use of non-proprietary hardware and network infrastructure. 2. Shall be an enterprise level software solution that shall be scalable from one client, server, and camera to hundreds of clients, servers,and cameras. 3. Shall be installed on hardware (i.e., directory server, operator workstations and video display clients)which meet or exceed the manufacturer's recommended requirements. 4. Shall be available as a stand-alone software offering or pre-loaded on turn-key workstations and servers running Microsoft Windows with configurable storage. 5. Shall consist of server software applications and client software applications. 6. Shall permit server and client software applications to be installed and run on both the same computer or on separate computers. 7. Shall include a gateway software application that connects mobile devices to the VMS. 8. Shall support HDSM (High Definition Stream Management) for local and remote users and mobile devices. 9. Shall support remote access using Android and Apple mobile devices through the mobile client. 10. Shall support software level integration via an Application Programming Interface(API). 11. Shall automatically detect if video or audio source firmware is out of date with respect to the current installed software and upgrade it. 12. Shall automatically detect if client application software is out of date with respect to the current installed server software and upgrade it. 13. Shall run as a service configured to automatically start when the server or workstation is powered on and automatically recover from failure or attempted tampering. 14. Shall allow system administration and live video and audio monitoring all from a single client application that can be located anywhere on the network. 15. Shall automatically discover all Server instances running on computers connected to the same network as the Client. C. VMS functional requirements shall be as follows: 1. Shall be capable of interfacing with different IP cameras, encoders and PTZ protocols from various vendors as well as simultaneously supporting multiple video compression formats in real- time including H.264,MPEG-2/4,JEPG2000,and MJPEG. 2. Shall support ONVIF industry standards. 3. Shall have be capable of remote control of multiple monitor displays, including video walls that can be controlled by an unlimited number of users with appropriate rights and permissions. Page 41 of 72 4. Shall support the creation of unlimited views with unique layouts of video streams. 5. Shall support the ability to save views. 6. Shall support the ability to cycle through views(guard tour)based on a specified interval. 7. Shall display all video and media sources connected to the system. 8. Shall support the ability to drag and drop a video source from a tree of video and media sources into one or many windows for live video monitoring. 9. Shall support the ability to configure how the tree of video sources and views is displayed. 10. Shall support digital zooming and panning on live video streams. 11. Shall support controlling mechanical pan-tilt-zoom, iris, and focus as well as setting presets and patterns. 12. Shall provide the ability to name pan-tilt-zoom presets. 13. Shall support the ability to create guard tours by combining a set number of presets that are run in sequence or random pattern. 14. Shall support the ability to center a PTZ camera's field of view by clicking anywhere on the video image. 15. Shall support controlling mechanical pan-tilt-zoom camera on-screen display and auxiliary controls. 16. Shall support locking PTZ controls. 17. Shall support control of a mechanical pan-tilt-zoom camera with a USB joystick. 18. Shall support the ability to create a map that represents the physical location of cameras and other devices throughout the City ATMS coverage area. Maps shall be created from images stored in JPEG,BMP,PNG, or GIF image formats. 19. Shall support the ability to create an HTML-based map that has a link to a section of the entire image region. 20. Shall support the ability to drag and drop a video source from a map into a window for live video and audio monitoring. 21. Shall support the ability to save a link to a web page and view the web page in a window. 22. Shall provide the ability to change the network settings for a video source. 23. Shall provide the ability to change image quality and image rate parameters for a video source without affecting the settings on the other video sources. 24. Shall provide the ability to enable a secondary stream for live viewing. 25. Shall provide the ability to change the exposure, iris, IR filter, backlight compensation, gain, priority, sharpening, saturation, focus, and white balance settings for a video source. Page 42 of 72 26. Shall provide the ability to add privacy zones to a video source to block unwanted areas in the image field of view. The VMS shall provide the ability to remove privacy zones after the fact with Admin level rights. 27. Shall provide the ability to link and synchronize any audio source to any video source. 28. Shall provide the ability to set a limit on the maximum bandwidth transmitted. 29. Shall provide the ability to save and restore the window layout. 30. Shall provide the ability to control the system using a PC keyboard or joystick. 31. Shall provide the ability to import and export client settings such as maps,views, and web pages. 32. Shall support live monitoring of 1 to 36 video streams simultaneously on a single monitor with the following standard layouts: a)Full Screen,b)2 x 2, c) 3 x 3, d)4 x 4, e) 5 x 5, f) 6 x 6, g) 1 + 5,h) 1 +7,and i) 1+ 12. 33. Shall support live video monitoring in a customizable video display beyond the standard layouts. 34. Shall support the ability to bias the displayed video to a higher frame rate or to a lower image resolution if the client network bandwidth or client processing power is insufficient to display the full frame rate and image resolution. 35. Shall support the ability to display the following list of image overlays including but not limited to: a)Camera Name,b)Camera Location and c)Time-stamp. 36. Shall support an unlimited number of monitors for monitoring video streams. D. Set-up and Configuration User Interface requirements shall be as follows: 1. Shall for each camera's bit rate, frame rate and resolution to be set independently from other cameras in the system, and altering these settings will not affect display settings of other cameras. 2. Shall allow the administrator or users with appropriate privileges to change video configuration. 3. Shall provide the ability to change video quality, bandwidth and frame rate parameters on a per camera(stream)basis. 4. Shall provide the ability to configure brightness, contrast and hue settings for each camera. 5. Shall provide the capability to set a pan-tilt-zoom protocol to a specific serial port and allow mixing domes of various manufacturers within a system. 6. Shall have the ability to configure a return to home function after a predefined time of inactivity for PTZ cameras.The inactivity time is configurable from 1 to 7200 seconds. 7. Shall have the ability to down-sample video streams as needed or required. The minimum down- sampling options shall include the following: a. For H.264 streams the down-sampling options: all key frames, 1 fps, 2 sec./frame, 5 sec./frame, 10 sec./frame, 15 sec./frame, 30 sec./frame. 60 sec./frame 120 sec./frame. Page 43 of 72 b. For MPEG-4 streams the down-sampling options: all key frames, 1 fps, 2 sec./frame, 5 sec./frame, 10 sec./frame, 15 sec./frame, 30 sec./frame. 60 sec./frame 120 sec./frame. E. Media streaming requirements shall be as follows: 1. Shall be responsible for routing video and audio streams across local and wide area networks from the source to the destination. 2. Shall support multiple transport protocols such as unicast TCP,unicast UDP, and multicast UDP. 3. Shall support IGMP (Internet Group Management Protocol) to establish multicast group memberships. 4. Shall support IGMP v3 including SSM(Source-Specific Multicast). 5. Shall be capable of redirecting a stream from a source IP endpoint to a destination IP endpoint. 6. Shall be capable of converting a stream (as required or needed) from and to any supported transport protocols,i.e.: a. Multicast UDP to Unicast TCP b. Multicast UDP to Unicast UDP c. Unicast TCP to Multicast UDP d. Unicast UDP to Multicast UDP F. Access requirements shall be as follows: 1. Shall authenticate users before granting access to the system. Access rights for each user can be defined individually for each user, and shall include but not limited to: a. Viewing live images and using PTZ controls(primary, secondary,tertiary). b. Manage user sessions. c. Set-up cameras (connect/ disconnect cameras, general settings, image & display settings, compression and image rate,privacy zone,digital input&output settings). d. Setup server(general,bandwidth,user settings, alarm management, system log). G. VMS camera licenses requirements shall be as follows: 1. Shall provide a nominal allotment of 100 camera licenses for City use, and other licenses for a complete turn-key system. H. VMS Health/Alarm Monitoring requirements shall be as follows: 1. Shall provide, install and configure health monitoring software to be installed on a different server matching the VMS software manufacturer and as approved by the CITY. 2. Shall provide the ability to create and schedule alarms. Page 44 of 72 3. Shall provide the ability to email users and/or a system administrator when a system health error occurs. I. VMS Client Software requirements shall be as follows: 1. Shall provide, install and configure client software on up to eight (8) workstations / computers. The Contractor shall coordinate with the CITY to determine viewing privileges. 2. Shall be capable of a minimum of eight(8)concurrent client sessions. J. VMS Mobile Client Application requirements shall be as follows: 1. Shall provide, install and configure mobile client software apps on five (5) mobile devices of the CITY choosing. K. PTZ Control Joystick and Keyboard requirements shall be Axis T8311 Video Surveillance Joystick and T8312 Video Surveillance Keypad or approved equipment meeting the following minimum requirements: 1. Provide three(3)joysticks and keyboards at the TMC for each of the ATMS Workstations 2. Shall be an add-on to the video management system(VMS). 3. Shall provide a 3-axis Joystick with a turn knob(for zoom)and six(6)hotkeys(for presets). 4. Shall provide a 22-key Keypad with 10 hotkeys (application defined). The keyboard shall also have LED-illuminated buttons. 5. Shall be USB and plug into an available USB port. The T8312 will serve as a USB hub. 6. Shall be capable of operating on Windows and Linux systems. 7. Shall be integrated as part of the VMS software. 2. Video Management System(VMS) Server VMS Server shall be one (1) BCD Video BCD360V8 Enterprise Server with two (2) 300GB 10K SAS Drives (PN: BCD-SRV-300SAS-25HD-10) or approved equivalent meeting the following minimum requirements: a. Quantity IT Building: One(1)Video Management System(VMS) Server with two(2) 300GB 10K SAS Drives b. Form Factor: Rack mounted server in the ATMS Equipment Rack in the IT Building Data Center Room c. Processor: (2)Xeon E5-2430L, V2, 6-cores,2.4GHz(2.8 GHz max turbo)processor(or latest),minimum with 15MB L3 Cache d. Operating Sys: Microsoft Windows Server 2012 R2 Standard Edition 64-bit, with 5 x Client Access Licenses(CALS) Page 45 of 72 e. Memory: 16GB DDR3-1600,ECC, scalable up to 32GB f. Hard Drive:(2) 300GB 10K SAS in RAID 1 configuration(for OS&programs/applications) Enterprise-class Integrated RAID controller, optimized for video streaming, as approved by the CITY and server manufacturer g. CD/DVD: Internal DVD h. Network: 4-port Gigabit MC i. Power Supply: (2)460 watt redundant power supplies j. Ports/Slots(min): 1. Three(3)USB 2.0 ports(at least one on the front) 2. Two(2)Ethernet(10/100/Base-T/TX)port with RJ-45 connectors(rear) 3. HD Bays: 8 expansion k. Other Software: 1. Coordinate with the CITY IT Department and Genetec (VMS Vendor) to determine what software applications and/or tools are to be installed or pre-installed on the operator workstations. 2. Load, configure and test Genetec Security Center 5.3 VMS Server software per the direction of Genetec. 3. System shall come pre-loaded with BCD SMART Control Management Software Suite and Modules as directed and approved by the server manufacturer and Genetec. 1. Warranty: Minimum 5 years,NBD, on-site Video Management System (VMS) Server hardware and software shall be approved by the VMS system manufacturer(Genetec)for optimal performance and use of their software. Add the following new subsection to Sub-section 939.2: 939.2.22 Network Management System and Remote Access 1. Network Management System(NMS) Software The Network Management System (VMS) shall be Solarwinds Network Performance Manager (NPM) SL2000 or approved equivalent meeting the following minimum requirements: A. Shall provide the following minimum capabilities, features and/or requirements: 1. Network availability and performance monitoring — including device and interface availability and performance indicators such as bandwidth utilization (by segment, server interface, switch port and user), packet loss, latency, errors, discards, CPU, and memory for SNMP-enabled devices. Page 46 of 72 2. Network and routing information discovery and mapping - including scheduled network scans, identification of new devices and ensure monitoring of equipment including servers, field switches,core/access switches, firewall,IP cameras and other SNMP-enabled devices. 3. Multicast routing status and real-time performance monitoring — monitoring of multicast traffic and configure alerts to trigger on route changes and traffic thresholds. 4. Support multi-vendor devices-including Cisco,Jupiter,Nortel, Extreme,Foundry and others. 5. Hardware/ system health monitoring—including alerts on outages, bandwidth, and performance by email and text capability. 6. IP address management -- including automated IP space management, address preventative alerting,monitor and receive alerts on IP conflicts and subnet and DHCP utilization. 7. Network configuration management — providing automated network configuration and compliance management including automatic configuration backup. Provide automated backup network device configurations on a regular basis for routers, switches, firewalls,access points and allow for easy replacement of hardware. Provide real-time configuration change alerting to monitor devices and configurations, and provide log information about when and how configurations change. Provide simple configuration restore functionality. 8. Device tracking and switch port management—provide network device tracking including device locations by MAC, IP address, username or hostname; discover user connections by physical port, layer 2 & 3 data; and provide detailed switch port usage data, capacity analysis, CPU & memory usage. 9. Real-time network statistics and monitoring — provide web-based GUI to monitor real-time statistics such as CPU load,memory utilization, and availability for SNMP-enabled devices. 10. Report generation — including configuration of reports of data on database over custom time periods to review trends and capacity needs,availability,performance and utilization statistics. B. Shall provide NMS services through a fully customizable intuitive web-based interface. C. The Contractor shall verify final licensing requirements for establishing and deploying this NMS for this Project. D. The Contractor shall coordinate and work closely with the CITY IT Department to set-up and configure the NMS. 2. NMS Application Server The Network Management System (NMS) Application Server shall meet the following minimum requirements: A. Quantity IT Building: One(1)NMS Application Server B. Form Factor: Rack mounted server in the ATMS Equipment Rack in the IT Building Data Center Room C. Processor: (2)Xeon E5-1620,V2,Quad Core, 3.7GHz(3.9GHz max turbo)processor Page 47 of 72 (or latest),minimum with 10MB L3 Cache D. Software: Windows 2012 or 2008 R2 Server(64-bit),with IIS installed,running in 32-bit mode Microsoft .NET Framework 3.5+4.O loaded E. Memory: 32GB DDR3-1600, ECC F. Hard Drive: (2) 300GB, 15K RPM, SAS in RAID 1 (mirrored settings) configuration (for OS & programs/applications) w/ integrated RAID controller with battery back-up write back cache, as recommended by Solarwinds G. CD/DVD: Internal DVD H. Network: 1 Gigabit MC J. Other Software: i. Coordinate with the CITY IT Department and Solarwinds to determine what software applications and/or tools are to be installed or pre-installed on the operator workstations. ii. Load, configure and test Solarwinds Network Performance Monitor (NPM) SLX2000 Software with License, Ver. 11.5 or latest version per the direction of Solarwinds. K. Warranty: Manufacturer 3-year warranty 3. NMS SQL Database Server The Network Management System (NMS) SQL Database Server shall meet the following minimum requirements: A. Quantity IT Building: One(1)NMS SQL Database Server B. Form Factor: Rack mounted server in the ATMS Equipment Rack in the IT Building Data Center Room C. Processor: (2)Xeon E5-1620,V2,Quad Core, 3.7GHz(3.9GHz max turbo)processor (or latest),minimum with 10MB L3 Cache D. Software: Microsoft SQL Server 2012 or 2008 R2 Standard Edition E. Memory: 64GB DDR3-1600,ECC, expandable F. Hard Drive: Disk 1 Array 1: 2 x 146GB 15K disks RAID 1 (mirroring)Operating System Disc 2 Array 2: 2 x 146GB 15K disks RAID 1 (Pagefile+Extra Storage) Disk 3 Array 3: with 6x 15K 146GB or 300GB Disks configured in a RAID 1+0 arrays(SQL MDF+Filegroups) Disk 4 Array 4: with 4x 15k 146GB or 300GB Disks configured in a RAID 1+0 arrays (SQL LDF Transaction Log File) Page 48 of 72 Hardware RAID Controller with a battery backed-up write back-up cache as recommended by Solarwinds G. CD/DVD: Internal DVD H. Network: 1 Gigabit MC 1. Warranty: Manufacturer 3-year warranty 4. Internet Services and Remote Access The Contractor shall coordinate and work with the CITY to obtain, install and integrate into the overall ATMS network the following: A. Comcast Business Internet Services — Deluxe 50 Internet Only — providing minimum of 50Mbps downlink and 10Mbps uplink. The CITY will contract with Comcast. B. Static IP address(es)as required. C. VPN connections for up to five (5) remote users, including all licensing required. Type of VPN connection shall be coordinated with the CITY IT Department. D. Coordinate with the CITY IT Department for establishing all Internet services and setting up security features for remote access. Add the following new subsection to Sub-section 939.2: 939.2.23 Facility System Cabling and Infrastructure The Contractor shall furnish and install all required AV and network cabling in the facilities as required or needed,meeting the following minimum requirements: 1. General Requirements A. Contractor shall review all Contract Documents and field verify for the proper cable type, connector types, and cable lengths based on final proposed routing within the facilities to provide high quality performance B. All cabling shall be of the type indicated in the Project Plan Details and specified herein C. All cables shall have appropriate rating and configuration as required by local building code, electrical code, Authority Having Jurisdiction (AHJ), and all applicable codes and regulations governing the installation D. All cabling and construction methods shall comply with the specifications noted in this document and any local or building specific requirements E. All cabling shall be of length that allows for some slack (service loop) for each run to accommodate potential future moves of equipment in the ATMS Racks and in the room F. All cabling shall be provided with cable management components to provide clear organization, routing and strain relief to prevent damage to cables as approved by the City Page 49 of 72 G. All cabling shall be clearly labeled as approved by the City and neatly organized and secured using cable management components as approved by the City 2. Network and AV Cabling A. Cat-6 Patch Cables: The patch cable shall be Berk-Tek Leviton Technologies CX6300 Cat-6 Premium UTP System Cable or approved General or Mohawk Cat-6 equivalent that meets the following minimum requirements: 1. Shall provide Category 6 Network Patch cables as required and shown on the Details 2. Shall be ANSI/TIA/EIA 568-C.2 Cat 6 and UL 444 compliant 3. Shall provide error-free performance up to 1 Gigabit Ethernet, full duplex 4. Shall be third-party verified by Intertek Testing Services(ETL) 5. Shall be constructed of 23AWG conductors with modular RJ-45 male plug connector's equipped with eight(8)gold anodized pins that are factory terminated at each end of the patch cords 6. Shall be characterized to 600MHz and provide design margin / headroom beyond standard NEXT,PSNEXT,ACR and PSACT 7. Shall be provided with appropriate lengths for patching from network equipment to copper patch panel ports within the facility without strain. Provide custom and/or standard lengths as required or needed based on final equipment layout and configuration that shall permit future movement of equipment within the equipment rack 8. Shall be provided with yellow outer jackets for facility Cat-6 UTP patch cables or as directed by the CITY 9. Shall be UL listed 10. Shall provide a CM, C2P, CL3P, CMP rated or as required certified cable as required by location and application(riser,plenum, etc.) B. Fiber Patch (Jumper) Cables: All fiber optic patch cables provided on this Project shall meet the following minimum requirements: 1. Shall provide fiber(duplex) single-mode patch(jumper)cables for use in the ATMS Racks within the facilities as shown on the Details 2. Shall provide fiber optic patch cables that using 8.5/125 (single mode) gm optical fibers meeting GDOT Specifications Section 935 3. Shall come furnished with manufacturer installed fiber optic connectors and factory tested 4. Shall be rated for the location they will be used (i.e., inside building, etc.) and meet as industry applicable standards for type of application and installation 5. Shall have no splices of any type are allowed within a fiber patch cord or pigtail assembly Page 50 of 72 6. Shall be provided for connecting Ethernet switch and firewall appliance network equipment to the rack mounted fiber patch panel 7. Shall be custom sized (length) to minimize cable congestion and storing of unnecessary cable slack. The patch cable length shall allow for moving network equipment around within the rack without exceeding fiber bend radius or putting excess continuing strain on fiber cables or connections 8. Shall be provided with blue outer jackets for facility single mode fiber patch cables or as directed by the CITY 9. Shall furnish fiber patch cables that differentiate the two connectors of each end of the patch cable with different colors 10. Shall provide a CM, CL2P, CL3P, CMP rated or as required certified cable as required by location and application(in-wall/riser,plenum,etc.) C. Cat-6 STP AV Cables — Category-6 STP AV cables shall be Liberty 24-4P-L6SH Shielded Cat-6 Cable or approved Belden or West Penn equivalents meeting the following minimum requirements: 1. Application: cabling from the CATLinx Transmitter outputs to the CATLinx Receiver inputs behind the Video Wall and Side monitors as shown on the Details 2. Shall be ANSI/TIA/EIA 568-C.2 Cat 6 and UL 444 compliant 3. Shall be fully HDBaseT compliant 4. Shall provide error-free performance up to 1 Gigabit Ethernet with full duplex 5. Shall be third-party verified to ANSI/TIA-568C Cat-6 performance 6. Shall be manufactured compliant to UL 444 for installations and application in accordance with NEC articles 725 and 800 7. Shall be constructed of 23AWG shielded four (4) twisted-pair conductors (typ.) with shielded modular RJ-45 male plug (use PN: Liberty 111 S08080091 C34) equipped with eight (8) gold anodized pins that are factory terminated at each end of the cable. Terminations shall only be done by certified/qualified technicians with experience with this type of work 8. Shall be provided with 100%shielding 9. Shall be provide design margin/headroom beyond standard NEXT,PSNEXT,ACR and PSACT 10. Shall be provided with appropriate lengths as shown in the Details and upon final field site review by the ATMS Contractor for routing cables from the ATMS Rack to the Video Monitors 11. Shall be provided with violet outer jackets for facility Cat-6 STP AV cables or as directed by the CITY 12. Shall be UL listed 13. Shall provide a CM, C2P, CL3P, CMP rated or as required certified cable as required by location and application(in-wall/riser,plenum, etc.) Page 51 of 72 D. HDMI Patch Cables—HDMI patch cables shall be Liberty E2-HDSEM-M High Speed HDMI Cable or approved equivalent meeting the following minimum requirements: 1. Application: HDMI cabling from the Display Clients and Traffic Server video card outputs to the WMV Display Processor inputs, from the HDTV Tuners to the WMV Display Processor inputs and from the WMV Display Processor outputs to the CATLinx Transmitter inputs as shown on the Details 2. Shall be high-speed HDMI video/audio 3. Shall support resolutions up to 4K(4096x2160)and 10.2Gbps data rate up to 2m 4. Shall support resolutions up to 1080P and 10.2Gbps data rate up to 3m 5. Shall support HDCP,CEC,and Deep Color 6. Shall be constructed of 28AWG copper conductors (minimum) 7. Shall be a fully shielded (full coverage foil shield and a 85% coverage braided shield) cable protecting from noise and EMI 8. Shall provide gold plated, 19-pin Type A, 121bs high retention connectors 9. Shall provide full connector shielding over the solder joints (instead of drain wire under a pre- mold) for the connectors 10. Shall be third-party ATC verified to HDMI cable standard 11. Shall be provided with black outer jackets for facility HDMI patch cables or as directed by the CITY 12. Shall be UL Listed and RoHS rated 13. Shall be provided in lengths (2 to 6 ft.) as required certified cable based on placement of equipment in the ATMS Rack as shown on the Details 14. Shall provide a flexible CM, CL2, CL3, or CMP rated or as required cable by location and application(in-wall/riser,plenum, etc.) E. Line-Level Audio Patch Cable:Audio Line-Level audio cable shall be Extron STP22(PN: 22-156-03) Audio cable or approved Liberty, Belden or West Penn equivalent meeting the following minimum requirements: 1. Application: audio cabling from the HDMI Audio De-embedder to the 70V Audio Amplifier in the TMC ATMS Rack as shown on the Details 2. Shall provide high-performance line-level audio distribution and interconnect between equipment 3. Shall be constructed of 22 AWG Stranded (7 x 30) (1 twisted pair, or as required), tinned copper conductors with drain wire 4. Shall be wrapped in a foil shield Page 52 of 72 5. Shall be provided with black outer jacket for facility audio line-level patch cable or as directed by the CITY 6. Shall be provided in lengths (2 to 3 ft.) as required to connect equipment in the TMC ATMS Rack as shown on the Details 7. Shall be terminated in a 5-pole or as required captive screw connector as recommended by the cable manufacturer and approved by the City 8. Shall be UL-listed 9. Shall provide a flexible CM, CL2, CL3, or CMP rated or as required audio cable by location and application(in-wall/riser,plenum,etc.) F. Audio Speaker Cable: Audio Speaker Cable shall be Extron SPK16(PN: 22-151-03)Speaker cable or approved Liberty,Belden or West Penn equivalent meeting the following minimum requirements: 1. Application: audio speaker cabling from the 70V Audio Amplifier in the TMC ATMS Rack to the Audio Speakers surface mounted next to the Video Wall as shown on the Details 2. Shall provide high-performance 70V speaker cabling from the amp to the speakers 3. Shall be constructed of 16 AWG Stranded(65 x 34)(1 twisted pair), copper conductors 4. Shall be provided with white outer jacket for facility speaker cable or as directed by the CITY 5. Shall be provided with appropriate lengths as shown in the Details and upon final field site review by the ATMS Contractor for routing speaker cables from the 70V audio amp in the ATMS Rack to the surface mounted audio speakers next to the video wall 6. Shall be terminated in a 5mm screw lock captive screw 4-pole connector at the 70V audio amp output and to a 4-pole captive screw terminal block on the speakers as recommended by the speaker and amp manufacturer(s)and as approved by the City 7. Shall be UL-listed 8. Shall provide a flexible CM, CL2, CL3, or CMP rated or as required audio cable by location and application(in-wall/riser,plenum, etc.) G. DisplayPort (DP) Patch Cables — DisplayPort patch cables shall be Extron DisplayPort M-M Series cable or approved equivalent meeting the following minimum requirements: 1. Application: cabling from TMC ATMS Workstation to the workstation monitor and in the 911 Center from wall mounted monitor 1 to monitor 2 and monitor 2 to monitor 3 in a daisy-chain configuration as shown on the Details 2. Shall be compliant with the DP 1.2 standard 3. Shall be 4K and 1080P/60 verified 4. Shall support resolutions of 4096x 2160 for cable lengths up to 12 feet 5. Shall provide a video and audio bandwidths up to 21.6Gbps Page 53 of 72 6. Shall be constructed of 28AWG tinned copper wire 7. Shall support for HDCP and Deep Color 8. Shall provide latching type, standard DP connectors,with gold plated contacts 9. Shall be provided with black outer jackets for facility DisplayPort patch cables or as directed by the CITY 10. Shall be flexible with CM, CL2, CL3, or CMP-rated or as required cable by location and application(in-wall/riser,plenum,etc.) H. Fiber DisplayPort (DP) Patch Cable — Fiber DisplayPort patch cable shall be Liberty Celerity Technologies DFO-DP series or approved equivalent meeting the following minimum requirements: 1. Application: cabling from the 911 Center ATMS Workstation video card output to wall mounted Monitor 1 as shown in the Details 2. Shall be compliant with the Display 1.2 standard 3. Shall support resolutions of 1920x1080 to 4Kx2K(Ultra HD) 4. Shall provide a bandwidth up to 21.6Gbps 5. Shall support for HDCP and Deep Color 6. Shall provide detachable DP connectors to facilitate installation 7. Shall be pre-terminated with miniature fiber optic plug (9mm width). Plug inserts into the detachable DP connector on each end. One end of the cable shall also include a USB plug (PN: Liberty 42-AC-2)for providing 5VDC (1A)power for the connection 8. Shall provide a minimum of 60 lb. fiber optic cable pull strength 9. Shall be provided with black outer jackets for facility fiber DisplayPort cables or as directed by the CITY 10. Shall be flexible with CL2, CL3, or CMP-rated jacket or as required cable by location and application(in-wall/riser,plenum, etc.) 3. Surface Raceway A. All cabling shall be concealed (no exposed cable shall be permitted) either above the drop ceiling panels, within the open ceiling space, within under floor raceway or within wall space as applicable and required. B. The Contractor shall attempt to fish hollow walls,use existing conduit, or exhaust all other options to conceal cabling prior to installing surface raceway. However, if required or needed the Contractor may propose to install cabling in certain cases in surface raceway as approved by the CITY. C. The color of the raceway shall match existing wall or ceiling background. All fittings including but not limited to extension boxes, elbows,tees, and fixture boxes shall match the color of the raceway. Page 54 of 72 D. The raceway and all system devices shall be UL listed, exhibit nonflammable self-extinguishing characteristics. E. Manufacturer recommended minimum bend radius shall be adhered to for cable. F. All raceway systems shall be installed complete as specified herein and in manufacturer recommendations the City Building/facility manager 4. Non-Metallic Flexible Duct Non-metallic flexible duct shall be used, as required or needed, within the ceiling space within the TMC and 911 Center (Type 1 duct, plenum or Type 2 duct, non-plenum) as shown in the Details meeting the following minimum requirements: i. For plenum spaces the duct shall be Type 1, size dependent on number&type of cables to be pulled through, UL-listed, plenum FT-6 rated, and meets and conforms to UL-910, U-2024 and NEC Articles 770 and 800. ii. For non-plenum spaces the duct shall be Type 2, size dependent on number&type of cables to be pulled through, UL-listed and meets and conforms to UL-2024 and NEC Articles 770 and 800 designed for the environment in which it will be installed. iii. Trade sizes to be field determined by the Contractor to be in compliance with NEC and local building codes. iv. Shall provide all required or needed materials for any fire-stopping that may be required at the facilities as approved by the CITY. v. Shall coordinate duct color with the CITY and shall duct with pull tape as specified herein. vi. Shall be provided with duct material properties that meet ASTM D-4216. vii. Shall be provided with all fittings, couplers, elbows, and components, as required, and recommended by the duct manufacturer. viii. All ducts in facilities shall be suspended above the drop ceilings as shown on the Project Detail sheets. All hangers, cable ties, etc. shall be selected to provide an install without kinking or damage to the fiber optic cables and shall be UL-listed and approved by the CITY. 5. Cable Pathway Sleeves A. The Contractor shall provide all necessary wall penetration for cable pathways whether or not specifically shown on Details. Details and any drawings of proposed work shall be submitted to the CITY for review and approval. B. All wall penetrations shall have a metallic sleeve(s)as required to maintain a maximum 40%fill ratio. C. All sleeves shall be properly fire-stopped by this Contractor. Page 55 of 72 D. Provide all core holes,pathways and sleeves(minimum 1.25" c). E. Install non-metallic thread-less insulating bushings on end of all conduits. F. Conduit Core Holes and Sleeves thru Floor: For any floor penetrations, provide IMC conduits with threaded steel couplings set flush with finish floor. Extend above finish floor with IMC before any termination. 6. Cable Management Systems A. In the areas where the cables are required to be run in a "free-air" plenum, a cable hook or D-ring system shall be used. The Contractor may submit other options to the City for consideration. B. Shall be capable of supporting a minimum of 30 lbs. with a safety factor of 3. C. Shall follow manufacturer's recommendations for allowable fill capacity. D. Shall conform to the requirements of the ANSI/EIA/TIA Standards 568A& 569,NFPA 70 (National Electrical Code), and applicable local codes. E. Shall be provided with radius edges and other methods to prevent damage during cable installation F. Shall be factory assembled for direct attachment to walls, hanger rods, beam flanges, purlins, strut, and floor posts,if applicable and available,to meet job conditions G. Shall be pre-galvanized steel,ASTM A653 G90 in non-corrosive areas H. Shall be stainless steel,AISI type 304 in any corrosive areas Delete Sub-Section 939.3.03 in its entirety and replace as follows: 939.3.03 Preparation The Contractor and/its subcontractor(s) shall be responsible for performing all network equipment programming and system integration work on this Project as described in Section 104.10.01 (C)ATMS Integration Plan. Delete Sub-section 939.3.05 in its entirety and replace as follows: 939.3.05 Construction 1. General Construction Requirements A. General: The Contractor is responsible for following industry standards of good practice for the ITS, communications and networking equipment proposed for this Project. B. Aesthetic Factors: With the installation of equipment and cables, consideration shall be given not only to operation efficiency but also to overall aesthetic factors. The Contractor shall redo, at no cost to the CITY, any work deemed by the consultant or CITY to appear sloppy, hastily done, or unprofessional. The CITY shall have final decision over whether work must be redone. Page 56 of 72 C. Manufacturers' Recommendations: All manufactured items, materials, and equipment shall be applied, installed, connected, erected, used, and adjusted as recommended by the manufacturers or as indicated in their published literature unless specifically noted herein to the contrary. D. Protection of the Work Area: Work shall be properly protected during construction, including the shielding of soft or fragile materials, protecting against dust and dirt, protecting and supporting cable ends of the floor and from other trades, protecting floor box lids, and temporarily plugging open conduits during construction. E. Waste Materials: The Contractor shall keep work area neat, orderly, and free from accumulation of waste materials. Remove all trash and debris from the building and job site as required to maintain a clean work environment at all times. Rubbish shall be moved to a common trash point or receptacle on the job site as determined and directed by the CITY. F. Mounting: Equipment and enclosures shall be mounted plumb and square in relation to the structure. 2. Preparation A. Prior to any installation, the Contractor shall prepare the site by removing any remaining debris, leveling equipment racks (where appropriate), and verifying all information and systems stated to be in-place are in-fact ready for use. B. Prior to installation, Contractor shall ensure that all required major equipment has been secured and is ready for installation. 3. Cleaning-Daily A. At the end of each work period or day, the Contractor shall remove all excess packing, drilling remnants, and other non-equipment related parts, materials, or debris to ensure a clean, safe, and professional working environment. 4. Fire Stopping A. The Contractor is responsible for applying fire-stopping material in and around any openings that it creates or are created for it where code or good engineering practice suggests or requires the use of fire stopping material. 5. Racks, Cabinets and Hardware A. Racks and Cabinets: Contractor shall assemble and install racks and cabinets as normal operations shall be placed within the front reach limits for a user seated directed by the manufacturer. B. Installation Hardware: Install hardware in a secure manner. Screws shall be tightened to a torque just sufficient to secure equipment without deforming washers beyond their original diameter. C. Considerations: All rack mount equipment shall be secured as recommended by the manufacturer with consideration to airflow,power, and in/out connections. Page 57 of 72 6. Grounding A. General: Install products in accordance with manufacturer's instructions. Mechanical connections shall be accessible for inspection and checking. No insulation shall be installed over mechanical ground connections. Ground connection surfaces shall be cleaned and all connections shall be made so that it is impossible to move them. B. Conduit Bonding: All separate ground wires shall be enclosed in rigid galvanized steel conduit and bonded at both ends to the rigid galvanized steel conduit with an approved fitting. Install conductor in separate rigid conduit. Bond conduit as described above. 7. Cabling A. Cable Treatment: Cable shall be stored and handled to assure that it is not stretched, kinked, crushed, or abraded in any way. Bend radiuses shall meet manufacturer specifications and/or recommendations. Cable should not be installed in ambient temperatures or moisture conditions above or below the rating of the manufacturer. B. Lengths i. Where cables are to be of the same length, variations in the length shall be less than plus or minus 1/2". Lengths of cables are based on the length of the unterminated signal conductors. ii. All cables, regardless of length, shall be marked with a labeling scheme approved by the CITY. iii. All cables shall be separated into like groups according to signal or power levels. iv. All power cables shall be grouped to one side of the ATMS racks while low-voltage level cables to the other side. v. All ATMS rack wiring and cabling shall be neatly dressed. vi. All cables shall have service loops. vii. Rack cabling shall be adequately supported with Velcro wire wraps and vertical and horizontal support cable managers fastened to rack frame as approved by the Engineer viii. All external wire and cables shall be supported at least every 5 feet from the structure or as required to maintain not more than 12" cable sag between supports and without over tensioning the cables. ix. The cables shall be supported by J-hooks, D-rings, cable tray, or ladder rack as approved by the Engineer x. All cables are to run at right angles to the structure,placed above ceiling in halls or corridors. xi. Cables shall not run above a red iron joist. D. Concealment: The Contractor shall make every effort to conceal wiring and other apparatus into walls, floors, and ceilings, assuming code and good engineering practice allows and suggests. All cabling systems installed in public areas shall be installed within walls, ceiling, or floors or within surface wiring pathways,as dictated by codes and good engineering practice. Page 58 of 72 E. Cable Ties and Velcro Straps: Ties and straps shall be installed snugly without deforming cable insulation. Ties shall be spaced at uneven intervals not to exceed 4-foot. No sharp burrs should remain where excess length of the cable tie has been cut. F. Obstruction: Contractor shall notify the CITY immediately if any obstruction or hazard is discovered in a pathway provided by others. 8. Connectors A. Preparation: Cables shall be carefully prepared and connectors installed as directed by the manufacturer. Proper stripping devices and crimping tools shall be used as approved by the City. B. Terminations: Connectors shall be carefully fitted to mating devices on equipment to avoid damage to mating contacts, inserts, or bodies. Specialized terminations shall be made in a neat and secure manner suited to the service of the wire and as directed by the manufacturer. In all cases where the manufacturer specifies the terminations, those terminations shall be used. A person trained and skilled in this practice shall terminate cables. C. Adapters: Adapters shall be used only where the identity of the necessary type of connector is unknown at the time of installation, such as for CITY-provided equipment or in anticipation of future equipment upgrades,with the CITY's approval. 9. Equipment Installation A. General: Contractor shall make system properly operational and physically secure by mounting equipment and related accessories into furniture, consoles, and racks as required. Manufacturer's guidelines for installation shall be followed. Discrepancies in installation procedure or inability to complete a given task due to a shortage of materials or malfunctioning equipment shall be reported to the CITY immediately upon discovery. B. Equipment Placement: Contractor shall locate equipment as indicated on drawings and as specified herein. Where such information is not provided, follow industry practices and locate operable devices at convenient positions -- heat generating devices at the top and seldom-accessed equipment below. Unless otherwise specified, end user-operable devices must be positioned within the range of front wheelchair access. C. Equipment Installation: Equipment shall be installed as directed by the manufacturer using equipment manufacturer's desktop mounting frames, equipment tubs, installation hardware, and techniques. Contractor shall be responsible for moving equipment from storage and for providing necessary personnel or devices to carry and lift equipment around obstacle and into operating position. 10. Rough-In A. The Contractor shall make every effort to install systems per the Project Plans and Details and these Project Special Provisions in a timely manner including rough in of cabling and other apparatus where appropriate to stay on schedule. Page 59 of 72 B. Where cabling and/or equipment is installed prior to other trades completing their work in an area,the Contractor shall take necessary precautions to cover, wrap, or otherwise protect to reduce possible damage due to plastering,painting, cleaning,or other such work. 11. Cutting,Drilling,Patching and Painting A. The Contractor is responsible for coordinating the work when any cutting or drilling is required in the performance of installing the specified systems. B. The Contractor is responsible for returning all surfaces (including walls, floors, and ceilings) to their previous condition after any cutting. The Contractor shall closely coordinate schedule of any work with the CITY and its contractors and/or architects. 12. Labeling The Contractor shall install all labeling for components provided and all other items specified herein and as follows: A. The Contractor shall provide labeling for fiber optic cabling (trunk and drop), ATMS racks, patch cables, and equipment as shown on the Project Plans,Details and specified herein. B. The Contractor shall furnish and provide labor, equipment, supplies and materials for providing all labeling as required on this Project. C. The Contractor shall submit a Labeling Plan to the CITY for review and approval. D. Shall meet (all labels, inside and outside) the, exposure, legibility, defacement and adhesion requirements (as applicable and depending on its location) as specified in TIA/EIA-606-A and UL 969 and as approved by the CITY. E. All wording and/or numbering schemes for labeling shall be provided to the CITY for review and written approval prior to procurement or installation. F. Shall be printed or generated(all labels) by a"mechanical device"(i.e., handheld/portable systems, or a tabletop laser,inkjet, dot-matrix, or thermal-transfer printer). Handwritten labels are not acceptable. G. Shall provide labeling equipment that is capable of generating labels that are durable, long-lasting and resistant to UV, extreme temperatures, solvents, chemicals and moisture as required per label location. H. Shall produce label size, color and contrast so that all label identifiers are easily read. I. Shall include appropriate bold font w/o serifs and be upper case(all capital letters). J. Shall use black ink print on white background unless otherwise noted herein and approved by the CITY. Page 60 of 72 K. Shall provide label lettering sizes that are large as practical to fit properly on the label. The intent is for labels to be easily read while standing near a rack or cabinet. No lettering shall be smaller than 12 point(approx. 1/8-inch tall characters)unless otherwise directed by the CITY. L. Shall be consistent,provide contrast,be permanently printed and clearly visible during the installation of, and normal maintenance of,the infrastructure and equipment. M. Shall be durable, long-lasting and resistant to the environmental conditions (such as moisture, heat, UV, etc.) as required by its location and shall have a design life equal to or greater than that of the labeled component. N. Shall provide labels affixed to cables that are flexible and allow for cable movements, bending and twisting. 0. Shall use aggressive adhesives that stay attached even to the most difficult to adhere to jacketing. P. All labels used must be permanent and secure. Provide labeling as follows unless otherwise noted in a specific section: i. All equipment racks and patch panels shall be labelled. ii. All labels shall be sized to match the other labels used for same purpose. Similarly, provide engraved labels of like size in other locations. iii. Connectors,jacks, receptacles, outlets, cables, and cable terminations shall be logically and permanently marked in a manner approved by the CITY. iv. All terminal blocks, rack mounted equipment, and active slots of card frame systems shall be clearly and logically labeled in a manner acceptable to the CITY. v. All labeling information shall appear on the as-built drawings. vi. All network switches, firewalls, workstations and servers, and AV equipment installed in ATMS Racks shall be labeled. 13. Pre-Testing Requirements A. Prior to energizing and performing start-up/pre-installation testing, ensure the following: i. All products are installed in a proper and safe manner per the manufacturer's instructions. ii. Electronic equipment and the ATMS Rack shall be properly grounded. iii. Each AC power receptacle is tested with a circuit checker for proper hot, neutral, and ground connections prior to plugging in equipment. Page 61 of 72 Delete Sub-section 939.3.06 in its entirety and replace as follows: 939.3.06 Quality Assurance(Testing) A. The Engineer, based on justification of public interest, may order any completed or partially completed portions of the Project placed in service. Such action is not an acceptance of the Project in whole or in part, nor is it a waiver by the Engineer of any provision of the specifications. Assume no right to additional compensation or extension of time for completion of the work or any other concession because of the use of the Project or any part thereof prior to final acceptance of the completed project. Fully maintain all equipment prior to final acceptance, which includes but is not limited to equipment configuration and communication systems. B. The Contractor shall develop and submit the test plan, procedures (with pass and fail criteria), and test results form for each test as part of the submittal process. The test procedures shall provide comprehensive tests to verify and demonstrate full compliance with the Project Plans,Details and Special Provisions and device functionality as specified herein. C. No testing shall be allowed until the Test Plan and Procedures are submitted for review and approved by the CITY. D. The Contractor shall provide all test equipment, laptops and software necessary to perform the tests and ensure that the installed equipment and supplied services meet all requirements of the materials and construction specifications. E. Perform all tests in the presence of the CITY or their representative unless otherwise specified. All coordination for testing shall be provided by the Contractor. F. The Contractor shall notify the Engineer of proposed test schedule no less than 14 calendar days prior to the planned beginning of testing. G. Do not conduct any testing during any State or Federal holiday. H. Equipment and Infrastructure shall meet the following minimum testing requirements: 1. Stand Alone Testing(SAT) a. All fiber optic and Cat-6 cabling, splices and terminations shall be tested for system continuity and losses using appropriate test equipment including OTDR, OPM, etc. as required by the type of infrastructure / system being tested to the satisfaction of the CITY prior to bringing up the network. b. The Contractor shall install, configure, integrate and test all network and system equipment provided on this Project as specified herein. Page 62 of 72 c. Before connection to the network, the Contractor shall provide stand-alone (start-up and diagnostic) testing for all equipment and subsystems installed on this Project as described herein and as further detailed in the respective equipment specification subsection. i. Device boot-up/power-up and run built-in self-diagnostic tests. ii. Conduct visual inspection of device / subsystem to confirm presence of all components and features specified by the Contract specifications and otherwise customarily provided by the manufacturer. iii. Switch testing-Run diagnostics on each field network switch to ensure that the switch is configured and connected properly and there are no bad ports or cables in the configuration prior to performing network system level tests. Demonstrate that all network equipment installed on this Project has been configured as required and all other settings are set for optimal performance. The Contractor shall coordinate and work with the Engineer and the City IT Department to ensure proper configuration and integration. It shall be the responsibility of the Contractor to ensure that the System is fully operational to the satisfaction of the CITY. 2. Communications Interim Field Subnet(IFS)Testing a. Prior to acceptance of any network communications equipment or field device connected to the communications network, perform and successfully complete an Interim Field Subnet (IFS) test. All SAT testing shall be successfully completed on all devices before an IFS test can begin. b. Include in the IFS test all network communications devices in the Project, including but not limited to all field network switches, IP CCTV cameras, EVP-TSP priority detectors, and traffic signal controllers. a. Provide the test plan and procedures for review and approval by the CITY prior to any IFS activities. c. The test procedures shall provide comprehensive tests to verify and demonstrate full compliance with these Project Special Provisions and device functionality. Pass and fail criteria shall be identified for each test for review and approval by the CITY. The test procedures shall identify all field sites and devices in the Project, as well as the field subnets the sites are attached to. d. Furnish all test equipment and software necessary to perform the tests, including but not limited to laptop PC with web browser and network analysis software, temporary field switch or other compatible media converter,and all necessary patch cords. e. Prior to conducting a scheduled IFS test, conduct a dry-run test to ensure all preparations for the IFS test are complete. The Engineer reserves the right to attend the dry-run test. f. An IFS test shall be conducted for each field subnet, which is typically a group of field sites connected to a fiber pair ring between the ATMS Core Switch as shown on the Project Plan Details. Page 63 of 72 g. During the test, every network device shall be pinged, probed by SNMP or equivalent status queries, logged into, and connected to by other methods as needed to demonstrate that the equipment is functional,contains the proper base programming data, and is in the proper location. 3. Conditional System Acceptance Testing a. The Contractor shall conduct Conditional System Acceptance Testing prior to final approval of the Project. These tests are to be completed only after the successful completion and approval of all previous tests (i.e., post-installation fiber and other cabling and infrastructure, stand-alone / start-up equipment,IFS network testing, etc.)on this Project. b. The purpose of these tests is to demonstrate full and complete operational, functional, capabilities and performance of the systems connected to the ATMS network as specified herein. Provide an operational test demonstrating equipment performs as intended and as prescribed by the manufacturer and meets all of the requirements of the Contract specifications and that all network equipment installed on this Project has been configured and integrated as required and all system settings and parameters are set for optimal performance. c. The Contractor shall provide detailed test requirements, criteria and procedures as part of the Test Plan for review and approval by the Engineer prior to any testing. d. The Contractor shall be responsible to test and demonstrate full operational capabilities, features and system performance of all equipment, infrastructure and components installed on this Project. Some of the items to be tested include; but not limited to the following: i. Prior to the start of Conditional System Acceptance tests, the Contractor shall conduct a communications network connectivity test through "pinging" or similar process to demonstrate that each new field network switch installed in a field cabinet is successfully connected to the overall Network and communicating with the ATMS Core Switch. ii. Test all network center-to-center connections, system functionality and performance between IT Building (ATMS Core Switch), TMC (ATMS Access Switch), and the 911 Center(ATMS Access Switch)as part of this Project. iii. Demonstrate that all new and/or upgraded CCTV cameras are fully operational (both monitoring and control, as applicable). iv. Demonstrate PTZ control capabilities of CITY PTZ cameras and overall video management system(VMS) features and capabilities. v. Demonstrate video display and control of multiple real-time streaming CCTV video streams, ATMS traffic server outputs (still graphics, system/corridor map, and images), and CATV broadcasts through the HDTV tuners, can be displayed on the Video Wall monitors + the two wall mounted side monitors at the TMC operations room as well as each of the ATMS workstations Page 64 of 72 vi. Demonstrate one to multiple video streams from selected cameras can be displayed on the three (3) wall-mounted large screen monitors at the 911 Center Dispatch Room as well as the ATMS workstation monitor vii. Demonstrate video control interface to set-up and management the video wall configuration and layout using presets. viii. Demonstrate complete system control of the video wall and side monitors, recall of display process presets, control f tuner selection,and control of the audio source volume ix. Demonstrate local CITY network redundant features and capabilities including emulating a fiber break along one of the paths and demonstrate network restoration through network protocols. x. Demonstrate network security features and capabilities—remote VPN access and control (password, username, etc.), firewall capabilities and set-up, and network administration procedures. xi. Demonstrate full motion video monitoring (sharing) capabilities between the facilities included on this Project. Include simultaneous monitoring of same video streams at multiple sites. xii. Demonstrate network security and redundancy features and capabilities for the field and facility network switches. xiii. Demonstrate IP-based KVM control of rack components. xiv. Demonstrate the network management system(NMS)capabilities and features. xv. Demonstrate EVP-TSP system capabilities for both fire department and transit vehicles and automatic uploading capabilities at the facilities specified herein. 4. System Burn-In Period a. Following the Engineer's written notice of successful completion of the Conditional System Acceptance tests, the Burn-In Period will begin. The entire system must operate successfully for two (2) weeks (14 consecutive days) without a system failure ascribable to hardware, software or communications network components. b. The system will be operated in a normal manner by the CITY TMC System Operators. The Contractor shall provide a system technician to be present during this period to address and document any failures that may occur. c. At the end of the burn-in period,the equipment shall be re-started and the configuration verified. d. The following are minimum Burn-In Period requirements: i. The Contractor shall be responsible for the full maintenance of the system during the burn-in period. Page 65 of 72 ii. System failure is defined as a condition under which the system is unable to function as a whole or in significant part to provide the services as designed. Determination of a system failure shall be at the sole discretion of the Engineer. While a single component failure will not constitute a system failure, chronic failure of that component or component type may be sufficient to be considered a system failure. Chronic failure of a component or component type is defined as the number of failures greater than 5% of the total contract quantity of that unit. iii. Multiple (more than 1) communication outages or failures will be considered a system failure in any case. Communication failure due to a non-communication device such as CCTV camera, etc. is not considered a system failure. A single path/link failure will not be considered a system failure. iv. Specifically exempted as system failures are failures caused by accident or other external forces that are beyond the control of the Contractor. However, failure of the Contractor to respond to the repair request for that failure within 24 hours may be considered a system failure. v. The Engineer will advise the Contractor in writing when it considers that a system failure has occurred or chronic failure exists. If multiple system and/or chronic failures continue to occur throughout the burn-in period due to a single component type, the Contractor may be required to replace all units of that component type with a different model or manufacturer. vi. The Contractor shall document all failures and subsequent diagnosis and repair. The Contractor shall provide the repair documentation to the Engineer within two (2) days of completing the repair; failure to provide acceptable documentation as required shall be reason to not approve the repair as complete. The Engineer will provide acceptance or rejection of the repair and documentation within seven(7)days. vii. The Engineer reserves the right to require, at no additional expense to the CITY, the presence of a qualified technical representative of the equipment and/or software manufacturers as related to the diagnosis and/or repair of any system failure. viii. During the Burn-In Period,the Contractor shall perform incidental work such as touching up, cleaning of exposed surfaces, leveling and repair of sites,and other maintenance work as may be deemed necessary by the Engineer to insure the effectiveness and neat appearance of the work sites. ix. During the Burn-In Period, the Engineer shall maintain a"burn-in period punch list"that contains required Contractor actions but that the Engineer does not define as a system failure. Each burn-in period punch list action item shall be completed by the Contractor to the Engineer's satisfaction within seven (7) days of Contractor notification of the action item. Page 66 of 72 5. Final Project Inspection and System Acceptance Upon successful completion of the overall burn-in period, the entire project shall be eligible for Final Project Inspection and Final System Acceptance. Final Project Inspection and Close-out a. The Final Project Inspection will be conducted provided the burn-in period has demonstrated the entire system is operating successfully. The Final Inspection shall include but is not limited to; i. Monitoring of all system functions to demonstrate the overall system is fully operational. ii. Field visit to ensure that all Facility and Field components are in their correct final configuration. iii. Verification that all project submittals including test reports have been submitted and approved by the City iv. Verification that all burn-in punch list items have been completed. v. Verification that all final cleanup requirements have been completed. vi. Approval of final as-built documentation. vii. All training services have been successfully completed viii. All warranties are in place and transferred to the City as required b. The Contractor shall request in writing the Engineer's approval to start the Final Inspection a minimum of 10 days prior to the requested start date. The Engineer reserves the right to reschedule the start date if needed. The start date for the Final Inspection cannot be prior to the successful completion of the overall burn-in period. c. An unsuccessful or incomplete Final Inspection shall require a new Final Inspection after the Contractor has made the necessary corrections. Up to 10 days shall be allowed for the Engineer to conduct a Final Inspection. d. The Engineer reserves the right to require, at no additional expense to the CITY,the attendance of a qualified technical representative of the equipment and/or software manufacturers to attend a portion of a Final Inspection. Final System Acceptance a. Upon successful completion and approval of Final Inspection and Burn-In testing including all other project submittal requirements,the Engineer will grant overall Final System Acceptance. Page 67 of 72 Revise Sub-section 939.3.07 as follows: 939.3.07 Contractor Warranty and Maintenance Unless otherwise indicated in the individual equipment sub-sections the minimum warranty to be provided shall include a minimum three (3) year Manufacturer's support (usual and customary warranties) period for all equipment and materials furnished and installed. Include in warranty and support all Contractor or Manufacturer activities related to maintenance, removal and replacement of parts and materials during the period of support. Begin the Manufacturer warranty support period upon successful completion of final acceptance testing. All Manufacturer warranties shall be continuous throughout the period and state that they are subject to transfer to the CITY. Delete Sub-section 939.3.08 in its entirety and replace as follows: 939.3.08 Training 1. Personnel trained by the equipment manufacturers and authorized by said manufacturer shall perform the training unless otherwise specified. 2. Training shall be provided directly supported (on-site personnel) by the manufacturers of the video display and control system equipment and software, the network management system and the EVP-TSP system. 3. Provide documentation of the trainer's certification and experience as part of the submittal process. 4. Training shall include all supplies, equipment, materials, handouts, travel, and subsistence necessary to conduct the training. Furnish a training notebook in a labeled 3-ring binder to each trainee. Include in the cost of training all supplies, equipment, materials, handouts, travel, and subsistence necessary to conduct the training. 5. Provide the training for up to eight(8)people. 6. Conduct all training in half-day sessions. Two half-day sessions may be held on the same day, at the discretion of the Engineer. 7. Training to allow for actual hands-on of the equipment and/or software. 8. The agenda for each training session shall be included as part of the submittal process. 9. Course content(as applicable depending on the type of training session)to include at a minimum: a. Description of installed equipment and/or software. b. Operations of equipment and/or software including walk-through of all features and capabilities. c. Installation, set-up and configuration,device and/or user addition and administration. d. Diagnostics and maintenance activities,performance tuning and monitoring. Page 68 of 72 e. Warranty and maintenance, warranty process and any annual maintenance support services contract contact procedures. 10. Provide a training course for the following minimum topics and session time: a. Video Display and Control System—8 hours b. CCTV and Video Management System—8 hours c. Network Equipment and Security Features— 12 hours d. Network Management System—8 hours e. Emergency Vehicle Preemption and Transit Signal Priority—8 hours 939.4 Measurement Delete Sub-Section 939.4 in its entirety and replace as follows: 1. Field Switch Item No. 939-2300—FIELD SWITCH,TYPE A(Modified)(EA) Field network switches as specified in Section 939.2.18 will be measured for payment by the number actually installed, complete, programmed/configured, integrated, tested and accepted. This pay item shall include everything required for a complete network switch install including, AC power supply, Layer 2 licensing, Cat-5e field patch cables, fiber optic patch cables, DIN-rail mounting bracket and other materials and/or services required to provide a fully operational network switch. This price shall be full compensation for all labor,network test/diagnostic tools, materials, equipment and incidentals necessary to complete the work. Configuration/programming of all network switches and system equipment to be installed on this Project shall be the responsibility of the Contractor. All costs associated with the development of the ATMS Integration Plan(see Section 104.10.01 (C)) will be considered incidental and included as part of the in the cost of other pay items. 2. SFP/GBIC—Optical Transceivers Item No. 939-2237—GBIC,TYPE D(Modified)(EA) Item No. 939-2240—GBIC, TYPE E(Modified)(EA) GBICs (by type) as specified in Section 939.2.08 are measured for payment by the number actually installed,complete, functional,and accepted. 3. Video (LUMP Management System g SUM) Item No. 939-7000—Video Management System(LUMP SUM) Page 69 of 72 Video management system as specified in Section 939.2.21 shall be measured for payment as a lump sum and include video management software (client/server), all licensing as required, PTZ control joysticks and keyboards, VMS server and all other components and materials needed to provide a fully operational and approved VMS system for this Project. 4. Facility/Building Systems Item No. 939-7010—IT Building Support Systems(LUMP SUM) Item No. 939-7020—Traffic Management Center(TMC) Systems(LUMP SUM) Item No. 939-7030—911 Center Building Systems(LUMP SUM) Each Facility is measured for payment as a lump sum and includes all equipment, materials, parts, software, programming, testing and commissioning. Items included in these pay items include, ATMS workstations, display client workstations,traffic central application server, traffic database server,ATMS racks, ATMS Layer 3 core switch stack, ATMS Layer 2 access switches, network security appliance (firewall), Cat-6 patch cables, fiber patch cables, fiber patch panels, electrical work (for upgrades and/or revisions required or needed), UPS back-up systems, console desk furniture, AV management and control system, network management software and servers, remote VPN access through new broadband internet service, IP-based KVM switch and LCD console, all cabling, cable management systems, fire-stopping (as required), grounding&bonding, cutting, drilling,patching,painting and rough-in work(as required or needed), labeling and all other components and materials needed to provide a fully operational and approved system at each of the facilities on this Project. Items to be included under each of these Pay Items shall include, but not limited to, the following major equipment and components. Quantities for each of these items (by Pay Item) shall be provided as part of each Pay Item submittal. 1. Section 939.2.12 — Video Display Monitors & Mounts including 25 x 55-inch TMC video wall monitors, 2 x 65-inch TMC side monitors and 3 x 55-inch LED-backlit LCD flat-panel monitors for the 911 Center, display wall calibration kit, over-frame bezel kit, power strips with surge protection and including all wall monitor mounting equipment. 2. Section 939.2.13 — ATMS Rack & Components including adjustable full size rack, cable management system, vertical dual power distribution unit (PDU) unit, horizontal power strip, UPS (12kVA) back-up power, IP-based KVM switch, rackmount LCD console drawer and all cabling and grounding for components. 3. Section 939.2.14 — ATMS Workstations including computer workstation (tower) CPU with workstation monitor,high performance video card(s),loading of software and drivers(as required or needed),video adapters(as required or needed),and cabling. 4. Section 939.2.15 — Traffic Application & Database Servers including traffic central application server with high performance video card,traffic SQL database server, loading of software,remote Page 70 of 72 access software, configuration and set-up of existing traffic signal system, all required rack mounting hardware and cabling 5. Section 939.2.16 — Display Client Workstations including high performance rack-mounted workstations with high performance video cards, loading of software and drivers (as required or needed),remote access software, configuration and set-up, video adapters(as required or needed), all rack mounting hardware and cabling as required 6. Section 939.2.17 — ATMS Console Desk Furniture including console desk furniture including chairs and CPU holders, cable management, power strips, and ATMS workstation UPS back-up power systems and cabling. 7. Section 939.2.19 — Facility Network Equipment including Layer 3 ATMS Core Switch stack, Layer 2 ATMS Access Switches, all licensing, GigE network optical transceiver modules, network security appliance (firewall), power supplies, fiber patch cables, Cat-6 patch cables, and all rack mounting components and cabling. 8. Section 939.2.20 — AV Management and Control System including AV display processor with scalers, system control processor and control interface GUI, Cat-6 HDMI + RS-232 control transmitters / receivers, 70V audio amplifier and audio speakers, HDMI audio de-embedder, HDTV tuners, power supplies, video wall software and all rack mounting hardware and cabling as required. 9. Section 939.2.21 — Network Management System and Remote Access including network management software, NMS application server, NMS SQL database server, and Internet VPN remote access. 10. Section 939.2.22 — Facility System Cabling & Infrastructure including all cabling (i.e., Cat-6 patch cables, Cat-6 STP AV cables, fiber patch cables,HDMI patch cables, line-level audio patch cable, audio speaker cables, DP patch cables, fiber DP patch cables, non-metallic flexible duct, surface raceway, cable pathway sleeves, cable hook / D-ring system, fire-stopping, ground & bonding, cutting, drilling,patching,painting,rough-in work,and all labeling. 5. Training Item No. 939-8500: Training(LUMP SUM) Training is measured as a lump sum for all supplies, equipment, materials, handouts, travel, and subsistence necessary to conduct the training and equipment manufacturer on-site support as required. Include in the lump sum bid price for training all supplies, equipment, materials, handouts, travel, and subsistence necessary to conduct the training. Training will consists of multiple training sessions depending on the equipment / subsystem type as specified in Section 939.3.08 Training. Page 71 of 72 6. Testing Testing will be considered incidental to the cost of the system. No separate payment will be made for testing. 939.5 Payment Add to and/or revise Sub-Section 939.5 as follows: Price and payment will be full compensation for all materials and work specified in this Section. Payment will be made under the Pay Items as listed and described in Section 939.4 and according to the payment schedule below Payment schedule shall be as follows: • 25% of the contract unit price upon delivery, storage and inspection of equipment and materials and start-up/pre-installation testing • Additional 35% of the contract unit price for complete field installation of items, programming/configuration of equipment, and stand-alone/local site testing of each subsystem • Additional 30% of the contract unit price for completion of system integration and final acceptance/ system testing with approved test documentation • Final 10% of the contract unit price upon successful burn-in period completion, all punch list items satisfactorily addressed,and all project close-out items completed and warranty turn-over to the CITY For Training, the CITY will pay 20% of the total Lump Sum Contract bid amount for training upon approval of the Training Plan and all training submittals. The CITY will pay the remaining 80% at the rate of 20% per training session defined below after completion of all session training as described in Subsection 939.3.08. The total sum of all payments cannot exceed the original contract amount for this item. 1. Video Display and Control System 2. CCTV and VMS System 3. Network Equipment and Security Features 4. Network Management System 5. Emergency Vehicle Preemption and Transit Signal Priority Page 72 of 72 April 14,2016 CITY OF AUGUSTA Engineering Department SPECIAL PROVISION PROJECT: RC07-000121/RC07-000137 RICHMOND COUNTY P.I. NO. 0011392/0011400 SECTION 970 — EVP-TSP SYSTEM 970.1 General Description This Project includes the deployment of an emergency vehicle preemption(EVP) and transit signal priority(TSP) subsystem at multiple intersections within Richmond County as shown on the Plans. The subsystem includes, equipment at signalized intersections, on fire department vehicles and transit (fixed route bus) fleet vehicles, central/ system software for operating and maintaining the system, training, and hardware and software required to retrieve vehicle activity / event logs and to upload database and firmware updates to the user vehicle system equipment from fire and transit facilities as specified herein. Furnish, install, integrate and test the system as shown in the Plans, meeting the functional requirements of the EVP-TSP system("system") specified herein. 970.1.02 Related References A. Georgia Standard Specifications Section 922—Electrical Wire and Cable Section 923—Electrical Conduit Section 925—Traffic Signal Equipment Section 935—Fiber Optic System B. Referenced Documents American National Standards Institute(ANSI) Electronics Industry Association(ETA) Institute of Electrical and Electronics Engineers(IEEE) International Standards Organization(ISO) National Electric Code(NEC) National Electric Safety Code(NESC) National Electrical Manufacturers Association(NEMA) Page 1 of 9 Telecommunications Industry Association(TIA) Underwriter's Laboratory Incorporated(UL) 970.1.02 Submittals See Section 105.02 for submittal requirements. 970.2 Materials The proposed system shall meet the following minimum functional requirements: 1. Qualifications/Responsibilities A. Qualifications: The manufacturer or designated representative of the system will verify the reliable operation of the system's technology through providing references for user agencies that operate EVP-TSP systems. The manufacturer or designated representative will produce a list of user agencies that have direct experience interfacing the proposed EVP-TSP equipment with agency programmable controller types. B. Responsibility: The manufacturer or designated representative of the system will provide responsive service before, during and after installation of the system. The manufacturer or designated representative will provide certified, trained technicians with traffic systems industry experience and operational knowledge of EVP-TSP systems and traffic signal control systems. 2. Overall System A. The system shall utilize GPS-based technologies using the same equipment to support both EVP and TSP operations. B. The system shall enable designated vehicles to remotely cause the traffic signal controller to advance to, truncate and/or hold (extend) a desired traffic signal display by using existing controller functions as approved by the CITY. C. All equipment and materials shall be of like kind and function and to be of the exact same manufacturer,model,revision and firmware. D. All materials furnished, assembled, fabricated or installed shall be new materials. E. All equipment, materials, and work shall be in accordance with all of the manufacturers' recommendations. F. With the emergency vehicle preemption system, properly equipped emergency vehicles will be able to pass through the signalized intersection by calling programmed vehicle phases, and return to normal traffic signal operation with the use of programmed signal phase sequencing and timing in a timely manner as approved by the CITY. G. The system shall be interoperable with existing EVP-TSP equipment from adjacent counties as required by the CITY. Page 2 of 9 H. Vehicle equipment shall be completely "hands free" 100% of the time and no operator involvement should be required for the normal functions of the system. Preemption request from a vehicle exiting an intersection to the next upcoming signal, if equipped with preemption, shall be initiated according to location within approach zone(s). I. The system shall support automatic shutdown of equipment (EVP and TSP requests shall cease without input from Operator) when an emergency vehicle stops while in Code 3 mode and the GPS senses the vehicle has stopped. The time period to disable automatic shutdown shall be programmable by the CITY. J. The system shall provide the capability (under Code 3 scenarios), to automatically (without input from an operator) preempt traffic signals simultaneously at nearby intersections (i.e., one to the right and one to the left) to the fire station. The system shall be capable of operating (under Code 3 scenarios)with the fire station door in the closed position and without line of sight to intersections. K. Initiation of an EVP or TSP request shall begin upon entering a virtual detection zone (check in) and shall terminate upon leaving the virtual detection zone(check out). 3. System Software, Configuration and Management A. The system shall allow authorized local and remote users to set and read all user-programmable features and retrieve data collected by the system. B. The system shall have the capability to automatically upload database and firmware updates to the EVP-TSP equipment at an intersection and on-board fire and transit vehicles from selected fixed locations as specified herein. C. The manufacturer shall provide computer system central software required to configure, monitor, operate, and maintain the system to the CITY allowing for system configuration, generation of logs and reports. D. The central system software shall be capable of displaying real-time vehicle location for each vehicle outfitted with GPS/RF equipment regardless of whether the vehicle is in code 3 operation. E. The system shall provide a remote diagnostic capability allowing central operators to monitor vehicle equipment operating status. 4. System Logging A. The system installed in the field cabinet shall provide an Activity Log that stores and consists of a record of events, including time, vehicle ID, class, priority level, and approaching direction for all authorized vehicles detected, approaching vehicle's speed and total time that EVP-TSP was active. B. Logging shall be performed by approach or total response time through multiple intersections (i.e., time it takes for an emergency vehicle to travel along a corridor when it began requesting EVP). C. The system shall feature hardware and software for the purposes of retrieving vehicle activity and event logs and uploading database and firmware updates to the user vehicle system equipment from selected fixed locations including; 1) the fire department training facility at Dean's Bridge @ Bobby Jones and 2)the transit fleet maintenance center). Page 3 of 9 1. All other equipment and materials shall be provided to provide a complete and operational site at these locations as shown on the EVP-TSP Details including, but not limited to; EVP-TSP detection, antenna, small NEMA 4X enclosure, Cat-5e outdoor rated cabling, electrical services brought to the NEMA enclosure from an existing service panel, routing conduit with comm. cable from the enclosure to inside the building/facility for connectivity to the existing agency LAN, loading software on an existing workstation connected to the LAN, and providing set-up, configuration and testing services. D. The system shall feature intersection hardware for the remote diagnostic purposes, allowing central operators to monitor vehicle equipment operating status. 5. Detection Range and Accuracy A. The system shall be capable of detecting and identifying multiple authorized vehicles at a minimum range 2,500 feet without direct line-of-sight (i.e., over-hanging trees, etc.). As noted in the construction documents, an aerial antenna or cabinet-mounted puck will be used. For cabinet- mounted puck locations,minimum range requirements will not be enforced. B. The system shall be able to determine the approaching direction of authorized vehicles. C. The detection range and programming of emergency (high priority) and transit signal (low priority) preemption/priority shall be adjustable. D. High priority user requests / calls shall allow override of low priority user calls. The system shall service multiple user preemption calls having equal priority on a first-come, first-served basis. The system shall service multiple low priority calls having equal priority on a first-come, first-serve basis. 6. Intersection Cabinet Electronics A. The system shall be compatible with CITY Type 2070/2070L signal controllers and NEMA/Type 332 cabinets. The CITY will provide an intersection inventory spreadsheet showing existing CITY traffic signal intersection field hardware (i.e., cabinet type, controller, input file/detector rack, etc.) and software with version no. (i.e., SEPAC, etc.). B. The system shall be provided with plug-in intersection hardware capable of being installed directly into an existing Input File / Detector Rack providing calls/requests to an existing traffic controller equipped with priority/preemption phase selection software. C. The system shall also be provided with intersection hardware capable of being shelf mounted at selected existing NEMA intersection cabinets as shown in the attached existing intersection inventory table. D. The system shall be compatible with NEMA TS 2-2003 v02.06. E. The system shall be able to provide emergency preemption (high priority) and transit signal (low priority)preemption calls to the controller. F. Inputs and outputs shall be optically isolated. G. The Intersection electronics shall contain two Ethernet Ports, one for a network connection and one for local connection to a laptop.Both ports shall be capable of being utilized simultaneously. Page 4 of 9 7. Vehicle Operations and Identification A. The system shall be able to assign a unique identifier for each authorized vehicle and assign priority of each vehicle through remote communications with the vehicle. B. The system shall be able to associate the identifier with vehicle information such as vehicle classification(e.g., fire/rescue,transit), owner/operator,and priority level. C. The system shall provide in-vehicle equipment (i.e., vehicle control unit) that will operate without requiring any action from the vehicle operator or occupants once power is applied. This device shall provide the interface between the vehicle/driver and the system as well as with the transceiver. D. The system shall provide notification to the emergency vehicle driver whether or not preemption has been granted. E. The system shall also provide the capability to automatically notify / alert the vehicle driver when priority requests have timed out and that there is an immediate potential for a vehicle collision at the intersection. 8. Network Interface A. Ensure that local area network(LAN)connections support the requirements detailed in the Institute of Electrical and Electronics Engineers(IEEE)IEEE 802.3 Standard for 10/100 Ethernet connections. B. Ensure that the connector complies with applicable Electronic Industries Alliance (EIA) and Telecommunications Industry Association(TIA)requirements. 9. Serial Interface A. Ensure that the serial port(s) support data rates up to 115 kbps; error detection procedures utilizing parity bits (i.e.,none, even,and odd); and stop bits(1 or 2). B. Serial interface ports may utilize RJ-45 connectors,D-sub connectors,or screw terminals. 10. Communications Back-Up A. System shall be provided with a back-up vehicle location capability(e.g., dead reckoning, etc.) in the event that the primary GPS satellite sync/comm. is lost or down. 11. System Security A. The system shall include features that secure the system and restrict its configuration and operation to authorized users and vehicles only. B. Provide frequency-hopping spread spectrum radios with 256-bit AES encryption for reliable and secure communications between the vehicle and the intersection equipment. 12. Environmental Specifications Page 5of9 A. EVP-TSP components located in the field cabinet shall meet temperature requirements of-34 degrees to+74 degrees C with a humidity of 5 to 95%,non-condensing. B. Ensure system electronics perform all required functions during and after being subjected to the environmental testing procedures described in NEMA TS 2, Sections 2.2.7,2.2.8,and 2.2.9. C. All cables and connectors / connections that are exposed to the elements shall be weatherproof and designed for outdoor use. 13. Electrical Specifications A. Provide equipment that operates on a nominal voltage of 120 volts alternating current (VAC). If the device requires operating voltages of less than 120 VAC, supply the appropriate voltage converter meeting environmental requirements specified herein. B. Provide grounded surge protection in the traffic signal cabinet for EVP-TSP equipment as required and approved by the CITY. C. Provide equipment that is not affected by the transient voltages, surges and sags normally experienced on commercial power lines. D. Provide equipment that meets the latest NEMA TS-2, Section 2 environmental requirements. 14. Mechanical Specifications A. All EVP-TSP equipment shall be permanently marked / labelled with manufacturer name or trademark,part number,patents or patent pending,and date of manufacture and/or serial number. B. Ensure that all physical connections use conductive contact surfaces or pins that are gold-plated or made of a noncorrosive, conductive metal. Do not use any self-tapping screws on the exterior of the assembly. C. All external parts shall be made of corrosion-resistant materials, such as plastic, stainless steel, aluminum,brass, or gold-plated metal. 970.3 Construction 1. Installation of all EVP-TSP materials shall be in accordance with the manufacturer's instructions. 2. Install the system with all necessary intersection and TOC/TMC hardware and software, field mounting hardware,intersection hardware including antennae,pucks, cabling, cabinet wiring, grounding and TVSS, controller programming support, and all other associated electronics in the field traffic signal cabinet and signal or other type pole/structure for the antenna. 3. Perform a site survey of the fire department training facility at Deans Bridge @ Bobby Jones and the transit fleet maintenance center. The site survey shall be conducted within 60 days of the initiation of the project. The CITY shall provide comments or approve the site survey within 20 business days. The site survey will include the following elements: Page 6 of 9 A. In coordination with CITY staff, develop a concept-level plan for the hardware and software required to retrieve vehicle activity / event logs and to upload database and firmware updates to the user vehicle system equipment. Facility-related improvements will be included in the concept-level plan. B. In coordination with CITY staff, determine a suitable location and mounting arrangements for the antenna that provides wireless communication with the fleet vehicles, for the purpose of retrieving vehicle activity/ event logs and uploading database and firmware updates to the user vehicle system equipment. C. The CITY will provide pathways within the building facility for power and communications necessary for the system hardware. If pathways do not exist, then the CITY will provide power and communications within a distance of 100 feet of the desired antenna location, and the Contractor shall be responsible for physical improvements to the building facility and/or exterior area for the last 100 feet. D. During the bidding phase, the CITY will make the building facility sites available for review by all contractors that intend to submit a bid. 4. Provide full manufacturer installation support to the Fire Department and Public Transit for proper installation of vehicle-based equipment (i.e., vehicle control unit, cabling and GPS/RF antenna on their respective vehicles)to ensure a fully functional EVP-TSP system. Note: the Fire Department and Public Transit intend to install this EVP-TSP equipment on their respective vehicles. 5. Ensure that all equipment installed is readily accessible and that all operational and other status indicators remain unobstructed and visible to a field technician. 6. Support the CITY in any necessary updates to signal timing as a result of the preemption deployment and turn-on services. 970.3.01 Quality Acceptance/Testing See Section 939.3.06 for Quality Acceptance/Testing requirements. 970.3.02 Warranty and Maintenance 1. The manufacturer shall furnish replacements for any part or equipment found to be defective during the warranty period at no cost to the CITY or the maintaining agency within 10 calendar days of notification. 2. The system (both hardware and software) shall be provided with a manufacturer's warranty covering defects for five (5) years from the date of shipment from the manufacturer. Defective equipment and/or materials covered shall be replaced/repaired at no charge to the CITY. 3. A copy of the manufacturer's written warranty outlining the conditions stated above shall be supplied with the bid proposal. 970.3.03 Training See Section 939.3 for training requirements. Page 7 of 9 970.4 Measurement Item No. 970-7010: GPS PREEMPTION SYSTEM INTERSECTION ASSEMBLY(Modified)(EA) GPS Preemption System Intersection Assembly (Modifed)will consist of all equipment and materials (i.e., intersection hardware including transceiver/antenna or puck, cabling and wiring, etc.) and software / firmware required to provide a fully equipped and fully EVP-TSP operational intersection. Item No. 970-7020: PREEMPTION TIMING AND TURN-ON SERVICE(Modified)(LUMP SUM) Preemption Timing and Turn-On Service (Modified) will consist of providing support to the CITY in any necessary updates to signal timing as a result of the preemption deployment and turn-on services to confirm proper traffic signal operations and system optimization. Item No. 970-7030: GPS PREEMPTION VEHICLE ASSEMBLY KIT(Modified)(EA) GPS Preemption Vehicle Assembly Kit (Modified) (Modified) will consist of all equipment and materials (i.e., vehicle control units, transceiver/antenna, cabling and wiring, etc.) and software/firmware required to provide a fully equipped and fully EVP-TSP operational vehicle. All software(central and field)as specified herein and required for system operations and management will be included as part of the intersection and vehicle kit pricing. All required coordination, technical support, set-up, integration, tools, labor, documentation, warranties and other ancillary hardware and materials as specified herein and/or required to provide a complete and fully operational system will be included as part of the price. Item No. 970-7040: EVP-TSP Facility Upgrades (LUMP SUM) EVP-TSP Facility Upgrades will include all hardware and software required to retrieve vehicle activity / event logs and to upload database and firmware updates to the user vehicle system equipment from 1) the fire department training facility at Dean's Bridge @ Bobby Jones and 2) the transit fleet maintenance center). Pay item to include all equipment, materials and labor required to provide a complete and operational site at these locations including, but not limited to; EVP-TSP detector, antenna, small NEMA 4X enclosure, Cat-5e outdoor rated cabling, electrical services brought to the NEMA enclosure from an existing service panel, conduit with communications cable from the enclosure to inside the building / facility, network connectivity, loading software on an existing workstation, and set-up, configuration and testing services. See Section 939.04 for measurement. 970.5 Payment Price and payment will be full compensation for all materials and work specified in this Section Page 8 of 9 Payment will be made under the Pay Items as listed and described in Section 970.4 and according to the payment schedule below. Payment schedule shall be as follows: • 25% of the contract unit price upon delivery, storage and inspection of EVP-TSP equipment and materials, and start-up/pre-installation testing • Additional 35% of the contract unit price for complete field installation of items, programming/configuration of equipment,and stand-alone/local site testing of each subsystem • Additional 30% of the contract unit price for completion of system integration and final acceptance/ system testing with approved test documentation • Final 10% of the contract unit price upon successful burn-in period completion, all punch list items satisfactorily addressed,and all project close-out items completed and warranty turn-over to the CITY Training shall be paid under Item no. 939-8500(LUMP SUM). Page 9 of 9 REVISED APRIL 2014 } G `,,. 'G R GI A AUGUSTA UTILITIES DEPARTMENT MEASUREMENT AND PAYMENT WATER MAIN ITEMS W-1(A-Z) - All piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, normal joints and gaskets, trench excavation, trench protection, dewatering, bedding material, asphalt cutting, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-2(A-Z) - All piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, restrained joints and gaskets, trench excavation, trench protection, dewatering, bedding material, asphalt cutting, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-3(A-Z) -Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, field lok gasket carrier piping, and installation. Shall also include costs for bore pit excavation, trench protection, dewatering, bedding material, asphalt cutting, end seals, casing spacers, normal backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-4— Miscellaneous pipe fittings shall be measured in pounds of the fitting only and include costs for all water fittings and installation including polywrap and mechanical joint restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands, no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Thrust blocking shall only be utilized, in addition to restraining glands, if specified on plans, when tying-into existing non-restrained pipe, or when approved by AUD Construction Inspector, and will be paid for under pay M-2. WATER MEASURE PMT 2014 1 OF 8 REVISED APRIL 2014 ITEM W-5—Fire hydrants shall be measured individually (each) and shall include costs for hydrants, fire hydrant riser,security check valve at the shoe, restrained ductile iron lead pipe, polywrap,valve, valve box,fittings associated with connecting to water main, connection to water main, stone drain bed, soil surface preparation excavation, asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-6 (A—Z) - All vertical gate valve line items shall be measured individually (each) and shall include costs for full body ductile iron valves, polywrap, hand wheel where specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-7(A—Z) -All horizontal gate valve line items shall be measured individually(each)and shall include costs for full body ductile iron valves, polywrap, hand wheel where specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-8 (A—Z) - All butterfly valve line items shall be measured individually (each) and shall include costs for full body ductile iron valves, polywrap hand wheel where specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS W-9(A—Z)-All combination air valve, dual air valve, and air and vacuum valve line items shall be measured individually (each) and shall include costs for the specified air valve, brass fittings, copper tubing, PVC fittings, PVC schedule 80 pipe, painted air release pipe with cap, bollards, pipeline marker, manhole, concrete collar, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-10-Tapping sleeve and valves shall be measured individually (each) and shall include costs for tapping sleeve, tapping valve, associated hardware, polywrap, valve boxes, concrete collar, temporary plugging/draining of pipeline, excavation, dewatering, asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-11 — Check valves, Actuator valves, and Pressure Reducing Valves shall be measured individually(each) and shall include costs for valves,valve boxes/vaults, manholes, concrete collars, excavation, dewatering, asphalt/concrete cutting, all associated pipe and fittings, installation, normal backfill,and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD WATER MEASURE PMT 2014 2 OF 8 REVISED APRIL 2014 ITEM W-12 -All cut-in gate valves shall be measured individually (each) and shall include costs for full body ductile iron valves, valve boxes/vaults, concrete collar, manholes, excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-13 (A-Z) — Long side water service connections shall be measured individually (each) and shall include costs for piping, all associated fittings, water meter connection, relocating water meter if necessary, dewatering, asphalt/concrete cutting (including service markings), installation: open cut and/or by torpedo, normal backfill, grassing, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-14 (A-Z) —Short side water service connections shall be measured individually (each) and shall include costs for piping, all associated fittings,water meter connection, relocating water meter if necessary, dewatering, asphalt/concrete cutting (including service markings), installation: open cut and/or by torpedo, normal backfill, grassing, and property restoration. This line item shall include the cost of reconnection of any existing services, if required. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-15-Polyethylene pipe wrap shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness. No additional payment shall be made for these items. ITEM W-16—Tie-ins to existing lines shall be measured individually(each)and shall include costs for cutting, removal of any needed existing pipe, concrete anchor block with stainless steel rods to the existing line, and abandoning the existing line. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-17 — Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete, form work, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM W-18—Abandon valve shall be measured individually(each)and shall include costs for closing valve, removing valve riser, removing valve collar, removing valve lid,filling with flowable fill or dirt, situational specific. No additional payment shall be made for these items. ITEM W-19—Adjust valve box to grade shall be measured individually (each) and shall include costs for adjusting the height of the riser and the lid, remove and replacing the concrete collar. No additional payment shall be made for these items. AUD WATER MEASURE PMT 2014 3 OF 8 REVISED APRIL 2014 ITEM W-20 — Adjust water meter to grade shall be measured individually (each) and should only include costs for fill dirt, dirt removal, grassing, and property restoration. No additional pay item shall be made for this item. SANITARY SEWER ITEMS S-1 (A-Z) - All gravity sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, trench excavation, trench protection, dewatering, 57 stone, asphalt cutting, normal joints and gaskets, normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-2(A-Z)-All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, locating tape, trench excavation, trench protection,dewatering, bedding material, asphalt cutting, normal joints and gaskets, normal backfill, air testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-3(A-Z)-All force main sewer line piping line items shall be measured in linear feet and shall include costs for piping and installation, locating wire, trench excavation, trench protection, dewatering, bedding material , asphalt cutting, restrained joints and gaskets, welded,fused, normal backfill, air testing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-4(A-Z) -Jack and bore line items shall be measured in linear feet and shall include costs for casing piping, field lok gasket carrier piping, and installation. Shall also include costs for bore pit excavation,trench protection,dewatering,asphalt cutting,end seals,casing spacers, normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will not be approved or accepted until the Augusta Utilities Department's Project Manager approves all testing results. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM 5-5 - Miscellaneous pipe fittings shall be measured in pounds of the fitting only and include costs for all sewer fittings and installation including polywrap and mechanical joint restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract documents. All mechanical joint fittings shall be installed using approved restraining glands, no separate payment will be made for these restraining glands. Approved adapters shall be used where necessary to provide a transition between pipes and/or fittings of differing outside diameters. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. Thrust blocking shall only be utilized, in addition to restraining glands, if specified on plans, when AUD WATER MEASURE PMT 2014 4 OF 8 REVISED APRIL 2014 tying-into existing non-restrained pipe, or when approved by AUD Construction Inspector, and will be paid for under pay Item M-2. ITEMS S-6(A-Z)—Pre-cast manholes shall be measured individually(each)and shall include costs for manholes, ring and cover as specified on the plans, risers, concrete collar, excavation, 57 stone, dewatering, asphalt cutting, collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing. Manhole vacuum testing shall include all costs for testing equipment,testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS S-7 (A-Z) - Additional sanitary manhole depth line items shall be measured by vertical foot and shall include costs for excavation, dewatering, and backfill as specified by type and class. No additional payment shall be made for these items. ITEMS S-8(A-Z)—Sanitary sewer exterior manhole joint wrapping shall be measured individually and shall include the costs for wrapping material and installation. No additional payment shall be made for these items. ITEMS S-9(A-Z)—Sanitary sewer interior protective coating shall be measured by the vertical foot of manhole and shall include the costs for coating material and installation. No additional payment shall be made for these items. ITEM S-10—Outside drop piping shall be measured individually(each)and shall include the costs for all piping, fittings,joint restraints, brick dam, and 57 stone. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-11—Dog house/connector manholes shall be measured individually (each) and shall include the costs for excavation, 57 stone,dewatering, asphalt cutting, pipe cutting and removal,collars and boots, grouting and/or other connections, installation, normal backfill, and vacuum testing as specified. The costs for the manhole, ring and cover as specified on the plans, risers, and concrete collar shall be included within this line item. Additional depth manhole sections shall be included within the appropriate manhole line item Manhole vacuum testing shall include all costs for testing equipment,testing labor, mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at Contractor's expense. Repairs to failing manholes shall be made external to the manhole utilizing a method approved by the Augusta Utilities Department. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-12 - Sanitary sewer manhole tie-ins shall be measured individually (each) and shall include costs for cutting/coring of existing manholes, collars, rubber boots, any required gaskets, concrete collar, excavation, dewatering, soil stabilization, asphalt cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD WATER MEASURE PMT 2014 5 OF 8 REVISED APRIL 2014 ITEM S-13 - Sanitary sewer service connections shall be measured individually (each) and shall include costs for 6-inch PVC piping, concrete collar or precast concrete valve ring, PVC twist-off plug, mainline wye, 6" wye, cleanout, plug, excavation, dewatering, asphalt/concrete cutting (including service markings), installation, normal backfill, and property restoration. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM 5-14 - Concrete pipe encasement shall be measured in cubic yards and shall include costs for concrete, reinforcing steel when specified or detailed, form work, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. No additional payment shall be made for these items. ITEM S-15 —Water main crossings shall be measured individually (each) and shall include costs for pipe cutting, excavation, ductile iron water piping, connection sleeves, normal backfill, and property restoration. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-16—Polyethylene pipe encasement shall be measured in linear feet and shall include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in thickness. No additional payment shall be made for these items. ITEM S-17 -Cut and plug sewers shall be measured in cubic yards and shall include costs for cutting of existing pipelines, plugging of existing pipelines with flowable fill, excavation, dewatering, asphalt/concrete cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM S-18 — Abandon manhole shall be measured individually (each) and shall include costs for removing the cone,filling the trough with flowable fill, and filling the remainder of the manhole with select fill or flowable fill,situation specific. No additional payment shall be made for these items. ITEM S-19—Adjust manhole to grade shall be measured individually (each) and shall include costs for adjusting the height of the riser, manhole ring and cover, remove and replacing the concrete collar. No additional payment shall be made for these items. ITEM 5-20 — Miscellaneous concrete shall be measured in cubic yards and shall include costs for 3,000 psi concrete, form work, installation, excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal backfill. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. PAVEMENT STRUCTURES ITEM P-1 - Asphalt overlay shall be measured in square yards and shall include costs for asphalt materials, tack coat, and installation, temporary striping and permanent striping (replaced in kind), and markers (both temporary and permanent). AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. AUD WATER MEASURE PMT 2014 6 OF 8 REVISED APRIL 2014 ITEM P-2 -Aggregate base (10%" 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. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-3 — Asphalt pavement leveling shall be measured in tons and shall include costs for all asphalt(regardless of type) used to create a level road surface prior to asphalt overlay as authorized by the project representative. The payment shall be based upon confirmed delivery tickets. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM 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 -Concrete sidewalk shall be measured in square yards and shall include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEMS P-6 - Concrete driveways shall be measured in square yards and shall include costs for existing driveways removal and disposal, 3000 psi concrete, installation, site preparation,formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-7—Asphalt driveway replacement shall be measured in square yards and shall include costs for existing asphalt removal and disposal, asphalt, tack coat, installation, site preparation. Existing asphalt shall be removed to the nearest joint as directed by the project representative. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-8-Curb and/or gutter placement shall be measured in linear feet and shall include costs for concrete, installation, site preparation, formwork, and finishing. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-9 - Curb and/or gutter removal and replacement shall be measured in linear feet and shall include costs for removal and disposal of existing concrete curb and/or gutter,concrete, installation, site preparation,formwork, and finishing. AUD will coordinate materials testing,and be responsible AUD WATER MEASURE PMT 2014 7 OF 8 REVISED APRIL 2014 for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM P-10— Raised edge asphalt curb removal/replacement shall be measured in square yards and shall include costs for removal and disposal of existing asphalt curb, site preparation, tack coat, asphalt,and installation. AUD will coordinate materials testing,and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. MISCELLANEOUS ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include costs for all materials, labor,equipment,and excess materials. No additional payment shall be made for these items. ITEM M-2 — 3000 psi concrete shall be measured in cubic yards and shall include costs for excavation, labor, equipment, formwork, and concrete material placement. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM M-3 - Rock excavation shall be measured in cubic yards and shall include costs for blasting, labor, equipment, and material removal and disposal. No additional payment shall be made for these items. ITEM M-4-Select backfill shall be measured in cubic yards and shall include costs for the backfill and installation as well as all transportation 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. AUD will coordinate materials testing, and be responsible for the cost of all passing tests. Costs associated with any failed materials tests will be the responsibility of the contractor. No additional payment shall be made for these items. ITEM M-5 -Clearing and grubbing shall be measured in acres and shall include costs for vegetation removal, stockpiling,disposal and any required permitting. No additional payment shall be made for these items. ITEM M-6 (A-Z)—Fence removal and replacement shall be measured in linear feet and shall include all costs associated with removal and replacement of the existing fence with new materials of like quality as necessary for water line installation. No additional payment shall be made for these items. ITEM M-7- Fiber Optic Cable shall be measured in linear feet and shall include costs for conduit and installation, locating tape, trench excavation, trench protection, dewatering, asphalt cutting, and normal backfill. No additional payment shall be made for these items. LUMP SUM CONSTRUCTION ITEM LS-1 - 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. Lump sum items will be addressed per each task order. AUD WATER MEASURE PMT 2014 8 OF 8 1 , ...szt.... G EOR . '$G 1.` A AUGUSTA UTILITIES DEPARTMENT 14.2 WATER DISTRIBUTION SYSTEMS DESIGN AND CONSTRUCTION TABLE OF CONTENTS 14.2.1 Design Guidelines 14.2.2 Design and Construction Specifications 14-7 14.2.2.1 Spatial Guidelines 14-7 14.2.2.1.1 Cover 14-7 14.2.2.1.2 Horizontal Separation 14-7 14.2.2.1.3 Vertical Separation 14-8 14.2.2.1.4 Layout 14-8 14.2.2.2 Materials and Methods 14-9 14.2.2.2.1 Minimum Pipe Diameter 14-9 14.2.2.2.2 System Pressures 14-9 14.2.2.2.3 Water Main Material 14-9 14.2.2.2.3.1 General Requirements 14-9 14.2.2.2.3.2 Applications That Require DIP 14-10 14.2.2.2.4 Boring and Jacking Water Lines 14-10 14.2.2.2.4.a Casing Pipe 14-10 14.2.2.2.4.b Carrier pipe 14-10 14.2.2.2.5 Restrained Joints 14-11 14.2.2.2.6 Reaction Blocking 14-11 14.2.2.2.7 Material Transitions 14-11 14.2.2.2.8 Main Taps 14-12 14.2.2.2.9 Water Service Lines and Taps 14-12 Augusta Utilities Department Standard Specifications November 2014 Page 1 of 25 14.2.2.2.10 Meter Installation 14-13 14.2.2.2.11 Valves, Fittings,and Appurtenances 14-13 14.2.2.2.12 Fire Hydrants 14-14 14.2.2.2.13 Backflow Prevention Devices 14-15 14.2.2.2.14 Fire Lines 14-16 14.2.3 Construction Guidelines for Water Distribution Systems 14-16 14.2.3.1 Deviation from Plans 14-16 14.2.3.2 Erosion and Sedimentation Act Compliance 14-16 14.2.3.3 Work Conducted in Rights of Way 14-16 14.2.3.4 Water Distribution System Installation 14-16 14.2.3.5 Pressurization and Leakage Testing 14-17 14.2.3.6 Connecting to Existing System 14-18 14.2.3.7 Cleaning and Flushing 14-18 14.2.3.8 Disinfection 14-19 14.2.4 Measurement and Payment 14-19 Augusta Utilities Department Standard Specifications November 2014 Page 2 of 25 14.2.1 DESIGN GUIDELINES All water distribution system designs shall conform to the requirements as set forth in "Minimum Standards for Public Water Systems" (GA EPD, 2000) as published by the Georgia Environmental Protection Division. 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 that will serve the proposed facility. Air release valves in vaults shall be provided in the water main. All water distribution systems shall be looped to the greatest extent possible. DESIGN ENGINEER shall utilize Augusta Utilities Standards and Specifications to develop specifications to be utilized in AUD projects. 14.2.2 DESIGN AND CONSTRUCTION SPECIFICATIONS 14.2.2.1 Spatial Guidelines 14.2.2.1.1 Standard requirements are as follows: 14.2.2.1.1. a Standard depth of cover is four (4) feet below existing and proposed road surface (and areas designed for normal traffic loading) unless otherwise approved by AUD. (Reference Detail 1.2 if applicable.) 14.2.2.1.1. b Minimum cover to finished grade over water mains shall be 48 inches. Minimum cover under ditch bottoms shall be 24 inches. Any variance in minimum cover must be approved by AUD on a case-by-case basis. 14.2.2.1.1.c In the event the shoulder of the road should rise above the roadway level, the water main shall be placed at a depth to maintain four (4) feet below the road surface in order to keep a four foot depth for future driveway cuts. 14.2.2.1.2 Horizontal Separation Augusta Utilities Department Standard Specifications November 2014 Page 3 of 25 Unless otherwise specified, horizontal spacing should conform to the following rules, where all separation distances listed are edge to edge: 14.2.2.1.2. a Ten (10) feet to any existing or proposed wastewater lines or force main, storm sewer or sewer manhole. Horizontal separation of less than 10 feet requires pipe material to be DIP for water mains, wastewater lines or force mains. 14.2.2.1.2. b Fifteen (15) feet to buildings, top of bank of lakes, streams, creeks or other structures. (Must meet GA EPD Buffer Variance Requirements). 14.2.2.1.2. c Where horizontal separations between water and sewer cannot be met, water and sewer lines shall be DIP and joints staggered such that maximum separation exists between joints AS APPROVED BY AUD. 14.2.2.1.2. d Ten (10) feet minimum separation to gas mains. 14.2.2.1.2. e Ten (10) feet minimum to underground electric cable. 14.2.2.1.2.f Current Georgia EPD separation requirements that are applicable. 14.2.2.1.3 Vertical Separation Unless otherwise specified, vertical spacing should conform to the following rules, where all separation distances listed are edge to edge: 14.2.2.1.3. Water mains shall cross over and not under other pipes unless approved by AUD. 14.2.2.1.3. a Eighteen (18) inch minimum separation between all pipes and cables shall be maintained, with six(6) inch absolute minimum separation with DIP, when conforming to Georgia EPD separation requirements. 14.2.2.1.3. b If water mains must cross under sewers, additional measures shall be taken. At least 18 inches of separation between the bottom of the sewer and Augusta Utilities Department Standard Specifications November 2014 Page 4 of 25 the top of the water main shall be provided. Adequate structural support for the sewer shall be provided to prevent deflection or settling on the water main. No joint shall be encased under the crossing. Encasement of the water pipe in concrete or flowable fill will also be considered. 14.2.2.1.3. c Where vertical separations between water and sewer cannot be met, water and sewer lines shall be DIP, and joints staggered such that maximum separation exists between joints AS APPROVED BY AN AUD ENGINEER. 14.2.2.1.4 Layout Spatial layout shall observe the following guidelines: 14.2.2.1.4. a Normal location of proposed water lines is on the north side of east-west streets, and the east side of north-south streets. 14.2.2.1.4. b For existing County roads, the proposed water line will 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 also be determined by the location of the existing lines to be tied into at the beginning and end of the project. 14.2.2.1.4. c 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 Rights-of-Way Encroachment Guidelines (latest version). 14.2.2.1.4. d Wherever possible, avoid laying water lines on the same side of the road as gas lines. 14.2.2.1.4. e Water service lines for residential development shall be located at the center of the lot with ten (10)foot separation from edge of driveway. Augusta Utilities Department Standard Specifications November 2014 Page 5 of 25 14.2.2.1.4. f Water line dead ends shall be minimized by making appropriate tie-ins whenever practical. If temporary dead end is required it shall, at a minimum, have three restrained joints of pipe after the valve, with a plug on the end of the line, the plug being restrained by Mega-lug or approved equal. Permanent dead ends will not be accepted unless unavoidable. Dead ends shall be equipped with a fire hydrant. 14.2.2.1.4.g 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 the line installed in the center of the easement. Permanent easements shall be provided as needed to serve adjacent properties, even if the water line is not installed at that time. If the line has not been installed to serve future adjacent properties, a larger easement than the minimum may be required to construct the future line. Easement agreements shall be specific to state that no permanent structures may be constructed within the limits of permanent easements. 14.2.2.2 Materials and Methods 14.2.2.2.1 Minimum Pipe Diameter Water mains shall have a minimum nominal inside diameter of eight(8) inches. 14.2.2.2.2 System Pressures The DESIGN ENGINEER shall not assume a pressure greater than 35 psi at the meter of a detector check valve without confirmation from AUD. The DESIGN ENGINEER shall contact AUD to schedule a pressure test, which the DESIGN ENGINEER can witness. The new water main shall have the ability to meet maximum daily demands plus fire flow requirements as mandated by Augusta Utilities Department Standard Specifications November 2014 Page 6 of 25 Georgia EPD "Minimum Standards"for Public Water Systems" (GA EPD, 2000) and the NFPA Code (latest edition) or the Augusta Fire Marshal. The residual design pressure under all conditions shall not be less than 20 psi. 14.2.2.2.3 Water Main Material 14.2.2.2.3.1 General Requirements Water mains shall be ductile iron pipe (DIP) unless approved by AUD. The minimum size of water main shall be eight (8) inches unless otherwise approved by the Utilities Director. For all proposed developments, a professional Engineer shall perform a hydraulic network analysis to find the minimum water line size needed to meet maximum daily demand plus fire flow. 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 eight (8) inch to twelve (12) inch diameter shall conform to AWWA C900 (latest version). PVC pipe fourteen (14) inch to thirty-six (36) inch diameter shall conform to AWWA C905 (latest version). For water mains 8" 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 8" through 10" (solvent weld joints are not permitted). Flanged DIP shall have threaded ductile iron flanges and shall conform to the requirements of AWWA C115/ANSI 21.15 (latest version). All flanges shall be ductile iron class 150 with a minimum working pressure of 350 psi for diameters 3"-12", and 250 psi for 14"-48" diameter pipe, and conform to ANSI B16.5 (latest version). Flanges shall be flat faced and all joints shall use 1/8 inch black neoprene full-faced gaskets. Augusta Utilities Department Standard Specifications November 2014 Page 7 of 25 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, restrained joint, 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 C111/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 the National Sanitary Foundation (NSF) for use with potable water mains. Pipe classes designated previously in this standard are the 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 NSF. Copper wire (single strand coated 12 gauge 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. This wire shall be mechanically spliced, using a water proof connector so as to be electrically conductive, and insulated to protect against corrosion of the wire. 14.2.2.2.3.2 Applications That Require DIP DIP shall be required as carrier pipe in the following circumstances: 14.2.2.2.3.2. a Within 10 feet of sanitary sewer and storm sewer pipes. 14.2.2.2.3.2. b Within 15 feet of structures (near side of concrete footing), or top of bank of lakes/streams/creeks (Must meet GA EPD Buffer Variance Requirements). 14.2.2.2.3.2.c Crossings over or under sanitary sewers and storm pipes with less than 18 inches separation, no joint is allowed within 10 feet of the crossing. Augusta Utilities Department Standard Specifications November 2014 Page 8 of 25 14.2.2.2.3.2.e Within project boundaries of subdivisions with private roads where the Utilities Department will take over the line for operations and maintenance but the roads will not be deeded to Augusta. 14.2.2.2.3.2.f Along all state rights-of-way. 14.2.2.2.3.2.g 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. 14.2.2.2.4 Boring and Jacking Water Lines 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. The following guidelines apply to jack and bore installations: 14.2.2.2.4.1 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 minimum yield strength of 35,000 psi. Casing pipe outside diameter shall be a minimum of six (6) inches larger than the carrier pipe set by DESIGN ENGINEER. Casing pipe shall be joined together with welded joints, and work shall be performed by a certified welder. 14.2.2.2.4.2 Carrier Pipe: The carrier pipe shall be ductile iron as specified herein. 14.2.2.2.4.3 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 one (1) inch, remedial measures will be taken as approved by an AUD Engineer.(Reference Detail 4.8) When installing water line through casing, Contractor shall use mechanical joint pipe with Mega Lugs through length of casing or Augusta Utilities Department Standard Specifications November 2014 Page 9 of 25 field-lok gaskets. The water main shall be equipped with locking gaskets placed throughout length of casing to adequately restrain the pipe. The ends of the casing shall be sealed with a manufactured collar unless otherwise approved by AUD. The pipe shall be supported with a minimum of two casing spacers per twenty (20) feet of pipe, with one spacer approximately one (1) foot from the bell of the pipe. 14.2.2.2.5 Restrained Joints The method used to restrain joints 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 on each side of the fittings in both the plan and profile views. Calculations for restrained joints shall be provided by the DESIGN ENGINEER. Retainer Glands/Mega-Lug shall be considered as a restrained fitting. Restrained Joints shall be DIP as follows: 14.2.2.2.5. a 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. ALL part and model numbers being approved by AUD Engineering. 14.2.2.2.5. b For 14-inch Diameter and Larger — Restrained joint shall be U.S. Pipe TR Flex, American Ductile Iron Pipe Lok-Ring, or equivalent product, or EBAA Iron Mega-Lug. 14.2.2.2.5. c If inserting in older cast iron pipe, the restrained joint shall be as approved by AUD. 14.2.2.2.6 Reaction Blocking In lieu of restrained joints, all plugs, caps, tees, bends and other fittings shall be provided with adequate reaction blocking as shown on AUD-Detail 1.13. Fittings shall be poly wrapped (6 mil) before pouring reaction blocking. Reaction blocks shall be poured-in-place concrete having a minimum compressive strength of 3,000 psi after 28 days of cure time. Soil bearing value shall be 2,000 psf maximum, and reaction blocking shall be made to bear directly against the undisturbed trench wall. Lower soil bearing values shall be used Augusta Utilities Department Standard Specifications November 2014 Page 10 of 25 when soil is poor quality. Where trench conditions are, in the opinion of the DESIGN 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. All materials, fittings and appurtenances intended for use in pressure pipe systems shall be designed and constructed for a minimum working pressure of 200 psi unless the specific application dictates a higher working pressure requirement. 14.2.2.2.7 Material Transitions When transitioning water lines, materials shall be indicated and specified and must be approved by AUD (AUD- Detail 1.1). Unspecified transitions from DIP to PVC are not allowed. When transitioning, 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. 14.2.2.2.8 Main Taps Mains may be tapped as long as the tapping line is smaller than the tapped line unless otherwise approved by AUD. See Section 14.2.2.2.9 for service tap requirements. Equal size line connections approved by AUD 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. In addition,the following guidelines shall be met: 14.2.2.2.8.a Tapping Sleeves shall be of a heavy body ductile iron, mechanical joint suitable for a working pressure of 200 psi for sleeves and crosses larger than 14-inch, or a working pressure of 250 psi for sleeves and crosses equal to or less than 14-inch, or as approved by AUD. Tapping sleeves and valves are required for all taps 4 inches and greater. Taps less than four (4) inches shall be provided with a service saddle meeting the requirements of Section 14.2.2.2.9. Valves shall be provided on all taps. Tapping sleeves shall be a minimum of six (6) feet from pipe joints. (Reference Detail 1.3 when applicable.) Augusta Utilities Department Standard Specifications November 2014 Page 11 of 25 14.2.2.2.8. b Schedule 40 PVC shall only be used as a sleeve for the installation of service line tubing under pavement areas. Use in the water distribution system or other areas is not acceptable. 14.2.2.2.9 Water Service Lines and Taps For service lines up to two (2) inches in diameter: Galvanized pipe shall be seamless, American made, PVC shall be schedule 80 and shall conform to the ASTM Specifications, and Copper Pipe shall be used at the approval and direction of AUD (Reference Detail 1.8 when applicable.) Where water service lines connect to DIP or any pressure-rated pipe, service saddles must be used. No direct service taps shall be allowed. Brass double strap tapping saddles, Ductile Iron, Epoxy Coated Double Strap Tapping Saddle, Smith Blair or approved equal, shall be used. U-bolt type straps are not acceptable. All water service taps on the main shall be spaced at a minimum distance of 18 inches apart and a minimum of 18 inches from a bell or fitting. If two or more taps are required at a minimum spacing, they shall be offset 45° alternatively. Services greater than one (1) inch shall be seamless galvanized. Two (2) inch services shall have three two (2) inch 90-degree galvanized, non-malleable elbows per Augusta Utilities'two-inch Water Service detail. All service line taps shall be supplied with corporation stops (AUD- Detail 1.7& 1.8). General requirements for corporation stops are as follows: for one (1) inch services, a Ford FB-600-4 corporation stop or equivalent with a taper thread inlet and flared copper outlet. For one (1) inch water service lines, eighth bend shall be the Ford LA02- 44, Ford LA04-44 or equivalent for compression fittings. Bypasses are required for 2" water services for medical and/or 24 hour operation facilities. Bypasses are to be installed on the inside of the vault in order to avoid tampering. Service line tubing shall be rolled of soft continuous and seamless copper Type K conforming to AWWA C800 and ASTM B-88 (latest version). The minimum diameter 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 (AUD-Detail 1.7), and shall not exceed 100 feet in length from the main to the meter. No service line fittings shall be placed under the roadway. For wide roadways, placing fittings in the median may be Augusta Utilities Department Standard Specifications November 2014 Page 12 of 25 considered by AUD Engineering. The curb cock shall be located six (6) inches behind and eight (8) inches below the top of new curb or edge of asphalt. 14.2.2.2.10 Meter Installation The Contractor/Developer shall furnish and install an approved meter box at the termination point of all water services, and maintain the box until such time as a meter is installed. Meter boxes for one and one-half (1%) inch and smaller meters are standard, while two (2) inch can be installed in a Rome oversized two (2) inch cast-iron box unless approved by AUD Engineer. Meters three (3) inches and larger shall be installed in a meter vault unless otherwise approved by AUD. 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 one and one-half(1'A) inch or smaller. Meter and curb stop shall be fully encased by the meter box. Meter vaults for meters three (3) inch and larger shall be pre-cast reinforced concrete using 3,000 psi concrete and #4 rebar (AUD-Detail 1.10). No site built vaults are permitted. 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 36" x 36". For commercial applications, the meter lid shall have a notch to accommodate automated meter reading technology. Wall dimensions shall allow two (2) feet of working clearance. Vault floors shall be no less than four (4) inches thick with 3,000 psi concrete and #4 rebar, with the meter located no less than 18 inches off the floor. In addition, all commercial meters shall have a bypass piping arrangement approximately one size smaller than the meter to facilitate meter removal. This bypass valving shall bypass the meter, but not the backflow prevention device. If a bypass device is installed on the backflow prevention device, then a separate backflow prevention device should be installed on that bypass. All meter vaults must have a positive drain that is tied to a storm drain or installed on top of the proper bedding material. Meter boxes should generally be placed 18 inches inside the adjacent utility easement that parallels the right-of-way. Where a sidewalk is installed, two (2) 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 box should be placed for ready access as Augusta Utilities Department Standard Specifications November 2014 Page 13 of 25 approved by AUD. Meter boxes and control valves shall be accessible and unobstructed for four (4) feet in all directions. This shall include but not be limited to transformers, telephone junction boxes, walls, trees, etc. Meters boxes shall not be placed in areas that can be fenced, such as a backyard, and shall not be placed in any asphalt or concrete surfaced areas unless approved in writing by AUD. For shopping centers, the developer's DESIGN 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. Meter boxes 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 and bollards shall be placed around meters to protect them from being damaged by traffic. Valves shall also have concrete donuts when not in asphalt or sidewalk. Meters will be installed by AUD at the time service is required at the stub-out, and will remain the property of AUD. Areas that are privately owned where AUD does not own water or sewer utilities may be master metered. Each unit within a residential building (i.e., duplex, triplex, etc.) shall have a separate meter, unless prior approval is received from the Utilities Director. The proper sizing of service lines is the responsibility of the DESIGN ENGINEER, and AUD takes no responsibility for improperly sized meters or the problems associated with them. Meters will be available in the following sizes: 5/8 X 3/4, 1, 11/2, 2, 3, 4 -inch, and larger standard sizes as necessary. AUD reserves the right to request historical data for meter sizing. 14.2.2.2.11 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. 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. Gate valves, four (4) inches to 18 inches, shall be U.S. Pipe Metro-Seal 250 resilient seated gate valve, or equivalent, and must conform to AWWA C509 (latest version). Valves larger than 18 inches shall be gear operated butterfly valves, Reference AUD Detail 1.4, conforming to AWWA C504 (latest version). Water valves will not be accepted. Valves shall generally be installed at intervals of not more than 3,000 LF on Augusta Utilities Department Standard Specifications November 2014 Page 14 of 25 transmission mains and on all primary branches connected to these mains. Placing an in-line valve in close proximity to every third fire hydrant is recommended for locating purposes. The Utilities Director shall determine whether mains are distribution or transmission. Valves shall open-left if installed south of Gordon Highway(S.R.-10), or open-right if installed north of Gordon Highway. Valves shall be provided with valve stem extensions to within six (6) inches of ground surface, where centerline of pipe to grade is greater than four(4)feet. Valve boxes shall be M&H E-2702, Mueller H10364 or approved equal. (Reference AUD Detail 1.5). Each valve box shall be adjustable for a minimum cover of three (3) feet. The flanged base of the valve box shall be at least six (6) inches above the pipe so not to stress water lines four (4) inches and smaller. Extension pieces will be required for additional depth over valves. Extensions shall be M&H E-3120, Mueller H-10375 or approved equal. Covers shall have "WATER" cast on top. All valves, bends, tees and dead ends shall be restrained by retainer glands, restrained gaskets, or by use of a concrete thrust block in those instances that warrant such an installation. 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 restrained joints are required. Gray cast-iron fittings are not allowed. Ductile iron fittings shall be epoxy coated in accordance with AWWA C116 (latest version). Mechanical joint fittings, 24 inches and smaller shall be rated for 350 psi minimum working pressure, while all fittings between 30 and 48 inches shall be rated for 250 psi minimum working pressure. Mechanical joint fittings 54 inch through 64 inch shall be rated 150 psi minimum working pressure. Glands for mechanical joint fittings shall be ductile iron. 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. For sizes less than four (4) inch ID, fittings shall be suitable to the pipe material and application. Augusta Utilities Department Standard Specifications November 2014 Page 15 of 25 For flanged pipe, flanges shall be ductile iron Class 150, ANSI B16.5. Flanged joint fittings 14 inches and smaller shall be rated for 350 psi minimum working pressure and flanged joint fittings between 14 and 48 inches shall be rated for 250 psi working pressure. 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 C115 (latest version). Bolts, nuts and washers for flanges shall be hot dip galvanized, except tee-bolts shall be Cor-Ten steel. 14.2.2.2.12 Fire Hydrants Fire hydrants shall be provided in all water mains, transmission and distribution systems. Accepted models are Mueller#A-24018, M&H Figure 1291, AWWA Compression-Type Dry-Top Traffic Model, of 150 psi working pressure, and 300 psi testing pressure. Kennedy K- 81D will also be accepted. All fire hydrants, Public or Private, shall be ordered all yellow. 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. Fire Hydrants shall have Davidson AN installed, or approved equal, installed prior to setting hydrant. (Reference Detail 1.6 when applicable.) All private fire hydrants must be tested once a year in agreement with NFPA Code Section 25 requirements, and a copy of the privately owned hydrant inspection and testing results shall be on file with the Fire Department Fire Prevention Division. Privately owned hydrants shall be maintained at the expense of the private property owner, subject to the direction and requirements of the Fire Code Official. Such Private hydrants shall be flushed and tested annually according to the current adopted Georgia Fire Code. The Augusta Utilities Department shall be notified of all inadequate fire flow testing according to applicable standards, and modifications necessary to meet these standards shall be met at the expense of the owner of the property. There shall be no trees, plants or shrubbery planted near hydrants to any private hydrants that will interfere with the hydrant's operation. No point of connection to any private fire hydrant shall be left uncapped without permission of the Fire Code Official. Existing hydrants which do not conform to City Specifications, or which do not face the direction most consistent with emergency use by the Fire Department, as established by the Fire Code Official, Augusta Utilities Department Standard Specifications November 2014 Page 16 of 25 shall be changed to meet City's requirements by the property owner, and the property's owner expense, within 30 days of service of notice of the requirement changes upon the property owner or its resident agent. Fire hydrants must conform to the National Standard specifications for ordinary water works services of the American Water Works Association (AWWA), and each fire hydrant installed after January 1, 2008 shall include an Anti-Terrorism Valve (ATV) designed to protect against accidental backflow and international contamination of drinking water via the hydrant. The ATV shall be a stealth check valve located internal to the upper barrel of the hydrant and shall consist of four main parts: 1. A sleeve-insert valve seat, made of E coated for fusion bonded epoxy steel. The top of the valve seat shall have a machined slot to accommodate an EPDM quad ring which will provide and impenetrable seal between the seat and the valve. 2. A valve made of brass with machined slots to accommodate an 0-ring between the valve and upper stem. 3. A stainless steel machined upper stem will replace the original stem. The brass valve shall be attached to the upper stem in such a manner as to provide free vertical movement along the shaft. 4. A stainless steel spring that shall fit around the upper stem and be adequate compression strength and length that sufficient pressure is placed on the valve to provide and impenetrable seal when the hydrant is not in use and yet allow water to flow freely when hydrant is flowed. Installation of the ATV shall be made by a technician certified by manufacturer. 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 during maximum day demand, 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. Augusta Utilities Department Standard Specifications November 2014 Page 17 of 25 Fire hydrants shall be of the dry barrel break-away type conforming to AWWA C502 (latest version), with two 2 % inch threaded hose nozzles and one 4 % inch threaded pumper nozzle. Hose and pumper nozzle threading shall be national standard. Shoe connection shall be six (6) inch mechanical joint. The center line of the nozzles shall be 18 inches above the finish grade. Hydrants shall have a 5'A inch interior valve opening. Hydrants shall be restrained from hydrant to tee at the main and have a concrete thrust block poured behind them or the use of Mega-lugs in which thrust blocking will be required behind the directional change. 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 surrounding each hydrant. Fire hydrant branches (from main to hydrant)shall be a minimum of six (6) inches ID. Private fire hydrant lines will require a double detector check back-flow assembly, if the hydrant is 250 feet or less, and does not have fire protection to building on same line only Davidson ATV (or approved equal) in Fire Hydrants is required. Otherwise the fire line will require a double detector check back- flow assembly at the Right of Way per AUD Standards and Specifications. Fire lines shall be D.I.P. or C900 Class 200, or per the Fire Chief's recommendations. Fire hydrants cannot be over 50 feet from the building, per NFPA requirements, it is to protect. 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 five (5) foot radius around the hydrant and seven (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. 14.2.2.2.13 Backflow Prevention Devices (See Backflow Prevention Guidelines) 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 a minimum of a double-check backflow prevention assembly. In addition, based on the degree of hazard present, AUD Augusta Utilities Department Standard Specifications November 2014 Page 18 of 25 may require a Reduced Pressure Zone Back-flow (RPZ) Assembly on each water service on the customer side of service lines (domestic, irrigation, and fire) (Reference Details 2.1 through 2.8 when applicable). A certified person shall test Backflow devices and furnish the results to AUD 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. Lawn irrigation systems shall have a minimum of a double- check valve backflow prevention device per the Georgia Plumbing Code (latest version). The plumber or builder connecting into the set meter will submit the test results for the backflow prevention device to AUD's Backflow Prevention Section 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 all 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 a qualified technician has tested and inspected the backflow prevention device and that the device has passed inspection. A copy of the technician's certification must be attached to the test results and submitted to the AUD's Backflow Prevention Section. The DESIGN ENGINEER must comply with AUD Policies and Procedures for Backflow Prevention by Containment (latest version). A copy of this manual is available upon request from AUD. 14.2.2.2.14 Fire Lines All fire lines shall have a minimum double-detector check valve assembly (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. Certain types of fire lines will require RPZ check-valve. Please contact Augusta Utilities Department Standard Specifications November 2014 Page 19 of 25 AUD's backflow prevention section to determine actual requirements. 14.2.3 CONSTRUCTION GUIDELINES FOR WATER DISTRIBUTION SYSTEMS 14.2.3.1 Deviation from Plans During construction when deviations from approved plans are desired, the AUD's Inspector shall be notified. Revised plans shall be submitted from the DESIGN ENGINEER as soon as possible to the AUD for approval. Minor changes not affecting capacities, flows or operation may be allowed in the field during construction by AUD's Inspector. The Inspector shall have authority as to what constitutes a minor or major change. An approved set of red-line drawings (section 14.1.3.5) clearly showing any changes shall be submitted to the AUD 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. No publicly owned water line shall be uncovered without prior coordination with AUD. 14.2.3.2 Erosion and Sedimentation Act Compliance: All phases of construction shall be completed in accordance with OCGA 12-7-1 Erosion and Sediment Control Act. 14.2.3.3 Work Conducted in Rights-of-way: Where a traffic control plan is required, it shall be in accordance with Augusta Engineering Rights of Way Encroachment Guidelines (latest edition). 14.2.3.4 Water Distribution System Installation Authorization must be obtained from AUD 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 AUD at least 48 hours prior to starting construction (706-312-4132). Installation of water mains and associated appurtenances shall be in accordance with current AWWA specifications and manufacturer's Augusta Utilities Department Standard Specifications November 2014 Page 20 of 25 requirements for the specific product. Loading or unloading and storage of pipe, fittings, valves, etc. shall be done in such manner as 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 bottom. Wet trench installation shall be allowed only upon approval of AUD. Restrained joints shall be required at each fitting involving a change of direction and on surrounding pipe, as specified in the approved plans. Concrete thrust blocks can be allowed in lieu of mechanical restraint systems, as approved by AUD. 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 AUD's Inspector. Fire hydrants shall be installed true and plumb with the center of the pumper nozzle facing toward the road according to Section 14.2.2.2.12. Hydrants shall not be placed in the sidewalk. All valves shall be placed according to plans. Valve stems shall be installed plumb. Valve stem extensions are required as described in Section 14.2.2.2.11. 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. The following guidelines shall be followed during the construction of water mains: 14.2.3.4.a 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 stored to protect them from freezing. 14.2.3.4.b 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 not less than four (4) feet, or as shown on the drawings. Give all Augusta Utilities Department Standard Specifications November 2014 Page 21 of 25 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 laying is not in progress. Water pipe shall be bedded when required by poor soil conditions (AUD- Detail 4.5). 14.2.3.5 Pressurization and Leakage Testing After installation, all water mains shall be leak tested, in accordance with AWWA C-600, Section 4.1 (latest version) for DIP, and C605, Section 7 for PVC. 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. A pumping pressure of 200 psi, or 1.5 times the working pressure at the point of testing depending on the discretion of an AUD representative, 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 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 fails the test shall be replaced or adjusted until the entire new main passes the test criteria. Concurrent with 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 water pressure to within five (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 equation 1 from AWWA C600-05 for DIP: L_ SD,IP 148,000 Where L= allowable leakage in gallons per hour, S = the length of pipe in the section tested, D =the nominal diameter of the pipe in inches, P =the average test pressure during the leakage test in pounds per square inch gauge. For PVC pipe, the following equation shall be used: L _ ND,IP 7400 where N = Number of joints in the pipeline being tested. 14.2.3.6 Connecting to Existing Systems Augusta Utilities Department Standard Specifications November 2014 Page 22 of 25 All connections to existing mains shall be made under the direct supervision of the AUD's Inspector. Valves on existing mains shall be operated by or under direct supervision of AUD personnel. Tapping sleeves and valves shall be pressure tested prior to tapping. If service to existing customers must be interrupted, AUD shall be notified at least three (3) days (72 hours) in advance. The contractor shall make the necessary notifications to the customers. The new line shall be chlorinated for up to three (3) days and then drained and bacteria tested. Only after maintaining the appropriate chlorine residual and passing the bacteriological test shall the line be put into service, at the direction of AUD. Lines put into services will not be disturbed again during the contract without the approval of AUD. 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. Scheduled interruptions should not exceed four (4) hours. The Contractor/Developer shall arrange for temporary services to Customer(s) 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 AUD's Inspector. 14.2.3.7 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 AUD's Inspector. No flushing or cleaning shall take place without an Augusta Utilities representative present. The existing mains where the new mains connect may require flushing under the direction of AUD when service is restored. The Contractor shall be responsible for the treatment of discharge and disinfection water. All flushing activities shall be in accordance with AWWA C651. AUD will provide water for the initial flushing requirements only. If additional testing is required the contractor will be responsible for the cost of required water. 14.2.3.8 Disinfection Augusta Utilities Department Standard Specifications November 2014 Page 23 of 25 Augusta Utilities shall be notified at least 24 hours in advance to schedule bacteriological testing of water mains. All testing shall be done at the first part of the week. A second set of samples shall be done immediately after the first sample has satisfactorily past bacteriological test. The Contractor shall replace or adjust components of the pipeline which fail the test. Clearance is required from the Utilities Department before AUD 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 no less than 24 hours and the system shall maintain the chlorination level originally introduced into the line, which should not be less than 50 ppm. The system shall then be flushed with potable water and the sampling program started. A minimum chlorine residual of 1.0 ppm should be available in the line after flushing. Sampling taps and chlorinated water used for disinfection shall be flushed to a location that will not damage property, persons, ponds, creeks and streams, etc., and shall be provided by the Contractor/Developer at the expense of the 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. No dry chlorine shall be placed in the pipes while installing. A minimum of two samples tested by a State approved private lab, shall indicate bacteriologically satisfactory water and the results shall be submitted to the Inspector. Augusta Utilities Department Standard Specifications November 2014 Page 24 of 25 14.2.4 MEASUREMENT AND PAYMENT An AUD standard bid schedule and standard payment sheet are available as part of the standard contract documentation. Please contact AUD by phone at 706- 312-4132 for copies of this information. Augusta Utilities Department Standard Specifications November 2014 Page 25 of 25 I Date: August 26,2002 First Use Date 2001 Specifications:November 1,2002 Revised: January 16,2003 Revised:August 1,2003 Revised April 1,2004 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 167—Water Quality Monitoring Add the following: 167.1 General Description This Specification establishes the Contractor's responsibility to meet the requirements of the National Pollutant Discharge Elimination System(NPDES)Infrastructure Permit No.GAR 100002 as it pertains to Part IV.Erosion,Sedimentation and Pollution Control Plan. 167.1.01 Definitions Qualified Personnel—Qualified personnel are defined as persons who have successfully completed the Department's WECS Certification Course and maintain a current WECS certification card. 167.1.02 Related References A. Standard Specifications Section 161—Control of Soil Erosion and Sedimentation B. Referenced Documents NPDES Infrastructure Permit No.GAR 100002,Part IV WECS Certification Course Environmental Protection Divisions Rules and Regulations(Chapter 391-3-26) OCGA 12-7 167.1.03 Submittals General Provisions 101 through 150 167.2 Materials General Provisions 101 through 150. 167.2.01 Delivery,Storage,and Handling General Provisions 101 through 150. 167.3 Construction Requirements 167.3.01 Personnel Use qualified personnel to perform all monitoring,sampling,inspections,and rainfall data collection. Use the Contractor designated WECS or select a prequalified consultant from the Qualified Consultant List(QCL)to perform water quality monitoring. Ensure that monitoring consultants' employees who perform monitoring,sampling,inspections,and rainfall data collection are WECS Certified. 167.3.02 Equipment Provide equipment necessary to complete the Work or as directed. 167.3.03 Preparation General Provisions 101 through 150. 167.3.04 Fabrication General Provisions 101 through 150. 167.3.05 Construction A. General Perform inspections,rainfall data collection,testing of samples,and reporting the test results on the project according to the requirements in Part IV of the NPDES Infrastructure permit and this Specification. Take samples manually or with the use of automatic 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.B. B. Inspections Have the Engineer inspect the installation and condition of each erosion control device required by the erosion control plan within seven days after initial installation.Have this inspection performed for each stage of construction when new devices are installed.Correct all deficiencies reported by the Engineer within two business days. Ensure inspections are conducted by the WECS or qualified personnel on the areas and at the frequencies listed below. Document all inspections on form DOT-EC-1. 1. Daily: a. Petroleum product storage,usage and handling areas b. All locations where vehicles enter/exit the site 2. Weekly and after Rainfall Events: Conduct inspections on these areas every seven calendar days and within twenty-four hours after the end of a rainfall event that is 0.5 in(13 mm)or greater: a. Disturbed areas not permanently stabilized b. Material storage areas c. Structural control measures,Best Management Practices(BMPs) d. Water quality monitoring locations and equipment 3. Monthly: Once per month,inspect all areas where final stabilization has been completed.Look for evidence of sediments or pollutants entering the drainage system and or receiving waters.Inspect all erosion control devices that remain in place to verify the maintenance status and that the devices are functioning properly. Continue these inspections until the Notice of Termination is submitted. C. Reports: 1. Inspection Reports: Summarize the results of inspections noted above in writing on form DOT-EC-1. Include the following information: 1. • Date(s)of inspection 2. • Name of personnel making inspection 3. • Status of devices 4. • Observations 5. • Action taken 6. • Signature of personnel making the inspection 7. • Any incidents of non-compliance 8. 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 WECS or qualified personnel of any additional items to be added to the inspection report. Correct any items listed in the inspection report that require routine maintenance or correction within twenty-four hours of notification. Assume responsibility for all costs associated with additional sampling as specified in Part IV.D.5.d.3.(c)and Part IV.D.5.d.3.(d),of the NPDES GAR 100002 permit if either of these conditions arise: 9. • BMPs shown in the Plans are not properly installed and maintained,or 10. • 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 6) Project number and county 7) Whether the sample was taken by automatic sampler or manually(grab sample) b. Report Requirements with No Qualifying Rainfall Events When no qualifying rainfall event occurs during item 1 or 2(whichever comes first):Submit a report that states "No qualifying rainfall event occurred and no samples were taken." 1) Clearing and Grubbing is complete and 90 days have passed without a qualifying rainfall event occurring in the drainage area selected as the representative sampling location. 2) Clearing and Grubbing is complete and the mass grading has been completed without a qualifying rainfall event occurring in the drainage area selected as the representative sampling location. Submit this summary to the Engineer within 7 working days after the mass grading is complete or within 97 days of the completion of clearing and grubbing(whichever applies). c. Test Results Provide monitoring test results to the Engineer within 48 hours of the samples being analyzed.This notification may be verbal or written.This notification does not replace the monitoring summary. 3. Rainfall Data Reports Record the measurement of rainfall once each twenty-four hour period.Measure rainfall data at the active phase of construction on the site. Project rain gauges and those used to trigger the automatic samplers are to be emptied after every rainfall event. This will prevent a cumulative effect and prevent automatic samplers from taking samples even though the rainfall event was not a qualifying event. Submit a written weekly report,signed by the WECS,to the Engineer showing the rainfall data for each day.The daily rainfall data supplied by the WECS to the Engineer will be the official rainfall data for the project. 167.3.06 Quality Acceptance General Provisions 101 through 150. 167.3.07 Contractor Warranty and Maintenance General Provisions 101 through 150. 167.4 Measurement The work required in the Inspection and Report sub-sections will be measured for payment. When the monitoring location is a receiving water,the upstream and downstream samples constitute one sample. When the monitoring location is an outfall,a single outfall sample constitutes one sample. 167.4.01 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. The Department will not pay for samples taken and analyzed for rainfall events that are not qualifying events as compared to the daily rainfall data supplied by the WECS. Water Quality Inspections per month is full compensation for performing the requirements of the inspection section of the NPDES permit and this Specification,any and all necessary incidentals,and providing results of inspections to the Engineer, within the time frame required by the NPDES Infrastructure permit,and this Specification. Water Quality inspections will be paid for per month. Payment will be made under: Item No. 167 Water quality inspections Per 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. A A