Loading...
HomeMy WebLinkAboutMARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II G E� O R G I A MARVIN GRI F N ROAD 11MPROV1HM ]HN 9 PHASF II PROJECT # : 323 -04 -296823603 Augusta, GA Engineering Department POC: Abie L. Ladson, PE, CPESC, Director- Engineering '''''''''. :. _ .rte _.. g 4,111---- ( _(:. IN () R ( I A MARVIN GRIFFIN ROAD IMPROVEMENTS PHASE H PROJECT NUMBER: 323-04-296823603 CONTENTS INVITATION TO BID INSTRUCTIONS TO BIDDERS GEORGIA PROMPT PAY ADDENDUMS AGREEMENT PROPOSAL CONTRACTOR'S DOCUMENTS 4 ATTACHMENT B 4. SUBCONTRACTOR AFFIDAVIT/NON-COLLUSION AFFIDAVITS 4 BONDS/INSURANCE SPECIAL CONDITIONS GENERAL CONDITIONS GENERAL NOTES TECHNICAL SPECIFICATIONS: 4 GDOT SPECIAL PROVISIONS-TRAFFIC CONTROL 4 WATER SYSTEM PROJECT-MEASUREMENTS& PAYMENTS 116 WATER DISTRIBUTION SYSTEM (SECTION 14.2) +4 WATER QUALITY MONITORING Augusta, GA Engineering Department INVITATION TO BID MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 Invitation to Bid Sealed bids will be received at this office until Tuesday,September 13,2016 @ 3:00 p.m.for furnishing: Bid Item#16-222 Marvin Griffin Road Improvements—Phase II 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$425.00. 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 4,2016. 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. A Pre Bid Conference will be held on Friday,August 26, 2016 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street,Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday,August 30,2016 @ 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 4,11,18,25,2016 Metro Courier August 10,2016 Augusta, GA Engineering Department INSTRUCTIONS TO BIDDERS MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 L 1 MARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II PROJECT NUMBER: 323-04-296823603 INSTRUCTION TO BIDDERS IB-01 GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Purchasing Department, 535 Telfair Street, building 4000, 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 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 IB-1 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II IB-06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5)firms or corporations for which the bidder has done similar work. IB-07 PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the owner for the use of the owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the owner harmless from all cost and charges that may accrue on account of the owner performing the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof, a certified and effectively dated copy of the power of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. I B-3 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II Augusta, GA Engineering Department E G ORGIA PROMPT PAY MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 r MARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II PROJECT NUMBER: 323-04-296823603 GEORGIA PROMPT PAY ACT This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, writings, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta, GA 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, GA must be furnished to the Engineer. PPA-1 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II Augusta, GA Engineering Department ADDENDUMS MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 �'eaaarna,+etaa4Ornenn G F' O 'R G I A Pesie Ana, a . MAILED/FAXED TO: All Vendors Nancy Williams, Quality Assurance Analyst Able Ladson, Engineering Department FROM: Geri Sams Procurement Director z;44y� DATE: September 9, 2016 SUBJ: New Bid Opening Date and New Last Day for Questions BID ITEM: Bid Item 16-222 Marvin Griffin Road Improvements— Phase II for Engineering Department NEW BID OPENING DATE: Thursday, October 6, 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 #16-222 Marvin Griffin Road Improvements — Phase II has been changed: From: Tuesday, September 13, 2016 @ 3:00 p.m. To: Thursday, October 6, 2016 @ 3:00 p.m. The Last Day for Questions for Bid Item#16-222 Marvin Griffin Road Improvements—Phase II has been changed: From: Tuesday, August 30, 2016 @ 5:00 p.m. To: Thursday, September 22, 2016 @ 6:00 p.m. Please acknowledge addendum in your submittal END ADDENDUM Room 605- 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-2811 $ Scan this OR code with your }'t smart hone or camera equipped www.augustaga.gov P e9 PPS Register at www.demandstar.com/supplier for automatic bid notification �'fiel a o tablet to visit the Augusta.Georgia Addendum 1 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II Page 1 of 1 g orarcoemena-'90aotme zt G E'`-0 R ti 1 ''A P MAILED/FAXED TO: All Vendors Nancy Williams, Quality Assurance Analyst Abie Ladson, Engineering Department FROM: Geri Sams Procurement Director t/gNid DATE: September 21, 2016 SUBJ: New Last Day for Questions, Clarifications to the Specifications and Responses to Vendor's Questions BID ITEM: Bid Item 16-222 Marvin Griffin Road Improvements- Phase H for Engineering Department BID OPENING DATE: Thursday, October 6, 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. The Last Day for Questions for Bid Item #16-222 Marvin Griffin Road Improvements- Phase II has been changed: From: Thursday, September 22, 2016 @ 5:00 p.m. To: Monday, September 26, 2016 @ 5:00 p.m. Clarifications to the Specifications: • Please use revised Bid Forms in your submittal • Please note additional drawings attached. Responses to Vendor's Questions: 1. This project will require the successful contractor to provide Railroad Insurance. In order for us to get an accurate cost for this, we need to know the following information: a. Construction Limits (DOT Crossing#, RR Milepost#, Job#) b. Number of RR Tracks c. Number of trains per day d. Passenger or freight trains RPleas provide this information. oom 6W- 535 i e1 air Street,Augusta Georgia 30901 0 0 Scan this QR code with your:$ (706)821-2422-Fax(706)821-2811 - •••� smartphone or camera equipped www.augustaga.gov Register at www.demandstar.com/supplier for automatic bid notification o ' n ' tablet to visit the Augusta,Georgia Addendum 2 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II Page 1 of 3 Response: a. DOT Inventory Number: 732969H a. RR Milepost Number: D 0126.40 a. Job Number: b. Number of Tracks: 1 c. Number of Trains/day 0 Passenger; 4 Freight(1:Gam-bpm/3: 6pm-6am) d. Passenger or Freight: Freight 2. Has AT&T moved their conflicting utilities? Response: AED is coordinating with AT&T. 3. In GC-68, it states that there will be a Field Office. Will a Field Office be required? If so, where is this to be paid? Response: YES—pay item added 4. The contract states that the contractor will be required to furnish As-Built plans and will be paid for in the "As-built" pay item. There is not an "As-built" pay item in the contract. Please advise. Response: Include in Grading Complete(pay item 210-0100) 5. In the general conditions, you say that we need to reestablish property pins and needs to be included on the As-built plans. Is this the case?Where is this to be paid. Response: Include in Grading Complete (pay item 210-0100) 6. In the special Conditions, SC-19, it claims that contractor will be required to pay the City of Augusta employees if the contractor works at any time outside of"Monday-Friday, 8 a.m. to 5 p.m.". Will this be required? Response: Not required for this project 7. It also states in SC-19, that City of Augusta has to be notified in advance of the contractor working after hours. How far in advance does this need to occur? Response: 48 hours 8. In SC-19, if the City of Augusta employees have to be paid, at what rate are they paid? Response: See response to Question six(6). 9. Will all construction testing be paid for by the owner as stated in the general conditions? Response: Owner responsibility is only for material testing. Contractor is responsible for material QA/QC and all other needed monitoring &testing. 10. In section GC-14, you state that the backfill of sand will not be done with flooding or jetting without written permission. Since there is a real possibility that the existing material on this project is sand and we cannot backfill by flooding or jetting, how will compaction be achieved? Response: As directed by the Engineer. 11. In GC-51, you ask that the contractor provide a Builders Risk policy for this project. Is this required? Response: Yes. 12. In the construction contract that the successful contractor will have to sign, it states that the warranty will be for 12 months; however, in the general conditions, GC-59 it states 18 months. Which shall govern? Response: 18 months 13. In GC-65, what needs to be included in the "As-Builts"? Response: All improvements including underground and above ground utilities 14. In GC-81, will the contractor be required to do all the NPDES testing? Response: Yes and submit a copy of results to owner or owner representative. Addendum 2 Bid Item#16-222 Marvin Griffin Road Improvements-Phase II Page 2 of 3 15. It states in GC-8l that the NPDES testing will be paid for in the Lump Sum Construction item. There is no Lump Sum construction item. Please advise. Response: It is covered under pay items 167-1000 & 167-1500 16. In the special conditions, SC-03, it states that the project signs will be paid for in the Lump Sum construction bid item. There is currently no bid item for Lump Sum construction. Please advise. Response: Include in Grading Complete(pay item 210-0100) 17. In General Conditions, GC-28, it states that removal and relocation of existing mailboxes will be paid for in the Lump Sum Construction item. There is not a Lump Sum Construction item. Please advise. Response: Include in Grading Complete(pay item 210-0100) 18. On the cross sections, you provide a note on the bottom of the page, "see driveway profile or construction plan sheets for grading details".Are the cross sections or are the construction plans to be used to determine the grading on this project? Response: Cross Sections should be used to determine grading along the roadway; top of pavement(TP) elevations should be used when grading at intersecting streets without cross sections and at commercial driveways where TP grades are shown. 19. Can the engineer provide cross-sections for the outfalls; there is none on the plans? Response: Proctor&Gamble Outfall ditch to be graded according to detail provided on Sheet 36. Cookie Road Outfall to be graded based on proposed contours shown on Sheet 39. 20. Does the water line on the right hand side of the roadway need to be removed on this project. If so,what is the limits of removal and how is it to be paid? Response: Refer to Water and Sewer Relocation Plans added by addendum attached. 21. Sta. 38+70 on page 22 and Sta. 50+45& 51+90 on page 25 of the plans, shows an existing AT&T structure in the roadway. Is this to be removed or adjusted? Is this the contractor's responsibility or AT&T? How is it to be paid? Response: AT&T is responsible. 22. On pages 37-39 of the plans, the removal/replacement of the Asphalt on Cookie Road has no typical section for repair. Can this be provided? How is it to be paid? Response: Pavement section for replacement is stipulated in the General Notes (Sheet 4). 23. The staging plan shows temporary paving to be installed. Can you provide a typical section for this and how is this to be paid? Response: Temporary pavement section: Asphaltic Concrete, 12.5mm Superpave, 165 LBIYD2 Asphaltic Concrete, 19mm Superpave, 330 LB/YD2 Graded Aggregate Base Course, 6 inches Paid for at respective unit prices 24. On sheets 216-217, there is a Sanitary Sewer line from Sta. 28+75 to 32+50 Right that is to be removed and replaced? If so, how is it paid? Response: Refer to Water and Sewer Relocation Plans added by addendum. 25. On sheets 220-221, there is a Sanitary Sewer line from Sta.75+25 to 80+00 Right that is to be removed and replaced? If so, how is it paid? Response: Refer to Water and Sewer Relocation Plans added by addendum attached. Please acknowledge addendum in your submittal END ADDENDUM ATTACHMENTS: REVISED BID FORMS(PAGES 12) DRAWINGS(PAGES 24) Addendum 2 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II Page 3 of 3 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 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: MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 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 460 CALENDAR DAYS. The undersigned acknowledges receipt of the following addenda: Addendum Number: Addendum Date: Respectfully submitted: (Name of Firm) (Business Address) By: Title: Page 1 of 12 AED Marvin Griffin Rd Improvements,Phase 11 Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 MARVIN GRIFFIN'Rid 1I�: 11PROVEM NTS PROJECT,PHASE II PAY ITEM DESCRIPTION UNITS QTY UNIT PRICE AMOUNT 001-1000 FORCE ACCOUNT LUMP 1 400,000.00 400,000.00 ROADWAY: PAY ITEM DESCRIPTION UNITS QTY UNIT PRICE AMOUNT 150-1000 TRAFFIC CONTROL LUMP 1 150-1300 FIELD OFFICE LUMP 1 201-1500 CLEARING&GRUBBING LUMP 1 207-0203 FOUNDATION BACKFILL MATERIAL,TYPE II CY 6,500 210-0100 GRADING COMPLETE** LUMP 1 GRADED AGGREGATE BASE COURSE,6 IN.INCLUDING 310-5060 MAIL SY 2,300 GRADED AGGREGATE BASE COURSE,8 IN.INCLUDING 310-5080 MATL SY 25,000 318-3000 AGGREGATE SURFACE COURSE TON 2,500 RECYCLED ASPHALTIC CONCRETE PATCHING,INCL. 402-1802 BITUM,MATERIAL,&H LIME TON 280 RECYCLED ASPHALTIC CONCRETE LEVELING,INCL. 402-1812 BITUM.MATERIAL&H.LIME TON 7,500 RECYCLED ASPHALTIC CONCRETE,25mm SUPERPAVE, 402-3121 GP1 OR 2,INCL.BITUM.MATERIAL&H.LIME TON 4,600 RECYCLED ASPHALTIC CONCRETE, 12.5mm SUPERPAVE, 402-3130 GP 2 ONLY,INCL.BITUM.MATERIAL&H. LIME TON 5,280 RECYCLED ASPHALTIC CONCRETE, 19.0mm SUPERPAVE, 402-3190 GP1 OR 2,INCL.BITUM.MATERIAL&H.LIME TON 3,420 413-1000 BITUMINOUS TACK COAT GAL 21,500 441-0104 CONCRETE SIDEWALK,4 IN SY 4,500 441-4030 CONCRETE VALLEY GUTTER,8 IN SY 1,620 Page 2 of 12 AED Marvin Griffin Rd Improvements,Phase I1 Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 441-5002 CONCRETE HEADER CURB,6 IN,TP 2 LF 150 441-6222 CONCRETE CURB AND GUTTER,8 IN X 30 IN,TP 2 IF 17,000 446-1100 PVMT REINF FABRIC STRIPS,TP 2,18 INCH WIDTH IF 14,000 446-1200 PVMT REINF FABRIC FULL WIDTH,TYPE 2 SY 2,500 500-3800 CLASS A CONCRETE INCL REINF STEEL CY 3 500-9999 CLASS B CONCRETE BASE OR PAVEMENT WIDENING CY 200 550-1150 STORM DRAIN PIPE,15 IN,H 1-10 LF 100 550-1180 STORM DRAIN PIPE,18 IN,H 1-10 LF 9,000 550-1240 STORM DRAIN PIPE,24 IN,H 1-10 LF 1,910 550-1300 STORM DRAIN PIPE,30 IN,H 1-10 LF 4,700 550-1360 STORM DRAIN PIPE,36 IN,H 1-10 LF 40 550-1480 STORM DRAIN PIPE,36 IN,HDPE(N-12 ST-1B) LF 2,300 550-4218 FLARED END SECTION,18 IN,STORM DRAIN EA 2 550-4224 FLARED END SECTION,30 IN,STORM DRAIN EA 1 550-4242 FLARED END SECTION,36 IN,STORM DRAIN EA 3 UNDERDRAIN PIPE INCLUDING DRAINAGE AGGREGATE, 573-2006 6 IN LF 2,200 610-0100 REMOVE BARBED WIRE FENCE IF 20 610-0200 REMOVE CHAIN LINK FENCE,ALL SIZES&TYPES LF 1,620 REMOVE CHAIN LINK FENCE,6 FT W/BARBED WIRE& 610-0215 EXT.ARMS LF 525 Page 3 of 12 AED Marvin Griffin Rd Improvements,Phase II Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 610-0959 REMOVE PIPE—15 INCH LF 870 610-0959 REMOVE PIPE—18 INCH IF 2,130 610-0959 REMOVE PIPE—24 INCH IF 200 610-0959 REMOVE PIPE—30 INCH IF 110 615-1000 JACK OR BORE PIPE—42 INCH LF 90 615-1000 JACK OR BORE PIPE—52 INCH IF 85 643-1132 CHAIN LINK FENCE,ZC.COAT,4 FT,9 GA LF 1,540 643-1152 CHAIN LINK FENCE,ZC.COAT,6 FT,9 GA LF 80 CHAINK LINK FENCE W/EXT.ARMS&BARBED WIRE,ZC. 643-2152 COAT,6 FT,9 GA LF 525 643-8105 BARBED WIRE FENCE,5 STRAND LF 20 668-1100 CATCH BASIN,GROUP 1 EA 79 668-1110 CATCH BASIN,GROUP 1,ADDL DEPTH LF 45 668-2100 DROP INLET,GROUP 1 EA 76 668-2110 DROP INLET,GROUP 1,ADDL DEPTH LF 5 668-2200 DROP INLET,GROUP 2 EA 1 668-4300 STORM SEWER MANHOLE,TYPE 1 EA 23 STORM SEWER MANHOLE,TYPE 1,ADDITIONAL DEPTH, 668-4311 CLASS 1 LF 11 STORM SEWER MANHOLE,TYPE 1,ADDITIONAL DEPTH, 668-4312 CLASS 2 LF 82 668-6106 TRENCH DRAIN,6 INCH LF 40 Page 4 of 12 AED Marvin Griffin Rd Improvements, Phase II Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 ROADWAY cont. PAY PAY ITEM PAY ITEM PAY ITEM ITEM PAY ITEM PAY ITEM 670-7000 STEEL CASING—42 INCH IF 90 670-7000 STEEL CASING—52 INCH LF 85 BOLLARD EA 7 ROADWAY SUBTOTAL TEMPORARY EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 163-0232 TEMPORARY GRASSING AC 10 163-0240 MULCH TON 350 163-0300 CONSTRUCTION EXIT EA 6 163-0501 CONSTRUCT AND REMOVE SILT CONTROL GATE,TYPE 1 EA 4 CONSTRUCT AND REMOVE BALED STRAW EROSION 163-0529 CHECK LF 250 163-0550 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP EA 180 MAINTENANCE OF TEMPORARY SILT FENCE, 165-0010 TP A IF 10,500 MAINTENANCE OF TEMPORARY SILT FENCE, 165-0030 TPC LF 200 165-0071 MAINTAIN BALED STRAW EROSION CHECK LF 125 165-0085 MAINTENANCE OF SILT CONTROL GATE,TYPE 1 EA 4 165-0101 MAINTENANCE OF CONSTRUCTION EXIT EA 6 165-0105 MAINTENANCE OF INLET SEDIMENT TRAP EA 180 Page 5 of 12 AED Marvin Griffin Rd improvements,Phase 11 Addendum#1-Bid item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 TEMPORARY EROSION CONTROL cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 167-1000 WATER QUALITY MONITORING AND SAMPLING EA 4 167-1500 WATER QUALITY INSPECTIONS MO 30 171-0010 TEMPORARY SILT FENCE,TYPE A LF 21,000 171-0030 TEMPORARY SILT FENCE,TYPE C LF 400 TEMPORARY EROSION CONTROL SUBTOTAL RETAINING WALL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 500-3201 CLASS B CONCRETE,RETAINING WALL CY 110 511-1000 BAR REINFORCING STEEL LB 9,000 515-2015 GALVANIZED STEEL PIPE HANDRAIL LF 310 530-1003 WATERPROOFING SY 210 RETAINING WALL SUBTOTAL TRAFFIC SIGNALS,SIGNING AND STRIPING: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT HIGHWAY SIGNS,TYPE 1 MATERIAL-REFLECTIVE 636-1020 SHEETING TYPE 3 SF 120 HIGHWAY SIGNS,TYPE 1 MATERIAL-REFLECTIVE 636-1031 SHEETING TYPE 6 SF 120 636-2070 GALVANIZED STEEL POSTS,TYPE 7 LF 60 Page 6 of 12 AED Marvin Griffin Rd Improvements,Phase II Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 TRAFFIC SIGNALS,SIGNING AND STRIPING cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 636-2080 GALVANIZED STEEL POSTS,TYPE 8 LF 500 639-3004 STRAIN POLE,TYPE IV WITH 65/65 FOOT MAST ARMS EA 1 639-3004 STRAIN POLE,TYPE IV WITH 65 FOOT MAST ARMS EA 2 639-3004 STRAIN POLE,TYPE IV WITH 60/65 FOOT MAST ARMS EA 1 639-3004 STRAIN POLE,TYPE IV WITH 50 FOOT MAST ARMS EA 1 647-1000 TRAFFIC SIGNAL INSTALLATION NO.1 LS 1 647-1000 TRAFFIC SIGNAL INSTALLATION NO.2 LS 1 647-2150 PULL BOX,TYPE 5 EA 2 647-3000 INTERNAL ILLUMINATED STREET SIGN EA 7 652-5451 SOLID TRAFFIC STRIPE,5 IN,WHITE LF 36,000 652-5452 SOLID TRAFFIC STRIPE,5 IN,YELLOW LF 33,000 THERMOPLASTIC PAVEMENT MARKING,RR-HWY 653-0100 CROSSING SYMBOL EA 4 653-0120 THERMOPLASTIC PAVEMENT MARKING,ARROW TP 2 EA 40 THERMOPLASTIC PAVEMENT MARKING,ARROW 653-0130 TYP 3 EA 8 653-0210 THERMOPLASTIC PAVEMENT MARKING,WORD TP 1 EA 15 653-0220 THERMOPLASTIC PAVEMENT MARKING,WORD TP 2 EA 3 653-1501 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,WHITE IF 20,000 653-1502 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,YELLOW LF 21,000 THERMOPLASTIC SOLID TRAFFIC STRIPE, 653-1704 24 IN,WHITE LF 700 Page 7 of 12 AED Marvin Griffin Rd Improvements,Phase 11 Addendum#1-Bid/tem#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 TRAFFIC SIGNALS.SIGNING AND STRIPING cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 653-1804 THERMOPLASTIC SOLID TRAFFIC STRIPE,8 IN,WHITE LF 1,500 653-3501 THERMOPLASTIC SKIP TRAFFIC STRIPE,5 IN,WHITE GLF 17,300 653-3502 THERMOPLASTIC SKIP TRAFFIC STRIPE,5 IN,YELLOW GLF 1,650 653-6004 THERMOPLASTIC TRAFFIC STRIPING,WHITE SY 50 653-6006 THERMOPLASTIC TRAFFIC STRIPING,YELLOW SY 1,500 682-6233 CONDUIT,NONMETAL TP 3,2 INCH LF 1,900 682-9950 DIRECTIONAL BORE—5 INCH LF 205 682-9950 DIRECTIONAL BORE—7 INCH LF 100 682-9950 DIRECTIONAL BORE—9 INCH LF 110 687-1000 TRAFFIC SIGNAL TIMING LS 1 TRAFFIC SIGNALS,SIGNING AND STRIPING SUBTOTAL PERMANENT EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 603-2180 STONE DUMPED RIP-RAP,TYPE 3,12 IN SY 80 603-7000 PLASTIC FILTER FABRIC SY 80 700-6910 PERMANENT GRASSING AC 5 700-7000 AGRICULTURAL LIME TN 10 700-8000 FERTILIZER MIXED GRADE TN 1 Page 8 of 12 AED Marvin Grin Rd Improvements,Phase 11 Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 PERMANENT EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 700-8100 FERTILIZER NITROGEN CONTENT LB 250 PERMANENT EROSION CONTROL SUBTOTAL UTILITY—WATER AND SEWER: UTILITY—WATER: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 4"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2 MAIN CLASS 350,STANDARD JOINT 110 IF 16"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2B MAIN CLASS 350,STANDARD JOINT 5,349 LF 6"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2C MAIN CLASS 350,RESTRAINED JOINT 237 LF 8"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2D MAIN CLASS 350,RESTRAINED JOINT 476 LF 10"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2E MAIN CLASS 350,RESTRAINED JOINT 28 LF 12"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2F MAIN CLASS 350,RESTRAINED JOINT 124 LF 16"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2G MAIN CLASS 350,RESTRAINED JOINT 2,715 LF JACK AND BORE 8"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 6" DIAMETER, FIELD LOK DUCTILE IRON CARRIER PIPE, W-3A END SEALS,CLASS 350 INCLUDED 106 LF JACK AND BORE 12"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 8" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, W-3B END SEALS,CLASS 350 INCLUDED 60 LF JACK AND BORE 16"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 12" DIAMETER, FIELD LOK DUCTILE IRON CARRIER PIPE, W-3C END SEALS,CLASS 350 INCLUDED 96 LF JACK AND BORE 24"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.375 INCH,WITH 16" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, W-3D END SEALS,CLASS 350 INCLUDED 259 LF Page 9 of 12 AED Marvin Griffin Rd Improvements,Phase II Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 UTILITY—WATER cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT JACK AND BORE 30"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.375 INCH,WITH 16" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, W-3E END SEALS,CLASS 350 INCLUDED 90 LF W-4 MISCELLANEOUS PIPE FITTINGS AND CONNECTIONS 27850 LBS FIRE HYDRANT,INSTALLED COMPLETE WITH VALVE, LEAD PIPE,JOINT RESTRAINT,AND BLOCKING(16X6 W-5 TEE) 18 EA FIRE HYDRANT,INSTALLED COMPLETE WITH VALVE, W-5a LEAD PIPE,JOINT RESTRAINT,AND BLOCKING(8X6 TEE) 1 EA 6"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7A INSTALLED,COMPLETE,OPEN RIGHT/LEFT 9 EA 8"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7B INSTALLED,COMPLETE,OPEN RIGHT/LEFT 4 EA 10"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7C INSTALLED,COMPLETE,OPEN RIGHT/LEFT 2 EA 12"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7D INSTALLED,COMPLETE,OPEN RIGHT/LEFT 1 EA 16"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7E INSTALLED,COMPLETE,OPEN RIGHT/LEFT 8 EA 24"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7F INSTALLED,COMPLETE,OPEN RIGHT/LEFT 2 EA 16"AIR RELEASE VALVE,INCLUDING 4"DIAMETER W-9 PRECAST CONCRETE MANHOLE,INSTALLED,COMPLETE 7 EA 14"X14"TAPPING SLEEVE,VALVE,VALVE BOX, W-10 COMPLETE 1 EA NEW 1"LONG SIDE WATER SERVICE, INSTALLED, W-13 INCLUDING RE-CONNECTION,COMPLETE 2 EA NEW 2"LONG SIDE WATER SERVICE,INSTALLED, W-13A INCLUDING RE-CONNECTION,COMPLETE 2 EA NEW 1"SHORT SIDE WATER SERVICE,INSTALLED, W-14 INCLUDING RE-CONNECTION,COMPLETE 1 EA NEW 2"SHORT SIDE WATER SERVICE,INSTALLED, W-14A INCLUDING RE-CONNECTION,COMPLETE 6 EA W-15 POLYETHYLENE WRAP OF DUCTILE IRON WATER MAIN 650 LF W-16A TIE-IN TO EXISTING LINE-4" 2 EA Page 10 of 12 AED Marvin Griffin Rd Improvements,Phase 11 Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 UTILITY—WATER cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT W-16B TIE-IN TO EXISTING LINE-6" 7 EA W-16C TIE-IN TO EXISTING LINE-8" 4 EA W-16D TIE-IN TO EXISTING LINE-10" 1 EA W-16E TIE-IN TO EXISTING LINE-12" 2 EA UTILITY—SEWER: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350,DEPTH 6'TO 8', INCLUDING TYPE II(NO.67 S-1A STONE)BEDDING MATERIAL 335 LF 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350, DEPTH 8'TO 10', INCLUDING TYPE II(NO.67 S-1B STONE)BEDDING MATERIAL 170 LBS 10"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350,DEPTH 8'TO 10',INCLUDING TYPE II(NO.67 S-1C STONE)BEDDING MATERIAL 372 LF 8" DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350,DEPTH 10'TO 12',INCLUDING TYPE II(NO. S-1D 67 STONE)BEDDING MATERIAL 230 LF 18"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 300,DEPTH 8'TO 10',INCLUDING TYPE II(NO.67 S-1E STONE)BEDDING MATERIAL 347 LF 18"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 300,DEPTH 10'TO 12', INCLUDING TYPE II(NO. S-1F 67 STONE)BEDDING MATERIAL 479 LF 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350,RESTRAINED JOINT,DEPTH 0'TO 6', 5-3 INCLUDING TYPE II(NO.67 STONE)BEDDING MATERIAL 120 LF JACK AND BORE 12"DIAMETER STEEL CASING, MINIMUM WALL THICKNESS 0.219 INCH,CARRIER PIPE INCLUDED,8"DIAMETER,FIELD LOK DUCTILE IRON SANITARY SEWER PIPE,CLASS 350,RESTRAINED JOINT, S-4 END SEALS 80 LF S-5 MISCELLANEOUS PIPE FITTINGS AND CONNECTIONS 1400 LBS PRE-CAST SANITARY MANHOLE,GA DOT STD 1011A, S-6 TYPE 1,DEPTH 0'TO 6'(48"DIAMETER) 11 EA Page 11 of 12 AED Marvin Griffin Rd Improvements,Phase 11 Addendum#1-Bid Item#16-222 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ADDITIONAL SANITARY MANHOLE DEPTH,TYPE 1, S-7 DEPTH CLASS 1(48"DIA.) 60 LF DOGHOUSE/CONNECTOR MANHOLE,INCLUDING BASE, S-11 CONE,AND RING AND COVER(48"DIAMETER) 3 EA CUT AND ABANDON EXISITNG SANITARY SEWER, S-17 DIAMETER VARIES 6 EA P-1 ASPHALT OVERLAY,TYPE F, 1%"THICK MINIMUM 125 SY GRADED AGGREGATE BASE,1014"THICK,7'WIDE AND ASPHALT PATCH 2V:"THICK, INCLUDING REMOVAL OF 23/2"GAB AND PLACEMENT OF BITUMINOUS TACK P-2 COAT 130 SY MICRODUCT 18/14 MMX4 CONDUIT BY DURA-LINE OR M-7 APPROVED EQUAL 11035 LF UTILITY-WATER&SEWER SUBTOTAL **GRADING COMPLETE: Includes any work without a specific pay item such as:cut&fill and borrow material,constructing shoulder and subgrade,finish grading,removal and disposal of roadway items,demolition,construction layout,removal resetting values,meter boxes,saw cut asphalt edges,remove or reset existing storm&sanitary structures&pipe,fine grading,as-built,bonds&insurance,mob/demob LS(Lump Sum)—Attach itemized break of lump sum amount on a separate sheet. ROADWAY: $ TEMPORARY EROSION CONTROL: $ RETAINING WALL: $ TRAFFIC SIGNALS,SIGNING AND STRIPING: $ PERMANENT EROSION CONTROL: $ UTILITY-WATER&SEWER: $ PROJECT GRAND TOTAL: $ Page 12 of 12 AED Marvin Griffin Rd Improvements,Phase II Addendum#1-Bid Item#16-222 r / i ', woomesnt aetzt G E'..d R .G I <'A P ar t or MAILED/FAXED TO: All Vendors Nancy Williams, Quality Assurance Analyst Abie Ladson, Engineering Department FROM: Geri Sams Procurement Director DATE: October 5, 2016 SUBJ: New Bid Opening Day, Clarifications to the Specifications and Responses to Vendor's Questions BID ITEM: Bid Item 16-222 Marvin Griffin Road Improvements— Phase II for Engineering Department NEW BID OPENING DATE: Thursday, October 13, 2016 @ 3:00 p.m. ADDENDUM 3 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 #16-222 Marvin Griffin Road improvements — Phase II 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: When you are instructed to ADD, DELETE, or MAKE CHANGES to A BID ITEM PAGE OR PAGES, these additions, deletions, or changes MUST be made on the bid item pages you submit with your bidding proposal. CHANGES TO OTHER PAGES When you are instructed to DELETE something which is NOT on a Bid Item Page, you may line through the text diagonally and/or print or write the word "DELETE"on the text being deleted. Physically removing the page(s)is not necessary. When you are instructed to ADD A NON-BID ITEM PAGE(S). OR PORTIONS THEREOF, you MUST CONSIDER it/them in developing your bid. Room 605- 535 Telfair Street,Augusta Georgia 30901 0 :$� 0 Scan this QR code with your (706)821-2422-Fax(706)821-2811 ••••+'; smartphone or camera equipped www.augustaga gov • • it • tablet to visit the Augusta,Georgia Register at www.demandstar.com/supplier for automatic bid notification [� a Addendum 3 Bid Item#16-2221;1 n Road Improvements—Phase II Page 1 of 4 • Please replace the existing Measurement and Payment section with the attached section dated 2016. • Please replace the Bid Proposal with revised Bid Proposal attached to Addendum 3 • Existing water line is to be abandoned in place, cut and capped. No separate pay item is provided for this work. • Drawing U2. Disregard the Bid Proposal included on this sheet. Only the Bid Proposal attached to this Addendum or subsequent revisions is acceptable. • Drawing U5. Note that there is not an existing 6"water line at Station 218+35. Please omit the 16"X6"Tee and 40 LF of RJ 16" DIP between 218+15 and 218+55. • Drawing U17. (Please note the following modifications to stationing/section references) • 8"Water©Sta 231+78, please change to: 8"Water©Sta 231+78(Refer to Sheet U7 for plan location) • 12" Water @ Sta 37+36, please change to: 12"Water©Sta 235+10 (Refer to Sheet U7 for plan location) • 8"Water©Sta 48+10, please change to: • 8"Water @ Sta 245+90(Refer to Sheet U9 for plan location) • 10"Water @ Sta 56+00, please change to: • 10"Water @ Sta 253+75(Refer to Sheet U10 for plan location) • Drawing U18.(Please note the following modifications to stationing/section references) • 6"Water©Sta 59+86, please change to: 6"Water @ Sta 257+70(Refer to Sheet U10 for plan location) • 6"Water©Ste 61+40, please change to: • 6"Water @ Sta 259+25(Refer to Sheet U10 for plan location) • Drawing U19. Replace AUD Detail 1.2 Fire Hydrant Assembly(dated February 2016)with the attached AUD Detail 1.2 Fire Hydrant Assembly(dated September 2016). • The following bid schedule changes should be made as part of Addendum 3: • ADD 441-0204 PLAIN CONCRETE DITCH PAVING,4 IN Unit: SY Quantity: 40 • INCREASE 500-3107 CLASS A CONCRETE, RETAINING WALL from 110 to 200 • INCREASE 511-1000 BAR REINFORCING STEEL from 9000 to 12,000 • DECREASE 515-2015 GALVANIZED STEEL PIPE HANDRAIL from 310 to 280 • DELETE: 530-1003 WATERPROOFING • The following sheets have been revised and re-issued as part of Addendum 3: • Sheet 36 Procter and Gamble Outfall Ditch Plan • Sheet 39 Cookie Road Outfall Ditch Plan • Sheet 64 Staging Plan—Stage 1 • Sheet 7 Summary of Quantities • Sheet 8 Summary of Quantities • Sheet 12 Detailed Estimate • Sheet 16 Plan and Profile, Station 12+00 to Station 16+00 • Sheet 17 Plan and Profile, Station 16+00 to Station 20+00 • Sheet 41 Driveway Profiles • Sheet 321 Retaining Wall Details Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II Page 2 of 4 Responses to Vendor's Questions: 1. With the addition of a significant amount of utility work on this project, will the county be increasing the calendar days for completion of this project? Answer: Project duration extended. Project shall be completed within 610 calendar days 2. On the revised bid schedule (Addendum #2), Line item S-1 B on Page 11, the unit is in LBS. Should this be LF instead? Answer: This has been corrected; please see the attached revised (Water&Sewer) Bid Proposal. 3. On the revised bid schedule(Addendum#2); pages 9-12, the"QTY" and "UNIT" columns appear to be in the wrong columns. Please clarify. Answer: This has been corrected; please see the attached revised (Water& Sewer) Bid Proposal. 4. On the construction plans Sheets 182-208. There is a note at the bottom of each sheet that states, "See driveway profile or construction plan sheets for grading details". Please clarify this statement. Does this mean that the grading shown on these cross-section sheets is not correct or should not be used? Answer: The cross sections govern. Driveway profiles and plan sheet (top of pavement) spot grades provide additional grading requirements to tie in driveways. 5. On the revised bid schedule (Addendum#2), on page 12 there is no subtotal for pay item#001- 1000 "Force Account". Which subtotal does this need to be placed in or does there need to be a separate item for it? Answer: Please see revised Bid Proposal attached. 6. Will the City accept precast Knock out type boxes for the Storm sewer structures? Answer: Assume no for Bid Proposal purposes. 7. On sheet U2, "AUD Water Notes"#12, "All water meters will be purchased from AUD". What is this cost and how will it be paid? Answer: No new water meters are proposed for this project. Existing meters are to be relocated as noted on the drawings. 8. Will all water and sewer testing be paid for by the contractor and if so how will it be paid? Answer: Water and sewer testing is included in the LF price for installation of all pipe. There is no separate pay item for testing. 9. The revised utility plans show approximately 7 EA of 2"Air release valves. There is no pay item for these. Please clarify. Answer: This has been corrected; please see the attached revised(Water&Sewer) Bid Proposal. 10. There are approximately 7 existing fire hydrants that are shown to be removed; however, there is not a pay item. Please clarify. Answer: All abandoned fire hydrants are to be removed and returned to Augusta Utilities Department in working order. No separate pay item is provided for this work. 11. Are these removed fire hydrants to be turned over to the City or are they to be disposed of by the contractor? Answer: Please see previous response in Question#10. 12. There are several notes on the revised utility plans that reference to remove existing sanitary sewer manholes. How is this to be paid? Answer: This has been corrected; please see the attached revised (Water&Sewer) Bid Proposal. Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II Page 3 of 4 13. On the revised utility plan, sheet U16, references to "remove existing sewer line as required". How is this to be paid? Answer: This has been corrected; please see the attached revised (Water&Sewer) Bid Proposal. Use flowable fill as directed by AED Project Engineer. 14. Can you please clarify the width of the pavement removal of Cookie Road? The plans are not clear as to the extent of removal. Answer: Pavement is to be removed as required to install the storm sewer. 15. Please clarify where the full width pavement fabric is to be installed (Bid Item#446-1200). Answer: This item is set up to be used as directed by the engineer. 16. On sheet 321 of the construction plans, the chart"Retaining Wall Schedule" references letters"Hw", "S", etc. on the chart; however, these letters are not present on any drawing on this sheet. Please clarify. Answer: Refer to revised Sheet 321 issued as part of Addendum 3. Please acknowledge addendum in your submittal END ADDENDUM ATTACHMENTS: REVISED BID FORMS(PAGES 13) REVISED DRAWINGS(PAGES 10) FIRE HYDRANT ASSEMBLY(1 PAGE) REVISED MEASUREMENT AND PAYMENT SECTION(11 PAGES) Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II Page 4 of 4 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 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: MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 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 610 CALENDAR DAYS. The undersigned acknowledges receipt of the following addenda: Addendum Number: Addendum Date: Respectfully submitted: (Name of Firm) (Business Address) By: Title: Page 1 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase!! MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT,PHASE II PAY ITEM DESCRIPTION UNITS QTY UNIT PRICE AMOUNT 001-1000 FORCE ACCOUNT LUMP 1 400,000.00 400,000.00 ROADWAY: PAY ITEM DESCRIPTION UNITS QTY UNIT PRICE AMOUNT 150-1000 TRAFFIC CONTROL LUMP 1 150-1300 FIELD OFFICE LUMP 1 201-1500 CLEARING&GRUBBING LUMP 1 207-0203 FOUNDATION BACKFILL MATERIAL,TYPE II CY 6,500 210-0100 GRADING COMPLETE** LUMP 1 GRADED AGGREGATE BASE COURSE,6 IN.INCLUDING 310-5060 MATL SY 2,300 GRADED AGGREGATE BASE COURSE,8 IN.INCLUDING 310-5080 MATL SY 25,000 318-3000 AGGREGATE SURFACE COURSE TON 2,500 RECYCLED ASPHALTIC CONCRETE PATCHING,INCL. 402-1802 BITUM,MATERIAL,&H LIME TON 280 RECYCLED ASPHALTIC CONCRETE LEVELING,INCL. 402-1812 BITUM.MATERIAL&H. LIME TON 7,500 RECYCLED ASPHALTIC CONCRETE,25mm SUPERPAVE, 402-3121 GP1 OR 2,INCL.BITUM.MATERIAL&H. LIME TON 4,600 RECYCLED ASPHALTIC CONCRETE,12.5mm SUPERPAVE, 402-3130 GP 2 ONLY,INCL.BITUM.MATERIAL&H.LIME TON 5,280 RECYCLED ASPHALTIC CONCRETE,19.0mm SUPERPAVE, 402-3190 GP1 OR 2,INCL.BITUM.MATERIAL&H.LIME TON 3,420 413-1000 BITUMINOUS TACK COAT GAL 21,500 441-0104 CONCRETE SIDEWALK,4 IN SY 4,500 441-0204 PLAIN CONCRETE DITCH PAVING,4 IN SY 40 Page 2 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 441-4030 CONCRETE VALLEY GUTTER,8 IN SY 1,620 441-5002 CONCRETE HEADER CURB,6 IN,TP 2 LF 150 441-6222 CONCRETE CURB AND GUTTER,8 IN X 30 IN,TP 2 LF 17,000 446-1100 PVMT REINF FABRIC STRIPS,TP 2, 18 INCH WIDTH IF 14,000 446-1200 PVMT REINF FABRIC FULL WIDTH,TYPE 2 SY 2,500 500-3800 CLASS A CONCRETE INCL REINF STEEL CY 3 500-9999 CLASS B CONCRETE BASE OR PAVEMENT WIDENING CY 200 550-1150 STORM DRAIN PIPE, 15 IN,H 1-10 LF 100 550-1180 STORM DRAIN PIPE, 18 IN,H 1-10 LF 9,000 550-1240 STORM DRAIN PIPE,24 IN,H 1-10 LF 1,910 550-1300 STORM DRAIN PIPE,30 IN,H 1-10 LF 4,700 550-1360 STORM DRAIN PIPE,36 IN,H 1-10 LF 40 550-1480 STORM DRAIN PIPE,36 IN,HDPE(N-12 ST-18) LF 2,300 550-4218 FLARED END SECTION, 18 IN,STORM DRAIN EA 2 550-4224 FLARED END SECTION,30 IN,STORM DRAIN EA 1 550-4242 FLARED END SECTION,36 IN,STORM DRAIN EA 3 UNDERDRAIN PIPE INCLUDING DRAINAGE AGGREGATE, 573-2006 6 IN IF 2,200 610-0100 REMOVE BARBED WIRE FENCE LF 20 610-0200 REMOVE CHAIN LINK FENCE,ALL SIZES&TYPES LF 1,620 Page 3 of 13 Addendum 3 Bid item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT REMOVE CHAIN LINK FENCE,6 FT WI BARBED WIRE& 610-0215 EXT.ARMS LF 525 610-0959 REMOVE PIPE—15 INCH LF 870 610-0959 REMOVE PIPE—18 INCH LF 2,130 610-0959 REMOVE PIPE—24 INCH LF 200 610-0959 REMOVE PIPE-30 INCH LF 110 615-1000 JACK OR BORE PIPE—42 INCH IF 90 615-1000 JACK OR BORE PIPE—52 INCH LF 85 643-1132 CHAIN LINK FENCE,ZC.COAT,4 FT,9 GA IF 1,540 643-1152 CHAIN LINK FENCE,ZC.COAT,6 FT,9 GA LF 80 CHAINK LINK FENCE W/EXT.ARMS&BARBED WIRE,ZC. 643-2152 COAT,6 FT,9 GA LF 525 643-8105 BARBED WIRE FENCE,5 STRAND LF 20 668-1100 CATCH BASIN,GROUP 1 EA 79 668-1110 CATCH BASIN,GROUP 1,ADDL DEPTH LF 45 668-2100 DROP INLET,GROUP 1 EA 76 668-2110 DROP INLET,GROUP 1,ADDL DEPTH LF 5 668-2200 DROP INLET,GROUP 2 EA 1 668-4300 STORM SEWER MANHOLE,TYPE 1 EA 23 STORM SEWER MANHOLE,TYPE 1,ADDITIONAL DEPTH, 668-4311 CLASS 1 LF 11 STORM SEWER MANHOLE,TYPE 1,ADDITIONAL DEPTH, 668-4312 CLASS 2 LF 82 Page 4 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase 11 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY PAY ITEM PAY ITEM PAY ITEM ITEM PAY ITEM PAY ITEM 668-6106 TRENCH DRAIN,6 INCH LF 40 670-7000 STEEL CASING—42 INCH LF 90 670-7000 STEEL CASING—52 INCH LF 85 BOLLARD EA 7 ROADWAY SUBTOTAL TEMPORARY EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 163-0232 TEMPORARY GRASSING AC 10 163-0240 MULCH TON 350 163-0300 CONSTRUCTION EXIT EA 6 163-0501 CONSTRUCT AND REMOVE SILT CONTROL GATE,TYPE 1 EA 4 CONSTRUCT AND REMOVE BALED STRAW EROSION 163-0529 CHECK LF 250 163-0550 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP EA 180 MAINTENANCE OF TEMPORARY SILT FENCE, 165-0010 TP A LF 10,500 MAINTENANCE OF TEMPORARY SILT FENCE, 165-0030 TP C LF 200 165-0071 MAINTAIN BALED STRAW EROSION CHECK LF 125 165-0085 MAINTENANCE OF SILT CONTROL GATE,TYPE 1 EA 4 165-0101 MAINTENANCE OF CONSTRUCTION EXIT EA 6 Page 5 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 TEMPORARY EROSION CONTROL cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 165-0105 MAINTENANCE OF INLET SEDIMENT TRAP EA 180 167-1000 WATER QUALITY MONITORING AND SAMPLING EA 4 167-1500 WATER QUALITY INSPECTIONS MO 30 171-0010 TEMPORARY SILT FENCE,TYPE A LF 21,000 171-0030 TEMPORARY SILT FENCE,TYPE C IF 400 TEMPORARY EROSION CONTROL SUBTOTAL RETAINING WALL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 500-3107 CLASS A CONCRETE,RETAINING WALL CY 200 511-1000 BAR REINFORCING STEEL LB 12,000 515-2015 GALVANIZED STEEL PIPE HANDRAIL LF 280 RETAINING WALL SUBTOTAL TRAFFIC SIGNALS,SIGNING AND STRIPING: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT HIGHWAY SIGNS,TYPE 1 MATERIAL-REFLECTIVE 636-1020 SHEETING TYPE 3 SF 120 HIGHWAY SIGNS,TYPE 1 MATERIAL-REFLECTIVE 636-1031 SHEETING TYPE 6 SF 120 636-2070 GALVANIZED STEEL POSTS,TYPE 7 LF 60 Page 6 of 13 Addendum 3 Bid Item 16-222, Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 TRAFFIC SIGNALS,SIGNING AND STRIPING cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 636-2080 GALVANIZED STEEL POSTS,TYPE 8 LF 500 639-3004 STRAIN POLE,TYPE IV WITH 65/65 FOOT MAST ARMS EA 1 639-3004 STRAIN POLE,TYPE IV WITH 65 FOOT MAST ARMS EA 2 639-3004 STRAIN POLE,TYPE IV WITH 60/65 FOOT MAST ARMS EA 1 639-3004 STRAIN POLE,TYPE IV WITH 50 FOOT MAST ARMS EA 1 647-1000 TRAFFIC SIGNAL INSTALLATION NO.1 LS 1 647-1000 TRAFFIC SIGNAL INSTALLATION NO.2 LS 1 647-2150 PULL BOX,TYPE 5 EA 2 647-3000 INTERNAL ILLUMINATED STREET SIGN EA 7 652-5451 SOLID TRAFFIC STRIPE,5 IN,WHITE LF 36,000 652-5452 SOLID TRAFFIC STRIPE,5 IN,YELLOW IF 33,000 THERMOPLASTIC PAVEMENT MARKING,RR-HWY 653-0100 CROSSING SYMBOL EA 4 653-0120 THERMOPLASTIC PAVEMENT MARKING,ARROW TP 2 EA 40 THERMOPLASTIC PAVEMENT MARKING,ARROW 653-0130 TYP 3 EA 8 653-0210 THERMOPLASTIC PAVEMENT MARKING,WORD TP 1 EA 15 653-0220 THERMOPLASTIC PAVEMENT MARKING,WORD TP 2 EA 3 653-1501 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,WHITE LF 20,000 653-1502 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,YELLOW LF 21,000 THERMOPLASTIC SOLID TRAFFIC STRIPE, 653-1704 24 IN,WHITE LF 700 Page 7 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 TRAFFIC SIGNALS,SIGNING AND STRIPING cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 653-1804 THERMOPLASTIC SOLID TRAFFIC STRIPE,8 IN,WHITE LF 1,500 653-3501 THERMOPLASTIC SKIP TRAFFIC STRIPE,5 IN,WHITE GLF 17,300 653-3502 THERMOPLASTIC SKIP TRAFFIC STRIPE,5 IN,YELLOW GLF 1,650 653-6004 THERMOPLASTIC TRAFFIC STRIPING,WHITE SY 50 653-6006 THERMOPLASTIC TRAFFIC STRIPING,YELLOW SY 1,500 682-6233 CONDUIT,NONMETAL TP 3,2 INCH LF 1,900 682-9950 DIRECTIONAL BORE—5 INCH LF 205 682-9950 DIRECTIONAL BORE—7 INCH LF 100 682-9950 DIRECTIONAL BORE—9 INCH LF 110 687-1000 TRAFFIC SIGNAL TIMING LS 1 TRAFFIC SIGNALS,SIGNING AND STRIPING SUBTOTAL PERMANENT EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 603-2180 STONE DUMPED RIP-RAP,TYPE 3,12 IN SY 80 603-7000 PLASTIC FILTER FABRIC SY 80 700-6910 PERMANENT GRASSING AC 5 700-7000 AGRICULTURAL LIME TN 10 700-8000 FERTILIZER MIXED GRADE TN 1 Page 8 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 PERMANENT EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 700-8100 FERTILIZER NITROGEN CONTENT LB 250 PERMANENT EROSION CONTROL SUBTOTAL UTILITY-WATER AND SEWER: UTILITY-WATER: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 4"DIAMETER DUCTILE IRON WATER TRANSMISSION W-1A MAIN CLASS 350,STANDARD JOINT IF 110 16" DIAMETER DUCTILE IRON WATER TRANSMISSION W-1B MAIN CLASS 350,STANDARD JOINT LF 5163 6" DIAMETER DUCTILE IRON WATER TRANSMISSION W-2A MAIN CLASS 350,RESTRAINED JOINT LF 155 8"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2B MAIN CLASS 350,RESTRAINED JOINT LF 715 10"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2C MAIN CLASS 350,RESTRAINED JOINT LF 53 12"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2D MAIN CLASS 350,RESTRAINED JOINT LF 121 16"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2E MAIN CLASS 350,RESTRAINED JOINT LF 3080 JACK AND BORE 12"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 6" DIAMETER, FIELD LOK DUCTILE IRON CARRIER PIPE, W-3A END SEALS,CLASS 350 INCLUDED LF 107 JACK AND BORE 12"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 8" DIAMETER, FIELD LOK DUCTILE IRON CARRIER PIPE, W-3B END SEALS,CLASS 350 INCLUDED LF 180 JACK AND BORE 18"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 12" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, W-3C END SEALS,CLASS 350 INCLUDED IF 95 JACK AND BORE 24"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.375 INCH,WITH 16" DIAMETER, FIELD LOK DUCTILE IRON CARRIER PIPE, W-3E END SEALS,CLASS 350 INCLUDED LF 350 Page 9 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase ii MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 UTILITY—WATER cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT W-4A 8"X 8"RJ TEE EA 1 W-4B 16"X 6"RJ TEE EA 8 W-4C 16"X 8"RJ TEE EA 6 W-4D 16"X 10"RJ TEE EA 1 W-4E 16"12"RJ TEE EA 2 W-4F 16"X 14"RJ REDUCER EA 1 W-4G 6"X 4"RJ REDUCER EA 2 W-4H 45°RJ BEND(6") EA 5 W-4I 8"X 6"RJ REDUCER EA 2 W-4J 45°RJ BEND(8") EA 17 W-4K 45°RJ BEND(10") EA 2 W-4L 90°RJ BEND(8") EA 1 W-4M 90°RI BEND(10") EA 1 W-4N 45°RJ BEND(12") EA 4 W-40 45°RI BEND(16") EA 38 W-4P 90°RJ BEND(16") EA 1 W-4Q 8"PLUG EA 2 W-4R 6"PLUG EA 1 FIRE HYDRANT,INSTALLED COMPLETE WITH VALVE, LEAD PIPE,JOINT RESTRAINT,AND BLOCKING(16X6 W-5A TEE) EA 19 Page 10 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 UTILITY—WATER cant. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT W-5C REMOVE FIRE HYDRANT EA 10 6"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7A INSTALLED,COMPLETE,OPEN LEFT EA 7 8"IN-LINE GATE VALVE, INCLUDING VALVE BOX, W-7B INSTALLED,COMPLETE,OPEN LEFT EA 4 10"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7C INSTALLED,COMPLETE,OPEN LEFT EA 1 12"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7D INSTALLED,COMPLETE,OPEN LEFT EA 4 16"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7E INSTALLED,COMPLETE,OPEN LEFT EA 9 4"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7F INSTALLED,COMPLETE,OPEN LEFT EA 1 W-9A 2"AIR RELEASE VALVE,IN 4'DIAMETER MH EA 8 W-10A TAPPING SLEEVE AND VALVES 14"X 14" EA 1 W-13A LONG SIDE WATER SERVICE LINE 1" EA 5 W-138 LONG SIDE WATER SERVICE LINE 1.5" EA 1 W-13C LONG SIDE WATER SERVICE LINE 2" EA 1 W-13D LONG SIDE WATER SERVICE LINE 4" EA 1 W-13E LONG SIDE WATER SERVICE LINE 6" EA 2 W-13F LONG SIDE WATER SERVICE LINE 8" EA 1 W-14A SHORT SIDE WATER SERVICE LINE 1" EA 3 W-14B SHORT SIDE WATER SERVICE LINE 2" EA 7 W-14C SHORT SIDE WATER SERVICE LINE 3" EA 1 W-14D SHORT SIDE WATER SERVICE LINE 4" EA 1 Page 11 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 UTILITY—WATER cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT W-14E SHORT SIDE WATER SERVICE LINE 6" EA 5 W-14F SHORT SIDE WATER SERVICE LINE 8" EA 2 W-14G SHORT SIDE WATER SERVICE LINE 10" EA 1 W-15 POLYETHYLENE WRAP OF DUCTILE IRON WATER MAIN LF 650 W-16A TIE-IN TO EXISTING LINE-4" EA 1 W-16B TIE-IN TO EXISTING LINE-6" EA 2 W-16C TIE-IN TO EXISTING LINE-8" EA 3 W-16D TIE-IN TO EXISTING LINE-10" EA 1 W-16E TIE-IN TO EXISTING LINE-12" EA 4 W-18 ABANDON VALVE EA 52 W-20 ADJUST/RELOCATE WATER METER EA 13 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350,DEPTH 6'TO 8',INCLUDING TYPE II(NO.57 S-1A STONE)BEDDING MATERIAL LF 378 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350,DEPTH 8'TO 10',INCLUDING TYPE II(NO.57 S-1B STONE)BEDDING MATERIAL LF 162 8" DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 350, DEPTH 10'TO 12', INCLUDING TYPE II(NO. S-1D 57 STONE)BEDDING MATERIAL LF 372 18"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 300,DEPTH 8'TO 10',INCLUDING TYPE II(NO.57 S-1E STONE)BEDDING MATERIAL LF 21 18"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 300,DEPTH 10'TO 12', INCLUDING TYPE II(NO. S-1F 57 STONE)BEDDING MATERIAL LF 832 JACK AND BORE 12" DIAMETER STEEL CASING, MINIMUM WALL THICKNESS 0.219 INCH,CARRIER PIPE INCLUDED,8"DIAMETER,FIELD LOK DUCTILE IRON SANITARY SEWER PIPE,CLASS 350, RESTRAINED JOINT, S-4 END SEALS LF 120 Page 12 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase 11 MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 UTILITY—SEWER: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT PRE-CAST SANITARY MANHOLE,GA DOT STD 1011A, S-6 TYPE 1,DEPTH 0'TO 6'(48"DIAMETER) EA 12 ADDITIONAL SANITARY MANHOLE DEPTH,TYPE 1, S-7A DEPTH CLASS 1(48"DIA.) VF 13 ADDITIONAL SANITARY MANHOLE DEPTH,TYPE 1, S-7B DEPTH CLASS 2(48"DIA) VF 51 S-10 OUTSIDE DROP PIPING EA 1 DOGHOUSE/CONNECTOR MANHOLE,INCLUDING BASE, S-11 CONE,AND RING AND COVER(48"DIAMETER) EA 2 CUT AND ABANDON EXISITNG SANITARY SEWER, S-17 DIAMETER VARIES CY 4 5-18 ABANDON MANHOLE EA 3 ALTERNATE#1 MICRODUCT 18/14 MMX4 CONDUIT BY DURA-LINE OR M-7 APPROVED EQUAL LF 11035 UTILITY-WATER&SEWER SUBTOTAL **GRADING COMPLETE: Includes any work without a specific pay item such as:cut and fill,constructing shoulder and subgrade,finish grading,removal and disposal of roadway items,demolition,construction layout,removal resetting values,meter boxes,saw cut asphalt edges,valve boxes and meter boxes,remove or reset existing storm,drain&sanitary structures&pipe,fine grading,bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance. LS(Lump Sum)—Attach itemized break of lump sum amount on a separate sheet. FORCE ACCOUNT: $ 400.000.00 ROADWAY: TEMPORARY EROSION CONTROL: $ RETAINING WALL: $ TRAFFIC SIGNALS,SIGNING AND STRIPING: $ PERMANENT EROSION CONTROL: $ UTILITY-WATER&SEWER: $ PROJECT GRAND TOTAL: $ Page 13 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II NOTE: ALL FIRE HYDRANTS TO BE PAINTED YELLOW.PROVIDE 3'RADIUS CLEARANCE AROUND FIRE HYDRANT. APPROVED 5- 1/4"VALVE OPENING FIRE HYDRANT /21./- 11 u u u ( ) DUST COVER ID INSERT PRECAST CONCRETE VALVE PAD FINISHED GRADE OR CONCRETE COLLAR.SEE DETAIL 3.3 r, r, 1I V U L v_ _ ;flitTO I I I-I I 1 I -i „._. I f I-I ! = = Wil- I # # -IIi IL -.. I I I�lll1l l I I SI L 10E=III;II'_ 1- l*I11 _ n. =M I=�,1 I "' —1 1 1 ' 1 - I 11 ' -TI_ 1 - 41 D.I.P. POLY WRAP D.I.FITTINGS 6"M.J.GATE VALVE WITH BOX IC v j a 6"X(VARIES)"TEE(POLY WRAP) WATER MAIN • oo.OoOo•7• 1 1 1 1 1 [ 0 0 0 0 0 1 1 1 '0000o'o0oao 00000000.0 0•�I 1 ' 1 1 1 I_ •.•0000000000.0 / •000000000000 • 0 0 0 0 0 . 0 0 0 0 • •O.O 0000 a0o,o 6"R.J.D.I.P.DP STONE DRAIN BED PROFILE VIEW NOTES: 1. ONLY ONE(1)FIRE HYDRANT RISER BARREL WILL BE APPROVED BY AUD. 2. POLYWRAP WILL BE 8.0 MIL THICK INSTALLED PER ANSI/AWWA C105/A21.5. 3. MULLER(SA-SERIES 9A.9),M&H(KENFLEX RESILIENT HINGED CHECK VALVE FIG 506)AND AMERICAN HYDRANT(SERIES 2100)SECURITY CHECK VALVES OR APPROVED EQUAL. NO REVISION OR MODIFICATION OF THIS DETAIL SHALL BE MADE WITHOUT PRIOR WRITTEN APPROVAL FROM AUGUSTA UTILITIES DEPARTMENT. REVISED: SEPTEMBER 2016 FIRE HYDRANT ASSEMBLY AUGUSTA UTILITIES DEPARTMENT 360 BAY STREET,SUITE 180 it,..jr,--"Zim„ AUD DETAIL 1.2 AUGUSTA,GA 30901 0 ' 0 It G 1 A Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II G E' U R G t 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. AUD WATER MEASURE PMT 2016 1 OF 11 Addendum 3 Bid Rem#16-222 Marvin Griffin Road improvements-Phase II ITEM W-4(A-Z)-Miscellaneous pipe fittings shall be measured individually(each)and include costs for the complete fitting and installation including polywrap and mechanical joint restraint,regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint Fittings 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. ITEM W-5-Fire hydrants shall be measured individually(each)and shall include costs for hydrants,fire hydrant riser,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. AUD WATER MEASURE PMT 2015 2 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II 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. 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. HIM 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. AUD WATER MEASURE PMT 2015 3 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II 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,mechanical joint solid sleeves,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. 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,pressure 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 2015 4 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II 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 puffing. 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 S-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 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. AUD WATER MEASURE PMT 2015 5 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II 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 5-10-Outside drop piping shall be measured individually(each)and shall include the costs for all piping,fittings,joint restraints,brick darn,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 cuffing,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. ITEM S-13A-Sanitary sewer service long side 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. AUD WATER MEASURE PMT 2015 6 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II ITEM S-13B-Sanitary sewer service short side 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 S-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 S-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. AUD WATER MEASURE PMT 2015 7 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements-Phase II 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. ITEM P-2-Aggregate base(10 1/2"thick)and asphalt patch(2 1/2"thick)shall be measured in square yards and shall include costs for existing pavement removal and disposal,all aggregates(regardless of type),21/2" 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. AUD WATER MEASURE PMT 2015 8 of 11 Addendum 3 Bid Item#16.222 Marvin Griffin Road Improvements-Phase II 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 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. ITEM P-11-Concrete Cap(8"thick)and asphalt patch(2"thick)shall be measured in square yards and shall include costs for select backfill,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 4'plus the outside diameter of the utility 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. 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. AUD WATER MEASURE PMT 2015 9 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II 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,stockpiling,removal and disposal 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-Mobilization,Demobilization includes,but is not limited to,performance of preparatory work and operations for the assembling and setting up necessary for work on the Project,such as shops,plants,storage areas,sanitary facilities,moving in of personnel and equipment,incidentals to the Project,and any other facilities,as required by the Specifications and special requirements of the Contract Documents,as well as by Laws and Regulations in effect at the Site.Partial payments will be made with 50 percent payable with the first pay application and the remaining 50 percent payable with the final pay application.No separate or additional payment shall be made for these items. ITEM LS-2-Bonds,Insurance includes all costs associated with obtaining any bonds or insurance required to perform the work in accordance with the plans and specifications and as required by local and state law. Partial Payments shall be made base on the percentage complete on the current pay application excluding payments made for mobilization(LS-1), bonds,insurance(LS-2),and temporary erosion and sediment control(LS-3). No separate or additional payment shall be made for these items. ITEM LS-3-Temporary Erosion and Sediment Control includes,but is not limited to,the installation,maintenance,and removal of all temporary erosion and sediment control measures as required by the engineer,local and state law,and in accordance with plans and specifications during construction to ensure no sediment leaves the construction site until a time at which final stabilization is approved by the local issuing authority and/or the state. Partial Payments shall be made base on the percentage complete on the current pay application excluding payments made for mobilization(LS-1),bonds,insurance(LS-2),and AUD WATER MEASURE PMT 2015 10 OF 11 Addendum 3 Bid Item#16.222 Marvin Griffin Road Improvements-Phase I1 temporary erosion and sediment control(LS-3).No separate or additional payment shall be made for these items. ITEM LS-4-Traffic Control includes,but is not limited to,all flaggers,labor,materials, equipment,and all other items necessary and incidental to completion of the work as required by all local and state laws and permits and in accordance with plans and specifications.Progress payments will be made based upon the percentage of estimated total time that traffic control will be required unless otherwise specified. No separate or additional payment shall be made for these items. ITEM LS-5-Permanent Grassing includes,but is not limited to,all labor,materials and maintenance required to establish permanent grassing on all disturbed areas in accordance with plans and specifications.Payment will not be made for this item until such a time that the Notice of Termination(NOT)has been filed and the grass is established to the satisfaction of the local issuing authority and/or the state.No separate or additional payment shall be made for these items. ITEM LS-6-As-built GPS Survey(X,Y,Z)includes all labor and materials required to prepare As-built GPS Survey Drawings in accordance with plans and specifications and to the satisfaction of the engineer.No Partial Payment will be made.Full Payment will only be made after as-built drawings are complete and approved. No separate or additional payment shall be made for these items. AUD WATER MEASURE PMT 2015 11 OF 11 Addendum 3 Bid Item#16-222 Marvin Griffin Road Improvements—Phase II Augusta, GA Engineering Department AGREEMENT MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 MARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II PROJECT NUMBER: 323-04-296823603 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 the specifications for the project entitled: MARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II PROJECT NUMBER: 323-04-296$23603 And in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II—TIME OF COMPLETION—LIQUIDATED DAMAGES: The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be completed within 460 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 A-1 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE 11 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. (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 A-2 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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. (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-3 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II IN WITNESS WHEREOF,the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. AUGUSTA, GEORGIA COMMISSION-COUNCIL (Owner) .e+ ,fit.'r..-...,..•. /� i.7f 6• a +"' } y_ •• Y! 1�. By: aricl.« • $ 4/4/ Honorable Hardie Davis,Jr., Mayor �� ` '. : •, 0 I it/17/171091 .mom test to Clerk of Commission 11( Witness CONTRACTOR: By: rafESkyt Title: 1 1,��, �� 4 . 1'\h,rz, SEAL Address: 1kDAcC Attest Secretary Witne A-4 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II Augusta, GA Engineering Department PROPOSAL MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 p x , MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT,PHASE II PROJECT#: 323-04-29823603 PROPOSAL ��, DATE: /Di 3//b GENTLEMEN: In compliance with your invitation for bids dated $i 'i , 2016,the undersigned hereby proposed to furnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements,and appurtenances referred to herein as: MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 In strict accordance with the Contract Documents and in consideration of the amounts shown on,the Bid Schedule attached hereto and totaling: N c r (hick r,a ft of 1.4,--30A44 S erac,�si y- 'c out ?'Nets orao fou.0 lJv. o TWe,, y.niu.* 2a+ t DOLLARS($Lt 57g, 11(21: 25) 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 610 CALENDAR DAYS. The undersigned acknowledges receipt of the following addenda: Addendum Number: Addendum at : z 9 z., .� 3 /0/5/iG Rpectfully submitted: ie Lm S HS-r <.,"..�. ro, G'"r4'r (Name of Firm) / ,bac /rv7•+J9'4traL L4 )' f4,45, 1p 30gar (Busin A ress)r, By: 111 . V j uP),11 .< Title: , to /i1ANAa-e'L-//VS r Secael-An./ Page 1 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase Il MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 I IARVtN GRIFFIN ROAD IMPROV EMENTS PROJECT„PHASE II, PAY ITEM DESCRIPTION UNITS QTY UNIT PRICE AMOUNT 001-1000 FORCE ACCOUNT LUMP 1 400,000.00 400,000.00 ROADWAY: PAY ITEM DESCRIPTION UNITS QTY UNIT PRICE, AMOUNT 150-1000 TRAFFIC CONTROL LUMP 3. /314� 7 . n 4-114'275,v U 150-1300 FIELD OFFICE LUMP 1 4Stjsc4v.'V 4S O&,u'U' c15 . rts 201-1500 CLEARING&GRUBBING LUMP 1 Al ,175 �� �, , 7s "t) 207-0203 FOUNDATION BACKFILL MATERIAL,TYPE II CY 6,500 25,u U M(,z.5oo•oO 210-0100 GRADING COMPLETE** LUMP 11,57sroovvU 175,axv GRADED AGGREGATE BASE COURSE,6 IN.INCLUDING 310-5060 MAIL SY 2,300 21,4 c, y,(o�3v,v v GRADED AGGREGATE BASE COURSE,8 IN.INCLUDINGZ S�,v 310-5080 MAIL SY 25,000 41130 `t2 318-3000 AGGREGATE SURFACE COURSE TON 2,500'$uGz,000,V v RECYCLED ASPHALTIC CONCRETE PATCHING,INCL. I Z o a V 402-1802 BITUM,MATERIAL,&H LIME TON 280 453,460.00 RECYCLED ASPHALTIC CONCRETE LEVELING,INCL. G7.sg, 250 rx) 402-1812 BITUM..MATERIAL&H.LIME TON 7,500 RECYCLED ASPHALTIC CONCRETE,25mm SUPERPAVE, �G 0, 0 . 27C, oon 402-3121 GP1 OR 2,INCL.BITUM.MATERIAL&H.LIME TON 4,600 RECYCLED ASPHALTIC CONCRETE,12.5mm SUPERPAVE, ? d0 53 7 ov 0 402-3130 GP 2 ONLY,INCL.BITUM.MATERIAL&H.LIME TON 5,280. RECYCLED ASPHALTIC CONCRETE,19.0mm SUPERPAVE, 6L1V 402-3190 GP1 OR 2,INCL.BITUM.MATERIAL&H.LIME TON 3,420 . 2.20;S io,UJ 413-1000 BITUMINOUS TACK COAT GAL 21,500 441-0104 CONCRETE SIDEWALK,4 IN SY 4,500 AS ,S U .4=14 4,,2S0.0) 441-0204 PLAIN CONCRETE DITCH PAVING,4 IN SY 40 44,0,0 U Page 2 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT,PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 441-4030 CONCRETE VALLEY GUTTER,8 IN SY 1,620 A57.0 c' 49 2-,340,a 441.5002 CONCRETE HEADER CURB,6 IN,TP 2 IF 150 - 22,0 0 3 co 441-6222 CONCRETE CURB AND GUTTER,8 IN X 30 IN,TP 2 LF 17,000 -!w1,SO 331 ,Raz pc.) 446-1100 PVMT REINF FABRIC STRIPS,TP 2,18 INCH WIDTH IF 14,000 4511 v 479,`60o,QD 446-1200 PVMT REINF FABRIC FULL WIDTH,TYPE 2 SY 2,500 A4 0 IS,000..v a 500-3800 CLASS A CONCRETE INCL REINF STEEL. CY 3 ,t1,5-00,0 0 4,500,00 500-9999 CLASS B CONCRETE BASE OR PAVEMENT WIDENING CY 200 3 Us-v v 447,oar), I20 550-1150 STORM DRAIN PIPE,15 IN,H 1-10 LF 100 `1.7 v 431c170,60 550-1180 STORM DRAIN PIPE,18 IN,H 1-10 IF 9,000 -43'.70 417,3U.,,c.Do 550-1240 STORM DRAIN PIPE,24 IN,H 1-10 IF 1,910 1111,0 0 A7S,110,00 550-1300 STORM DRAIN PIPE,30 IN,H 1-10 LF 4,700 41--‘1t I ZG,vo 550-1360 STORM DRAIN PIPE,36 IN,H 1-10 IF 40 .p 0,0 A11400.00 550-1480 STORM DRAIN PIPE,36 IN,HDPE(N-12 ST-113) IF 2,300 ,-57,1.5 I3),NitEou 550-4218 FLARED END SECTION,18 IN,STORM DRAIN EA 2 1640.0° , 113G0,ov 550-4224 FLARED END SECTION,30 IN,STORM DRAIN EA 1 t$15t o U s'7 G.ov 550-4242 FLARED END SECTION,36 IN,STORM DRAIN EA 3 11,300,00 900,00 UNDERDRAIN PIPE INCLUDING DRAINAGE AGGREGATE, 573-2006 .6 IN IF 2,200 Ai S.v 0 000,00 610-0100 REMOVE BARBED WIRE FENCES IF 20 `(9 0 100x° v° 610-0200 REMOVE CHAIN LINK FENCE,ALL SIZES&TYPES IF 1,620 S`40 11100,00 Page 3 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT,PHASE II PROJECT#: 323-04-29823603 ROADWAY .nt. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT REMOVE CHAIN LINK FENCE,6 FT WI BARBED WIRE& � Gig,co 610-0215 EXT.ARMS IF 52.5 02 G 610-0959 REMOVE PIPE-15 INCH LF 870 4 IS",0 D 4 13,650,OD 610-0959 REMOVE PIPE-18 INCH IF 2,130 $15,0 4 431,g50,06 610-0959 REMOVE PIPE-24 INCH LF 200 415.00 2,1 000,r,v 610-0959 REMOVE PIPE-30 INCH IF 110 3 is,do 1,6s---0,v o 615-1000 JACK OR BORE PIPE-42 INCH IF 90 31-1c65.,v 0bt3L O.va 615-1000 JACK OR BORE PIPE-52 INCH LF 85 $550,n o 4,44,1 Ts-moo 643-1132 CHAIN LINK FENCE,ZC.COAT,4 FT,9 GA LF 1,540 I2v..0 4 jp,,K60,co 643-1152 CHAIN LINK FENCE,ZC.COAT,6 FT,9 GA LF 80 A35,06 2,2'00.04, CHAINK LINK FENCE W/EXT.ARMS&BARBED WIRE,ZC. 643-2152 COAT,6 FT,9 GA LF 525 42.`6,0 U A 19,7o0_ 0 643-8105 BARBED WIRE FENCE,5 STRAND LF 20, •42$;.c)o 3S-C20,oc 668-1100 CATCH BASIN,GROUP 1 EA 79 2,$2c, v 4223 175,o 668-1110 CATCH BASIN,GROUP 1,ADDL DEPTH LF 45 4 Z7n•v b 412,150,00 668-2100 DROP INLET,GROUP 1 EA 76 A2-1750 00 42-0c1,000,00, 668-2110 DROP INLET,GROUP 1,ADDL DEPTH IF 5 Z7 C1,0 U 41,350 c.) 668-2200 DROP INLET,GROUP 2 EA 1 4Z,(1550,o0 sZ,15o,00 668-4300 STORM SEWER MANHOLE,TYPE 1 EA 23 Z, - SX.ot STORM SEWER MANHOLE,TYPE 1,ADDITIONAL DEPTH, 668-4311 CLASS 1 LF 11 */3Z5,00 $3,575,0 STORM SEWER MANHOLE,TYPE 1,ADDITIONAL DEPTH, 668-4312 CLASS 2 LF 82 -) 3(ov,0 0 3 Z 9,520,v, Page 4 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase I! MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY PAY ITEM PAY ITEM PAY ITEM ITEM PAY ITEM PAY ITEM 668-6106 TRENCH DRAIN,6 INCH IF 40 •i31.S,v b 1Z f no.st 670-7000 STEEL CASING—42 INCH IF 90 316s.0 0 4 1`1lS$O,o t1 670-7000 STEEL CASING- 52 INCH LF 85 Zrj� v o 424 i 450 oa BOLLARD EA 7 41,1 0,0 0 ASI(7d,or, ROADWAY SUBTOTAL Cyy dol 13+x, TEMPORARY EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 163-0232 TEMPORARY GRASSING AC 10 1,0oOm p IU,Ot7a.a0 163-0240 MULCH TON 350 430,0 o 41V,S00, 0 163-0300 CONSTRUCTION EXIT EA 6 $1,6 5f2, o o -A9,qooado 163-0501 CONSTRUCT AND REMOVE SILT CONTROL GATE,TYPE 1 EA 4 417S 00,o0 CONSTRUCT AND REMOVE BALED STRAW EROSION 163-0529 CHECK IF 250 4 li,SO X51,1 L5,v 163-0550 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP EA 180 4175,0 0 &3I,5ov,00 MAINTENANCE OF TEMPORARY SILT FENCE, 165-0010 TPA LF 10,500 3 b,25- A) "1 CZ$o v MAINTENANCE OF TEMPORARY SILT FENCE, 165-0030 TPC IF 200 (3,2 A.50,00 165-0071 MAINTAIN BALED STRAW EROSION CHECK IF 125 0,2 5 _ 331,7-c 165-0085 MAINTENANCE OF SILT CONTROL GATE,TYPE 1 EA 4 43).00 +lap,c>v 165-0101 MAINTENANCE OF CONSTRUCTION EXIT EA 6 `� �©0 3�Ooo.00 Page 5 of 13 Addendum 3 Bid item 16-222,Marvin Griffin Rd improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 TEMPORARY EROSION CONTROL coni: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 165-0105 MAINTENANCE OF INLET SEDIMENT TRAP EA 180 350,00 �j000,(�r? 167-1000 WATER QUALITY MONITORING AND SAMPLING EA 4 A4(20, 0v a,Lloot 7d 167-1500 WATER QUALITY INSPECTIONS MO 30 A1100,00 3 coo oo 171-0010 TEMPORARY SILT FENCE,TYPE A LF 21,000 1150 4 SZ,501,,o6 171-0030 TEMPORARY SILT FENCE,TYPE C LF 400 44400 Z,y Mt" TEMPORARY EROSION CONTROL SUBTOTAL - NZ-1131.2-S- RETAINING WALL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 500-3107 CLASS A CONCRETE,RETAINING WALL CY 200 4H50. 0 $`10,000 no 511-1000 BAR REINFORCING STEEL LB 12,000 lld$ 3f3,scr,v,00 515-2015 GALVANIZED STEEL PIPE HANDRAIL LF 280 A,30,00 A1,400,00 RETAINING WALL SUBTOTAL TRAFFIC SIGNALS SIGNING AND STRIPING: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT HIGHWAY SIGNS,TYPE 1 MATERIAL-REFLECTIVE 636-1020 SHEETING TYPE 3 SF 120 4 15,06 ,100.0 0 HIGHWAY SIGNS,TYPE 1 MATERIAL-REFLECTIVE 636-1031 SHEETING TYPE 6 SF 120 A:411,00 11 O0 4;04©.00 636-2070 GALVANIZED STEEL POSTS,TYPE 7 LF 60 A40,00 c1,°77 Page 6 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase Il • MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 TRAFPICSIGNALS SIGNING AND STRIPING cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 636-2080 GALVANIZED STEEL POSTS,TYPE 8 LF 500 C1,VV A11 tsoo.ob 639-3004 STRAIN POLE,TYPE IV WITH 65/65 FOOT MAST ARMS EA 1 Z7 (pso,v a 2-744 o 639-3004 STRAIN POLE,TYPE IV WITH 65 FOOT MAST ARMS EA 2 �1,o oo,dr7 A3$,pp0 6 v 639-3004 STRAIN POLE,TYPE IV WITH 60/65 FOOT MAST ARMS EA i A24,OOu,n 0 u,r vov,oU 639-3004 STRAIN POLE,TYPE IV WITH 50 FOOT MAST ARMS EA 1 i)15- (050, 15, C.co,00 647-1000 TRAFFIC SIGNAL INSTALLATION NO.1 I.S 1 8+141i 7oo,00 ,A 141,100:vv 647-1000 TRAFFIC SIGNAL INSTALLATION NO.2 LS 1 151,450, 45v,or, 647-2150 PULL BOX,TYPE 5 EA 2 IA%lop.rso ©e vv 647-3000 INTERNAL ILLUMINATED STREET SIGN EA 7 $9)400,00 o �� 652-5451 SOLID TRAFFIC STRIPE,5 IN,WHITE LF 36,000 - ©,ZS- 652-5452 SOLID.TRAFFIC STRIPE,5 IN,YELLOW LF 33,000 A D,2c �,25-0,vo THERMOPLASTIC PAVEMENT MARKING,RR-HWY 653-0100 CROSSING SYMBOL EA 4 So,o o 42-,o00.Ga 653-0120 THERMOPLASTIC PAVEMENT MARKING,ARROW TP 2 EA 40 415.06 3 600,00 THERMOPLASTIC PAVEMENT MARKING,ARROW 653-0130 TYP3 EA 8 4150,ov A1,zo0,00 653-0210 THERMOPLASTIC PAVEMENT MARKING,WORD TP 1 EA 15 ISO,(20 LZ.yc(7 Oo 653-0220 THERMOPLASTIC PAVEMENT MARKING,WORD TP 2 EA 3 1,I50,00 iL150,U D 653-1501 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,WHITE IF 20,000 ,1-I-.S 19,cxw,ti 653-1502 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,YELLOW IF 21,000 Au, 5 Am,(-150,00 THERMOPLASTIC SOLID TRAFFIC STRIPE, _ 653-1704 24 IN,WHITE IF 700 Al r 0 pJ Page 7 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 _TRAFFIC SIGNALS,SIGNING AND STRIPING cont PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 653-1804 THERMOPLASTIC SOLID TRAFFIC STRIPE,8 IN,WHITE IF 1,500 4z.,60 75-0,0° 653-3501 THERMOPLASTIC SKIP TRAFFIC STRIPE,SIN,WHITE GU 17,300 Ai 0,3S OS6,c7o 653-3502 THERMOPLASTIC SKIP TRAFFIC STRIPE,5 IN,YELLOW GLF 1,650 /0,3' 4S-77,S-12 653.6004 THERMOPLASTIC TRAFFIC STRIPING,WHITE SY 50 ,0 v 4 2,00,00 653-6006 THERMOPLASTIC TRAFFIC STRIPING,YELLOW SY 1,500 III,I7 (6000.00 682-6233 CONDUIT,NONMETAL TP 3,2INCH IF 1,900 550,00 682-9950 DIRECTIONAL BORE—5 INCH LF 205 ,Z ._IcL;3,7c 682-9950 DIRECTIONAL BORE—7 INCH IF 100 A,1,L7,5-, U 682-9950 DIRECTIONAL BORE—9 INCH IF 110 Zq,00 31cl0,00 687-1000 TRAFFIC SIGNAL TIMING LS 1 %,S00,*O 4%5-00,06 TRAFFIC SIGNALS,SIGNING AND STRIPING SUBTOTAL k 55'1)0 I,2S PfpolANENT EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 603-2180 STONE DUMPED RIP-RAP,TYPE 3,12 IN SY 80 11E20,00 A$,pco,vd 503-7000 PLASTIC FILTER FABRIC SY 80 3,bU L'tbsot) 700-6910 PERMANENT GRASSING AC 5 A ,0(.70,0 6 ZD)©00,UC) 700-7000 AGRICULTURAL LIME TN 10 17 5,op $150,no 700-8000 FERTILIZER MIXED GRADE TN 1 AUX),v o VITD,0 O Page 8 of 13 Addendum 3 Bid item 16-222,Marvin Griffin Rd improvements,Phase 11 • MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 PERMANENT EROSION C•NTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 700-8100 FERTILIZER NITROGEN CONTENT LB 250 300 PERMANENT EROSION CONTROL SUBTOTAL 9)/54 UTILITY-WATER AND SEWER: UTILITY-WATER: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 4"DIAMETER DUCTILE IRON WATER TRANSMISSION W-1A MAIN CLASS 350,STANDARD JOINT IF 110 34.-5 ul o_is 16"DIAMETER DUCTILE IRON WATER TRANSMISSION W-18 MAIN CLASS 350,STANDARD JOINT LF 5163 62 46 4.3.7o, Io(e,4 6"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2A MAIN CLASS 350,RESTRAINED JOINT IF 155 S 3(4.S a 45; 3q7 so 8"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2B MAIN CLASS 350,RESTRAINED JOINT ` LF 715 SW. Oo :7 315.s 10"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2C MAIN CLASS 350,RESTRAINED JOINT LF 53 3 �� uo 517 w 12"DIAMETER DUCTILE IRON WATER TRANSMISSION // ^� litzi W-2D MAIN CLASS 350,RESTRAINED JOINT LF 121 b $ (/24 8, 16"DIAMETER DUCTILE IRON WATER TRANSMISSION R 5,W S �O( SOO W-2E MAIN CLASS 350,RESTRAINED JOINT LF 3080 JACK AND BORE 12"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 6" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, 3 W-3A END SEALS,CLASS 350 INCLUDED LF 107 or WM* '77 gAt e� JACK AND BORE 12"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 8" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, W-3B END SEALS,CLASS 350 INCLUDED LF 180 51426 2-SU g -r?.256-7 JACK AND BORE 18"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 12" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, I! ^� W-3C END SEALS,CLASS 350 INCLUDED _ LF 95 t 0775. W sciQ ZS. JACK AND BORE 24"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.375 INCH,WITH 16" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, $/J J /1 f 7.Sa W 3E END SEALS,CLASS 350 INCLUDED LF 1 350 77 7t / Page 9 of 13 Addendum 3 Bid Item 16 222,Morvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 UTILITY-WATER cont. PAY REM DESCRIPTION UNIT QTY UNIT PRICE cAMOUNT W-4A 8"X 8"RJ TEE EA 1 4500-W3 500-Va W-4B 16"X 6"RJ TEE EA 8 $f,/7J... '1;€46, d'�� W-4C 16"X 8"RJ TEE EA 6 F (,A 0. •a D 7020.m W-4D 16"X 10"RJ TEE EA 1 1 I, 350.‘,3 $ II 3Sa.w W-4E 16"12"RJ TEE _ EA 2 4(,345.w 3GS.W g eg7I Vt.pc, W-4F 16"X 14"R1 REDUCER EA 1 'AO, va g �_cro W-4G 6"X 4"RI REDUCER EA 2 4 /97. SO i .375.6o W-4H 45`RJ BEND(6") EA _ 5 4 32.5.ur% `E 1, 4.25;04 W-4I 8"X 6"RJ REDUCER EA 2 $*2`{0.tN .f80.W W-41 45°RJ BEND(8") EA 17 S 375. "- 3 OA w W-4K 45"RJ BEND(10") EA 2 Q G' ftso. 01 W-4L 90"RJ BEND(8") EA 1 $ To. s',3oo•4A W-4M 90"RJ BEND(10") EA 1 1 SO4. V,, $540. va $575.,3, s.t? c, .346. EA 4 W-4N 450 RI BEND(12") W-40 45°RI BEND(16") __- l EA 38 $ii to.00 s tfl,ret)1 W-4P 90°RJ BEND(16") EA 1 '$r fo[t7).134 Slit dab` 11° — W-4Q 8"PLUG EA 2 $,2,50. W 2'SOOOD W 4R 6"PLUG EA 1 4.2415.u. $,2415,04 FIRE HYDRANT,INSTALLED COMPLETE WITH VALVE, LEAD PIPE,JOINT RESTRAINT,AND BLOCKING(16X6 -4:5; J '?SD w ''I Q �0' W-5A TEE) EA 19 % Page 10 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE H PROJECT#: 323-04-29823603 UTILITY—WATER cont. PAY ITEM DESCRIPTION I UNIT QTY UNIT PRICE AMOUNT S J W-5C REMOVE FIRE HYDRANT EA 10 (000.ta C ( 0b. Wt 6"IN-LINE GATE VALVE,INCLUDING VALVE BOX, $ Q 35, W-7A INSTALLED,COMPLETE,OPEN LEFT EA 7 r �� ! 7�•� 8"IN-LINE GATE VALVE,INCLUDING VALVE BOX, �6Ow W-7B INSTALLED,COMPLETE,OPEN LEFT EA 4 t, pyo.t>a co 10"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7C _ INSTALLED,COMPLETE,OPEN LEFT �_— EA 1 t 1, 750. w1 j Sit 704. O 12"IN-LINE GATE VALVE,INCLUDING VALVE BOX, A W-7D ' INSTALLED,COMPLETE,OPEN LEFT EA 4 1I 65 0,uhl 's 1 16"IN-LINE GATE VALVE,INCLUDING VALVE BOX, / [' W-7E INSTALLED,COMPLETE,OPEN LEFT EA 9 _$(O 500.No ,J g7 50.,W 4"IN-LINE GATE VALVE,INCLUDING VALVE BOX, c W-7F INSTALLED,COMPLETE,OPEN LEFT EA 1 4.1/Oso. 00 Q.5.0 0* W-9A 2"AIR RELEASE VALVE,IN 4'DIAMETER MH EA 8 $5350. .3 f 'K? SO,0Q �e W-10A TAPPING SLEEVE AND VALVES 14"X 14" EA 1 $(3e6w,t10:: ( 445.40 W-13A LONG SIDE WATER SERVICE LINE 1" EA 5 3t (o0• u. A 5 So• Oa W-13B LONG SIDE WATER SERVICE LINE 1.5" EA 1 $3,7 , !'3,7., „o W-13C LONG SIDE WATER SERVICE LINE 2" EA 1 $51 15 0.w ''C 5 da.to W-13D LONG SIDE WATER SERVICE LINE 4" EA 1 $4:2,2j 04.4. j O . oc W-13E LONG SIDE WATER SERVICE LINE 6" EA 2 $Q">(Otlb.00 1 `l"I bvo . 0a W-13F LONG SIDE WATER SERVICE LINE 8" EA 1 4.25 o'°e $474 . Oa W-14A SHORT SIDE WATER SERVICE LINE 1" EA 3 SC/00• ` '0/ 100,10 W-14B SHORT SIDE WATER SERVICE LINE 2" EA 7 b / r00< W & ��•t'►O -.��++ 9 W-14C SHORT SIDE WATER SERVICE LINE 3" EA 1 4-5/575.E -5/57.5100 W-14D SHORT SIDE WATER SERVICE LINE 4" EA I 1 45/ 6fl. 5, Ja`O ______i Page 11 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements, Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 rUTILITY—WATERcont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE {{1 AMOUNT W-14E SHORT SIDE WATER SERVICE LINE 6" 1 EA 5 'b-S,57S.W 4 IL (175ta W-14F I SHORT SIDE WATER SERVICE LINE 8" EA 2 $ 'W /•4' De I. ap W-14G SHORT SIDE WATER SERVICE LINE 10" EA 1� `$4/ =W 4,s-to ' W-15 POLYETHYLENE WRAP OF DUCTILE IRON WATER MAIN LF 650 Ito?,7,5 ri 777, So I W 16A TIE-IN TO EXISTING LINE 4" EA 1 ol1040_ob j ." bob oo3i W-16B TIE-IN TO EXISTING LINE-6" EA 2 5i '"'...).• I r 0t t00• W-16C TIE-IN TO EXISTING LINE-8" EA 3 ,:2$ ,Y� ap S '/0SO' 1,2 5,,,,, ..3 S . a.� �,10D, 0-1* W-160 TIE-IN TO EXISTING LINE-10" EA 1 W 16E TIE-IN TO EXISTING LINE 12" EA 4 �t ?03, S. 1�/ '44 y0 W-18 ABANDON VALVE EA 52 EOE �� ta( T Otl.W W-20 ADJUST/RELOCATE WATER METEREA 13 i•i( 1.43 CEJ 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE ' CLASS 350,DEPTH 6'TO 8',INCLUDING TYPE II(NO.57 _ 1( 9_ •-- 5f S-1A STONE)BEDDING MATERIAL LF 378 " ' So pt..� +D l 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE I CLASS 350,DEPTH 8'TO 10',INCLUDING TYPE II(NO.57 It(0. So (Q I $ 01> S-1B STONE)BEDDING MATERIAL LF 162 t 8"DIAMETER DUCTILE IRON SANITARY SEWER PIPE y CLASS 350,DEPTH 10'TO 12',INCLUDING TYPE II(NO. ,$70, pa 9„„26, 0'Co 0 S-10 57 STONE)BEDDING MATERIAL LF 372 _ /vT 18"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 300,DEPTH 8'TO 10',INCLUDING TYPE II(NO.57 $P12 So -Qt 9%2 .5, I S-1E STONE)BEDDING MATERIAL LF 21 18"DIAMETER DUCTILE IRON SANITARY SEWER PIPE CLASS 300,DEPTH 10'TO 12',INCLUDING TYPE II(NO. /$ (/ S-1F 57 STONE)BEDDING MATERIAL IF 832 /bua' JACK AND BORE 12"DIAMETER STEEL CASING, MINIMUM WALL THICKNESS 0.219 INCH,CARRIER PIPE INCLUDED,8"DIAMETER,FIELD LOK DUCTILE IRON i $s, `3�r 7 , SANITARY SEWER PIPE,CLASS 350,RESTRAINED JOINT, b et S-4 END SEALS LF I 120 Page 12 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements, Phase ii MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 UTILITY—SEWER: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT PRE-CAST SANITARY MANHOLE,GA DOT STD 1011A, S-6 TYPE 1,DEPTH 0'TO 6'148"DIAMETER) EA 12 31-60, ° 'I •� ADDITIONAL SANITARY MANHOLE DEPTH,TYPE 1, S-7A DEPTH CLASS 1(48"DIA.) VF 13 170. Cb o ,, ala• ADDITIONAL SANITARY MANHOLE DEPTH,TYPE 1, I170, l7d. 4670, $S-7B DEPTH CLASS 2(48"DIA) VF 51 5-10 OUTSIDE DROP PIPING EA I 1 t01 6i` •d0 DOGHOUSE/CONNECTOR MANHOLE,INCLUDING BASE, $5 g (/ S-11 CONE,AND RING AND COVER(48"DIAMETER) EA 2 ' f/0�4� CUT AND ABANDON EXISITNG SANITARY SEWER, I 11. S-17 DIAMETER VARIES CY 4 I$ ( Da• 440 $3/I000.00 5-18 ABANDON MANHOLE EA 3 ���• `h� �/ `f) 00 ALTERNATE#1 MICRODUCT 18/14 MMX4 CONDUIT 8Y DURA-LINE OR 1(0,75 s 74s L-tO0 S M-7 APPROVED EQUAL LF 11035 UTILITY-WATER&SEWER SUBTOTAL 1, g 33, 74� 7.5 **GRADING COMPLETE: Includes any work without a specific pay item such as:cut and fill,constructing shoulder and subgrade,finish grading,removal and disposal of roadway items,demolition,construction layout,removal resetting values,meter boxes,saw cut asphalt edges,valve boxes and meter boxes,remove or reset existing storm,drain&sanitary structures&pipe,fine grading,bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance. LS(Lump Sum)—Attach itemized break of lump sum amount on a separate sheet. FORCE ACCOUNT: $ 400.000.00 ROADWAY: $ �� 145b, 13 b. 00 TEMPORARY EROSION CONTROL: $ r yz, 131. 25 RETAINING WALL: $ /4,2 (2DD_O . tJ� TRAFFIC SIGNALS,SIGNING AND STRIPING: $ 55 ! QQ . 4 D I. a5 PERMANENT EROSION CONTROL: $ ""/ 54/0. 0--0 UTILITY-WATER&SEWER: $ , g33, 744. +7 5 PROJECT GRAND TOTAL: $ l� 57 , It T , c25 Page 13 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II Augusta, GA Engineering Department CONTRACTOR'S DOCUMENTS MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 G E' O R CIA Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta,Georgia Augusta Procurement Department ATTN:Procurement Director 535 Telfair Street,Suite 605 Augusta,Georgia 30994 /ni J Name of Proponent: Ketr-aSi r .crteti (,. eaN y Street Address: / APA c f 1.4D 1/41-s-rq,t q.- l„ky City,State,Zip Code: ILL 61+3?a, bP 3 &1 07 Phone: 7' L- 7-3(- 5,Z b Fax: 7ut4, '731 - $(e Ze Email: bCoche*rPr ecves cc , Do You Have A Business License? Yes: ✓ No: Business License#for your Company(Must Provide): L.. C C 20 07 003 5 3 3 Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity(State or Local)does not require a business license,your company will be required to obtain a Richmond County business license if awarded a Bid. For further information contact the License and Inspection Department n 706 312-5050. r� List the State,City&County that issued your license: 6,etot-6t ()kat - O tC G4'0'5171 Acknowledgement of Addenda:(#1)✓(#2) ✓-(#3)1/...-7(#4) :(#5): (#6) :(#7) :(48) NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLJCABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of race,religion,gender,national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies Including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent By submission of a bid,the vendor certifies,under penalty of perjury,that to the best of Its knowledge and belief: (a)The prices in the bid have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the bid have not 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 bid for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Bid 16-222 Marvin Griffin Road Improvements—Phase II Bid Due:Tuesday,September 13,2016 @ 3:00 p.m. Page 5 of 15 Conflict of Interest By submission of a bid,the responding firm certifies,under penalty of perjury,that to the best of Its knowledge and belief: 1.No circumstances exist which cause a Conflict of interest in performing the services required by this RFP,and 2.That no employee of the County, nor any member thereof, not any public agency or official affected by this RFP, has any pecuniary interest in the business of the responding firm or his sub-consultant(s)has any Interest that would conflict in any manner or degree with the performance related to this RFP. By submission of a bid,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief; (a)The prices in the bid have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor. c)No attempt has been made,or will be made,by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payment or consideration, Contractor Affidavit and Aareement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. § 13.10-91, stating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and is participating In a federal work authorization program' [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-603), In accordance with the applicability provisions and deadlines established in 0.C.G.A§13-10-91. The undersigned further agrees that,should it employ or contract with any subcontractor(s)in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13-10-91 on the Subcontractor-Affidavit provided In Rule 300-10.01-.08 or a substantially similar form, Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta,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-VerifyUser Identification Number(Company I.D.)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: httjs://e-verify.uscis.gpv/enroll/ and/or http;jjwww.dul.ittatte.g .us/pdf/rptes/304 10 I.pdf *•E-Verify•User Identification Number(Company 1.D.) ?NI•01-f q• NOTE: E-VERIFY USER IDENDIFICATION NUMBER (COMPANY 1.D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING(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,�+ -awes CrvSTM.tCTtai� (�.rc9ANY Coma y -me BY: Au orized Officer Agent (Contractor Signature) / POt A in (OK /435'3 ANr Sscn.en An7 Title of Authorized Officer or Agent of Contractor .0,1111111% DA 1-4 a.S 3 Su.6 lo s e Bianc 1i�, Printed Name of Authorized Officer or Agent +',``\O �O O . SU' CRIBED ' , WORN :•FORE ME ON THIS THE i 3_ DAY OF 0 cTOdo A_ ,20/tie ±Z.3 eV Ai `/-" NOTARY SEAL Z °%C.\1114 "v00 • Notary Public William Brandon Cooper h ,Q, • Notary Public,Columbia Ca.(iA ''', ,,, •••"'•••0 G9 `Z• My Commission Expires: Menthe( ion ifji'b�Q 1Cp;```Sk You Must Complete and Return the 2 pages of Attachment B with Your Submittal.Document Must Be Notarized. REv.8/6/2015 Bid 16-222 Marvin Griffin Road Improvements—Phase II Bid Due:Tuesday,September 13,2016 @ 3:00 p.m. Page 8 of 15 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 3 %LSBOP utilization on this contract. The bidder/offeror if unable to meet the LSBOP goal of % will submit documentation demonstrating good faith efforts. Name of bidder/offeror's firm: { c V t S N ST 11rt.�r(pN "'�PgrYy , By D4z.e.A S 2. bbS (Print Name) ir t 6 / 64 3/h t (Signature (Date) i Bid 16-222 Marvin Griffin Road Improvements—Phase II Bid Due:Tuesday,September 13,2016 @ 3:00 p.m. Page 14 of 15 oci aA re m n Zo iz HI c'r O ...i • .. n n A/ 3i.111 A n 3 1 v r $ ° a vt • I r;..)-- Acu...1 mkg > li P 4. .o D a _ 4 4 o -J •o A 8 3 ff 5 ... $ (44 7 3 3 o_ii , z P171 � 5• ' ; 1 ' N ".1% r 4 L.• 3 a a g Z f1 LP 7)1 L'9' r _SS77 own o • v. . H j; 3 I. 0 1e in . I .11:-D 2 -4 .0 e,• g • 1242 g ro A ... 4. t N -C o a 3 of U d o --Z.."A� 5• 3' S,' c eo A A 3 Z aas Z 0 n i s m ia: 0 �l A Vc . n D o 1 amrt Es: la w �V 2 Z 7 n n o, a Oa. N a 12 1 P o 4! C 2 61 o a I fl tth i74.--.. 7; z. D fi'a t t T:.,a, o 77.,;p : N ‘f 4 -h N Marvin Griffin Road Improvements PROJECT Projects, Phase II LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTOR/SUPPLIER TO: Reeves Construction Company (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity (check one): Individual Corporation X 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 X 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 Erosion Control and Grassing D. The undersigned states that they will be performing ii q %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. Charles W Ware, LLC Date: 10/11/2016 (LSBOP Contractor Firm Name) By: c. _ (Signature of Authorized Representative) Bid 16-222 Marvin Griffin Road Improvements-Phase II Bid Due:Tuesday,September 13,2016(aj 3:00 p.m. Page 13 of 15 Dec 2815 03:15p p.1 Compliance Department G F." 0 KG I A Yvonne Gentry DBE Coordinator November 20,2015 Charles Ware c/o Charles Ware,LLC 2940 Hillcreek Drive Augusta,Ga 30909 Dear Mr. Ware: Your firm has been registered as a Local Small Business Opportunity Program(LSBOP)with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning November 20, 2015. Registration entitles your firm to be included on the 1,SB website directory and your firm information will be submitted to all contractors bidding on the Augusta-Richmond County projects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-7114712 or visit www.demandstar.com for more information. As a registered firm, you are required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide ibis notification, in writing, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely, 10116" fftedifef Yvonne Gentry DBE Coordinator YG:tw cc: Vendor File Compliance Department 535 Telfair Street-Suite 610-Augusta,GA 30901 (706)g21-2406-Fax t 706)821-4228 WWW.AUGUSTAGA GOV PROJECT On/Ytvt b r r�F r ,sem �Jx�fit a c P>t.a 11 LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM LETTER OF INTENT TO PERFORM AS A SUBCONSULTANT/SUBCONTRACTOR/SUPPLIER TO: ?t C ,ivSl� 'i `�JCr'49s4r4y (Name of Proposer) A. The undersigned intends to perform work in connection with the above project in the following capacity (check one): Individual Corporation J 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 Vv'' 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 RLi1,1 N D. The undersigned states that they will be performing" a %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) -7 ! jJ +1 (Signature of Authorized Representative) Bic 16.222 Marvin Griffin Road Improvements—Phase I Bid Due:Tuesday,September 13,2016 @ 3:00 p,m. Page 13 of 15 Compliance Department ra r" o r; 0 1 a Yvonne Gentry DBE Coordinator April 26,2016 Ruby Jenkins-E3asey c10 RRB Trucking LLC 1771 Dixon Airline Rd. Augusta,GA 30906 Dear Ms. Jenkins-Bascy: Your firth has been registered as a Local Small Business Opportunity Program (LSBOP) with the Augusta-Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning April 26, 2016. Registration entitles your firm to be included on the LSH website directory and your firm information will be submitted to all contractors bidding on the Augusta-Richmond County projects. Placement on the LSB Directory's list is no guarantee of solicitation for informal or formal invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-71 1-1712 or visit ,_ a\ 4i,_11..t�x3 is x_o n for more information. As a registered firm, you arc required to notify the Disadvantaged Business Enterprise Department of any changes in ownership and/or control of your firm. Failure to provide this notification, in writing, may result in your firm being removed from the Local Small Business Opportunity Program register. We welcome you to the Augusta-Richmond County Local Small Business Opportunity Program. Sincerely, Yvonne Gentry Yvonne Gentry DBE Coordinator YG:tdw cc: Vendor File Compliance Department 535'1 elfair Street-Suite 600-Augusta,tiA 30901 1706)821-2406-Fax(706)821-4228 WWW Auc;t;s-rnc.x,t,t:7V ( ,9O R C I A You Must Complete and Return with Your Submittal. Document Must Be Notarized 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 f flowing with / Alrespect tomy bid for an Augusta, Georgia contract for j t o 1"rtim# rrLo-020242 I r aft fnv IP ra.0 STA'•wot w.-rti (ITB Project Number and Project Name) DALC4 S -SZc66t � (Print/type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) P t V e S t`.$5/ 1 CTr u r,J N (Print/Type:Name of business,corporation,partnership,or other private entity) 1.) ✓- I am a citizen of the United States. OR 2.) I 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 makes 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 Geor ;4w tb:" adris Signatu of Applicant DACLraS , .J�b 6S Printed Name *Alien Registration Number for Non-Citizens `��tiNtlHNs��i SUBSCRIBED ANR RN BEFORE ME ON THIS THE �3 DAY OF OCT66e t-. 2olSe.or- o �ranq►o' � -p — Notary Public W7litanBrandon C r �q"►-e.4. m Ntxary Public,Columbia Co..OA ..C>' tbllo My Commission Tem NOTARY SEAL. ��C,G .•f baa Co•• %%%` ��NlllilN��� Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL REV.2/17/2016 Bid 16-222 Marvin Griffin Road Improvements-Phase II Bid Due:Tuesday,September 13,2016 CO 3:00 p.m. Page 7 of 15 G OROJA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFt # /6".2). 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 pqprporatloq.which is engaged in the physical performance of services under a contract with Kms.c�c5 G,, G-.o"r,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), P.L. 99-603), in accordance with the applicability provisions and deadlines established In O.C.G.A 13-10-91. 13I (12C7 E-Verify•User Identification Number �okr A. M 61I, pc, . Company Name �� BY., rued or Agent ontractor Signature). Pts ci Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an �1 A 1c-6111 E VUaerify" er identification Number on or after July dok i r. /u '';I l 1.2009. Printed Name of Authorized uttimr or Agent For additional information: State of Georgia htto://www.doi.statexia.us/pdf/ruiesl300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https.//e-verifyuscis.gov_tenrol/ DAY OF0 r•' 11:.�«w�� , jitin Oki Niki 'V� USAA�, Notary Pub 64k My Commies n Expir s: cI9 t� oq /O I l a� NOTARY SEAL . ► 1A 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 pan 81&222 Marvin Griffin Road Improvements-Phase II Pig,2013 ROIA In accordance with the Laws of Georgia,the following affidavit Is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR } I, ,lout $ A.LC61h1 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. Affiapt further states that pursuant t O.C.G.A.Section 36-91-21(d)and(e), n A. 11AC ter (1, P C. 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-..1O{►U!` R. M. &i 11, PE. 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 oily,or if furnished to any other bidder,dthat the material shall be at a higher price. .....( ��•) �L Signet ref Authorized Coihpany Representative Q r-e.S i drrk. Titlen WI I� o and subscribed before me this f t�fut^tca/ ,2011 Notary S lure �Ng"" � Notary Public: �n a. .Sire-l (Print Name) 1 ?AAN•Q.s County: co 1 LI.-nen In j -d[..-, \ . Commission Expires: 09/t71' O O 1 9 NOTARY SEAL te`<<+ Noe seeA 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 Rid diem 116.222 Marvin Griffin Road Improwmanb-Phase 1 Page 3 of 3 4ROlA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# /6-02.2,7- 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, orpoQrporatin which is engaged In the physical performance of services under a contract with -Kek.3.0 C....,s9 rt G'..e..7 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), P.L. 99-603], In accordance with the applicability provisions and deadlines established In 0. C, G.A 13-10-91. /'?o ?3s- E-Verif/y/* User identification Number ir " ,- .., v_. , Compan; Nam i 1. r BY: P uthorl 4. a Icer or Agent on�tr�ac or Signature) � Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an ( C)i 71. E-Verlfy"User Identification Number on or after July 1,2009. Printed Name Authorized Officer or Agent For additional information: State of Georgia http4www.doi.state.aa.us/odf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httosJ i/ /e-verifv.uscis.govlenrol DAY OF c ,20/7 Notary Public 4,(eyly,,.. DONNA M.LONG MyCommission Ex fres: Notary Public,Georgia Expires: f 9 NOTARY Wteckley County ommission Expires January 20,2019 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). Ray.7/z2/2011 Bid Rem 016222 Marvin Griffin Road Improvements-Phase II Page 2 of 3 G e O R G I A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, UCLirtni kletig.cc certify that this bid or proposal is made without prior understandin , 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 furter states that pursuant to O,C.G.A.Section 36-91-21 (d)and(e), Mt}�4 F 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 MGS pc Is bona fide, and that no one has gone to any supplier and attempted to get such ersoh 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. Sign trre oft o zed- Company Representative Title NT Sworn to and subscribed before me this day of ,2017 g' (S - No#aryI ature r')-1 Notary Public: 4U Jh, 4<i .- (Print Name) County: Commission Expires: 1-- 2d--( ' NOTARY SEAL DONNA M.LONG Notary Public, Georgia • Biecktey County My Commission Expires Note: The successful vendor will submit the above forms to the ProA ,niment 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 km1116-222 Marvin Griffin Road improvements—Phase II Page 3of3 4RGIA In accordance with the Laws of Georgia,the following affidavit Is required by all vendors ?AtJøs ���� // N,ONN-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, W• (Ahh.t. 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 ail 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. t fixf r states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), W Aux,ICC has not, by itself or with others, directly or I rectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(sjhe 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 "1/Ut4 (AI A+.CLfCis 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, furnishedd�to�anjy/Jothier bidder,that the material shall be at a higher price. kit vW- Signature of Authorized Company Representative CEG / AlAJ ' Title Swo to and subscribed before me this Doi day of FebruanJ� ,2017 Q. ,=A:,., ,Oer G) iiu -- N y Signature,,__ Notary Pub trori i A- Lree- .&ke.(Print Name) ',~Y� 40TAgi.�i9' County: �GL(iez PerrO : vomit.4,. r�n : . 0,19 i Commission Expires: C --(C- 20l 4 NOTARY S=, r s.�‘o ..:(7 izt.% ;.tick, • 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). R.v.7/22/2011 Old Item#11422 Mandn edSa Road Improvements—Phase II Pape 3 of 3 , Ci WO R Ci 1 A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# /I0-c2.202- 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 pprporatiog,which is engaged In the physical performance of services under a contract with ice e. (, s ...G,,411 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), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C. G.A 13-10-91. 412. 323 Li E-Verify*User Identification Number CkAnies /t/ IAJl.f_l LL Corpjany rime 44 . r (4 .04 B . Authorized Officer or Agent i. (Contractor Signature) Till of Authorized Cater or Agent of Contractor Georgia Law requires your company to have an `,l E-Verlfy'�User Identification Number on or atter July Lg LA /t, i 4W L- 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia htto://www.dol.state.ca.ushadf/rules/300 10 1.Ddf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https://e-v�erriifv.uscis.Dov/enroll Oa DAY OF Februa r1/ ,201Z X104 D—~;r r c"--7:::—. --.::/;_,:.;)-Zer-Ag... Leulile- /V+61‘442'...t''' Notary Public """: Comm.Exp. w' My Commission Expires: �;. °5�o-wr ..:w rf : C /D- 3Ulq <� A .� 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). sev.7/22/2011 Bid Rem#18.222 Wroth tin Road Improvements—Phase 8 Page 2 of 3 Q O R U T A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFPIRFQ# /6-.202.2- SUBCONTRACTOR .202.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 Arporatioll,which Is engaged in the physical performance of services under a contract with , 0,,,00/ 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), P.L. 99-803], in accordance with the applicability provisions and deadlines established in O.C. G.A 13-10-91. 3 31,6 E-Verify*User Identification Number mea n Name I 12 vl� t-lam ri J l�� /TrZ't c2aL�� B Authorized Officer or Agen 0(Contractor Signature) 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 3int.U91,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.doi.state.ga.us/pdf/rules/300 10 1.pdf SUBSCRIBED • D SWORN BEFORE ME ON THIS THE https://e-verifv.uscis.gov/enroll/ /DAY •F _..n. 2010 apr �•%�: tp.. r •mmissionExpires• p ,� (� �� V • ~,7O/d NOTARY SEAL 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 Ran/16222 Marvin Griffin Road Improvements-Phase g Page 2 of 3 d Lr' O R G I A In accordance with the Laws of Georgia,the following affidavit is required by all vendors �p NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 'y7f An11 ' 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 clvi!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 furter tate t at pursuant to O.C.G.A.Section 36-91-21 (d)and(e), (6 F C+0 CA (-43/41.46' has not, by itself or with others, directly or indirectly, prevented or at emptdd 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. y� ,//' Affiant further states that the said offer of 8//b T/KTttcsc to ct, is bona fide, and that no one .• gon= , any supplier and a =, • ed to get such person or company to furnish the materials to the bidder nly,or if rnis • a yo .r bidde, at the material shall be at a higher price. gnature of Authorized Company Representat ;NI ' C&4 Tile Sworn to d sub=crib :ore e t a,day of rel( t ,2019 at' or Notary Public: . l.. �� r1Cl I/G/T�7 '9rint Name) County: L,/ / Commission Expires: tc.yr y' o• �(jf NOTARY SEAL 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 Nam 116.222 Marvin Griffin Road dnprovamanta-Phan*II Page3of3 • Q E' O R GI A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFPIRFQ# - a 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, orrporatio which is engaged in the physical performance of services under a contract with f-ee.aes Las,r*M i'.- G,,,rrwr 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 Uhited 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. .1 71111 E-Verify*User Identification Number fir Y 1 )fS LL-L- Company Name a-eAutikdf Officer or Agent (Contractor Signature) owner Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an �()� n�nV t E-Vertfy*User Identification Number on or after July t �If IH 1,2009. Printed Na e o Authorized Officer or Ag t For additional information: State of Georgia htto://www.dol.state.oa.us/pdf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httos://e-verifv.uscis.00v/enroll/ 2n t DAY OF ry ,2on 0t0111rr'„�, 11fl�A �� �i,� 1.....'srt '9i Not= Public / �� �f o'"F+q•0-1 �O T !- ) = My Commission Expires: V,. ` 42) Note: The successful vendor will submit the above forms to ttr9 ProCuremehf Department no later than five(5)days after receiving the "Letter of Recommendationet)Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid Dem 06.222 Marvin Griffin Road ImprovameMe—Phase U Page 2 of 3 G E O It O I A in accordance with the Laws of Georgia,the following affidavit is required by ell vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, P4/4 -Trt)C -Y1 [-LC 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. Affiant further states that pursuant to O.C.G.A.Section 35-91-21 (d)and(e), rz126- lrt( L-LC_ 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 R IC t v i , L L.C. 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 onl r if furnis :- to =ny other bidder,that the material shall be at a higher price. .. 1. f/LA ignature .f r_u • ed CompanyRepr- entative Title tw I Ner Sworn to and subscribed before me this day of tclrZ) ,2017 - pis Not nature Notary Public: Jain 4301411a. (Print Name) ����ltttlti►//,. County CDLZ)YY1�1 �%,,O`o 1FER Commission Expires: .cls WJ 27, 2QI OTARY SEAQ oO10T .� it O s A •�r N1 4 4/81.10 G �_ %gr .ti�q�B;1 ao..•OQt�` Note: The successful vendor will submit the above forms to the Pitrpir nientlAt`tfnent no later . than five(5)days after receiving the "Letter of Recommendation4(i!gf?dq,t;Atter will denote the date forms are to be received). Rev.7/22/2011 Bld Item 616.222 Marvin Griffin Road Improvements-Phase II Page Sof 3 G E/ O R O I A STATE OF GEORGIA-COUNTY OF RICHMOND BIDIRFP/RFQ# It)�22c 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 Nrporatiori.which is engaged in the physical performance of services under a contract with iceC....41 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), P.L. 99-603), in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. A8341 (1 E-Verify*User Identification Number M(Weei' 4// Crd Le Oa 41 Company Name j tAiket44,44, a, BY: Authorized Officer or Agent (Contractor Signature) Tide of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an vu t L. A. t/uR 1 2 009 Identification Number on or after July Printed Name of Authorized Officer or Agent For additional information; State of Georgia htto://www.dol.state.oa.us/pdf/ruses/300 10 1.odf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httos://e-verifv.uscis.aov/enroll/ DAY OF * ,20J7 No ry Punic My Commission Expires: / ` G/2,4) NOTARY SEAL 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). RP/a/22/21111 Bid Rom1111-222 Mervin erlMli Road Improvements-Photo II Pepe 2.13 4yRG1A in a000rdance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, IA)1 I.Ls A NI V v,ec AJ 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 civll 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 98-91-21 (d)and(e), indirectly, prevented attempted toprevent competition not, by itself or with others, directly or y p petition 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. / h„6�r1/tP - Signature ofAuthorized Company Representative V. Title Sworn to nd subscribed ore me this day of rc-b ,20n. r ' Notary Signature Notary Public: & O r 4.441 (Print Name) County: Cot u b1� 4 Commission Expires: �+Z -o , Z-+ NOTARY SEAL • 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.7/23/2033 Old Item 310.222 Mervin Griffin Road Improvamngs—Phae II Pap 3of3 4yRO1A 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 jprporatior.which is engaged in the physical performance of services under a contract with icetv¢s C.,.0.11 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), P.L. 99-603], In accordance with the applicability provisions and deadlines established In O.C. G.A 13-10-91. 543.54 E-Verity*User Identification Number 3a�v,, S�v.'fLLl Coif we.+,ovt Company Name C? BY: Authorized Officer or Agent (Contractor Signature) 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 M4 4� DKseojet-. 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia htta://www.dol.state.aa,us/adffrutes/300 10 1.ndf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httos:l/e-verifv.uscis.cov/enroll/ Y OF Rkrta.w/ ,20� htto://www.dol.slate.oa,u7oosEd1770..5/3...w.0frOii., I -14,4-td. LO-P-k.+4,46-• 01 it At Notary Public cif Comm. 0 $ % My Commission it : &•. 41,3/1 /c �J�� NOTARY SEAL '�' •• •e' 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). RW.7/22/2011 Sid Item#16.222 Marvin Griffin Road improvements—Phase tl Page 2013 l3 It-- O R G I A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, 14+.t - 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. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), 1'3o�wa t� e.r44lvk 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 tic...bweAk S.,.h4san `re.,,AAtt bona fide, and that no one has gone to any supplier and attempted to get such person or companytto furnissh the materials to the bidder only,or if furnished to any other bidder,that the material shall be at a higher price. - 0140_27-157.— Signature of Authorized Company Representative t D- t4L.E.S ; Title ,� Sw to and subsc d before me this d'r N"{day of N=bwusx44' ,2011 Notary Signature r,, '.... #?fo;Tg9 s1 ' Notary Public•T)r w1 C?ac,Tq. W 14:4‘,4,/ (Print Name) p i •'f' s. . • . ; + " County: W•.-+rc.1 ? 3/14i �•.40800 .•'t Commission Expires: 31i4/1-4) NOTARY SEAL '$q'••..•••...••' co 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 Item 118222 Mervin Oriilln Road Improvements-Phase ti Pigs a ot3 4? ROIA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# 16'.22a- SUBCONTRACTOR AFFIDAVIT By executing this affidavit,the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, slating affirmatively that the individual,firm,orppprporatio which is engaged in the physical performance of services under a contract with t4ee.., sr r 04-4•07 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 1988 ([RCA), P.L. 99-603J, in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. �f1 ,c9 E-Verify*User identification Number Peek- tv..rtr.-em- (spa,-1G1.31LL Company Name 1•4412,W BY: Authorized Officer Agentnt (Contractor Signature) Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-VedfeUser identification Number on or after July %cal bye 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia htta:J/www.dol.state.aa.usiodf/ruies/300 10 'Lod( SUBSCRIBED AND SWORN BEFORE ME ON THI S'(1cti8uu i/e-verifv.usclssaov/enroll/ ��(� �� .( HARe�ryii DAY OF c� .20 %pSARy�.,-''�� pU s o" i Notary Public �� B couuaas My Commission Expires: '. EXPIRES }cr: ,-9 /y24, Y SEAL COS"— ////41111M 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 81d Item#18222 Malvin OdilM Road Improvements-Phase II Page 2013 ESO R G I A In accordance with the Laws of Georgia,the following affidavit Is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, &bill 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 furter states that pursuant to O.C.G.A.Section 36-91-21(d)and(e), 6 Oye Pee k.t' s-ne..v nNoru.�r.3 tuc 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. Afflant further states that the said offer of PeeltPQ.K,.wti-rraic.v3t.sc 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. Sign re of Authorized parry Representative e Title Sworn to and subscribed before me this '_ day of ,20(? Notary Signature Notary Public: -1-0,--4"-->{ a,�Iuttri„y (Print Name) ` }IAR ,r • ri County: Vtocriv •` • OT 1 �' '� Commission Expires: C (ç.iutje Ili VOTARY SEAL COMMISSION SS EXPIRES ' '!4��`,Y 24.2 ,�to Note: The successful vendor WN' tlivb ve forms to the Procurement Department no later than five(5)days after race Iflhtl%'�`�etter of Recommendation”(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid Item#15.222 Marvin Clan Road Improvements-Phase a Page 3013 Company ID number:48048 THE E-VERIFY PROGRAM FOR I M}'LOY.M'ENT VERIFICATION 1ViEMOIIA.NDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This'Memorandum of Understanding (MOU) sets forth the points of agreement between the Social Seeurity.Administration(SSA),the Department of Homeland Security(DHS)and Reeves Construction Company-Corporate Office(Employer)regarding the Employer's participation in the Employment Eligibility Verification Program(E-Verify). &Verify is a program In which the employment eligibility of ail newly hired employees will be confirmed after the Employment Eligibility Verification Form(Form 1-9)has been completed. 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). ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF THE SSA 1. Upon completion of the Form I-9 by the employee and the Employer,and provided the Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all newly hired employees and the employment authorization of U.S. citizens, 2, The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E. Verify program procedures,and to limit access to such information,as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by the 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), 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 3 Federal Government work days of the initial inquiry. 3i II t�I Company ID Number:48048 5. SSA agrees to establish a means of secondary verification (including updating SSA records as may be necessary)for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconf]rmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA,unless SSA determines that more than 10 days may be necessary.In such cases,SSA will provide additional verification instructions, B. RESPONSIBILITIES 01?THE DEPARTMENT OF HOMELAND SECURITY 1. Upon completion of the Form 1-9 by the employee and the Employer and after SSA verifies the accuracy of SSA records for aliens through B-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct: • Automated verification checks on newly hired alien employees by electronic means,and • Photo verification checks(when available)on newly hired alien employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the &Verify program. DHS agrees to provide the Employer names,titles,addresses,and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DNS agrees to provide to the Employer a manual (the E-Verify Manual) containing instructions on&Verify policies,procedures and requirements for both SSA and DHS,including restrictions on the use of&-Verify„DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the B-Verify program. DHS also agrees to provide to the Employer anti- discriminaation notices Issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC),Civil Rights Division,and U.S.Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer,and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the B-Verify program,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 Immigration and Nationality Act and federal criminal laws,and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative noneonfirmatlon of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 1 Company ID Number:48048 8. DHS agrees to establish a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfinnation 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,DHS will provide additional verification instructions, C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees. 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 regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the E-Verify Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The employer agrees that all employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of B- Verify. B. Failure to complete a refresher tutorial will prevent the employer from continued use of the program. 5. The Employer agrees to comply with established Form 1-9 procedures, with two exceptions: • 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. § 274.2(b)(1)(B))can be presented during the Form 1-9 process to establish identity). + If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I-9. The employer will use the photocopy to verify the photo and to assist the Department with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A,or List B and List C,documentation to complete the Form I-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation In E-Verify does not exempt the Employer from the 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, except for the following modified requirements applicable by reason of the Employer's participation in P.- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a Company ID Number:48048 rebuttable presumption is established that the Employer has not violated section 274A(a)(I XA)of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the Individual in compliance with the terms and conditions of E-Verify;(3)the Employer must notify DHS if It continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $500 and $1,000 for each failure to notify DHS of continued employment following a final nonconfirmation;(4)the Employer Is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(aXl)(A) if the Employer continues to employ any employee after receiving a final nonconfirmation;and(5)no person or entity participating In &Verify is civilly or criminally liable under any law for any action taken In good faith on Information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 compliance inspections during the course of E-Verify,as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verity verification procedures within 3 Employer business days after each employee has been hired(but after both sections I and 2 of the Form 1-9 have been completed),and to complete as many(but only as many)steps of the E-Verify process as are necessary according to the B-Verify Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is 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. In all cases,the Employer must use the SSA verification procedures first,and use DHS verification procedures and photo screening tool only after the the SSA verification response has been given. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants,support for any unlawful employment practice,or any other use not authorized by this MOU. The Employer must use B-Verify for all new employees and will not verify only certain employees selectively. The Employer agrees not to use E-Verify procedures for re- verification, or for employees hired before the date this MOU is In effect. The Employer understands that if the Employer uses g-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and the immediate termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article 111.B. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article 111,13, below) to contact DHS with Information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's 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.I (I))that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification to verify work authorization,a tentative nonconfirmation,or the finding of Company 3D Number:48048 a photo non-match, does not mean, and should not be interpreted as, an indication that the employee is not work authorized.In any of the cases listed above,the employee must be provided the opportunity to contest the finding,and if he or she does so, may not be terminated or suffer any adverse employment consequences 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 non-match, then the Employer can find the employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the INA by not discriminating unlawfully against any individual in hiring,firing,or recruitment or referral practices because of his or her national origin or,in the case of a protected individual as defined in section 274B(a)(3) of the INA,because of his or her citizenship status.The Employer understands that such Illegal practices can lnolude selective verification or use of E-Verify, discharging or refusing to hire eligible employees because they appear or sound "foreign", and premature termination of employees based upon tentative nonconfirmations, and that any violation of the unfair immigration-related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274E of the INA and the termination of its participation in 13- Verify. If the Employer has any questions relating to the anti-discrimination provision,it should contact OSC at I-800-255-7688 or 1-8O0-237-2515(TOD). 12, 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. 13. The Employer agrees that it will use the information It receives from the SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of newly-hired employees after completion of the Form 1-9. 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. 14, The Employer acknowledges that the information which 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)),and that 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. 15. The Employer agrees to allow DHS and SSA,or their authorized agents or designees,to make periodic visits to the Employer for the purpose of reviewing E-Verify-related records,i.e., Forms I-9, SSA Transaction Records, and OHS verification records, which were created during the Employer's participation in the E-Verify Program. In addition, for the purpose of evaluating 1E-Verify,the Employer agrees to allow DHS and SSA or their authorized agents or designees,to interview it regarding Its experience with E-Verify,to interview employees hired during E-Verify use concerning their experience with the pilot, and to make employment and B-Verify related records available to DHS and the SSA,or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verify. Company ID Number:48048 ARTICLE Ill REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY A, REFERRAL TO THE SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2, The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation,and only after the Employer records the case verification number, reviews the input to detect any transaction errors,and determines that the employee contests the tentative nonconfirmation, The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3, If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days.The Employer will make a second inquiry to the SSA database using E-Verify procedures on the date that is 10 Federal Govemment work days after the date of the referral in order to obtain confirmation,or final nonconfirmation,unless otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to resolve the tentative nonconfirmation., 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA, B. REFERRAL TO THE DEPARTMENT OP HOMELAND SECURITY I. If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2, If the Employer finds a photo non-match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DES only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when Company ID Number:48048 the Employer issues a tentative nonconfumation based upon a photo non-match, The Employer will determine whether the employee contests the tentative nonconfumation as soon as possible after the Employer receives it, 4. If the employee contests a tentative nonconfirmation issued by DHS,the Employer will provide the employee with a referral letter and instruct the employee to contact the Department through Its toll-free hotline within 8 Federal Government work days. 5. lithe employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will provide the employee with a referral letter to DHS. 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. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will send a copy of the employee's Form 1-551 or Form 1- 766 to DHS for review by: • Scanning and uploading the document,or • Sending a photocopy of the document by an express mail account(furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match,the Employer is required to forward the employee's documentation to DHS by scanning and uploading,or by sending the document as described in the preceding paragraph,and resolving the case as specified by the Immigration Services Verifier at DES who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS The SSA and DES 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 the E-Verify System,an Employer will need a personal computer with Internet access, ARTICLE V PARTIES This MOU is effective upon the signature of all parties,and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified In writing by the mutual consent of all parties,or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, Including but not limited to the B-Verify checking against additional data sources and Instituting new verification procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the B-Verify manual. Even Company ID Number:48048 without changes to E-Verify, the Department reserves the right to require employers to take mandatory refresher tutorials. Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may terminate this MOU without prior notice 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 procedures or legal requirements. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine, 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. 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!MRIRA to any action taken or allegedly taken by the Employer. The employer understands that the fact of 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, Congressional oversight, &Verify publicity and media inquiries, and responses to inquiries under the Freedom of Information Act(FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The Individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To he accepted as a participant in E-Verify,you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify Operations at 888-464- 4218. Employer Reeves Construction Company-Corporate Office Kenneth M Carter Name(Please type or print) Title Electronically Signed 07!24/2007 Signature Date Department of Homeland Security—Verification Division • Ii Company ID Number:48048 USCIS Verification Division Name(Please type or print) Title Electronically.Sighed 07/24/2007 Signature Date ' f { Company ID Number:48048 INFORMATION REQUIRED FOR TOR E-VERIIii'PROGRAM lnfbrmatlon relating to your Company: Company Name: Reeves Construction Company-Corporate Office Company Facility Address: 4931 Riverside Drive Bldg.200,Box 13 Macon,GA 31210 Company Alternate Address: County or Parish; BIBB Employer identffioatlon Number: 580641369 North American Industry Classification Systems Code: 237 Parent Company: Reeves Construction Company Number of Employees: 10 to 19 Number of Shea Verified for; 3 Are you verifying for more than 1 site? If yes,please provide the number of sites verified for in each Slate, • GEORGIA 3 site(s) Information relating to the Program Administrator®fbr your Company on policy questions or operational problems: Name; Cbessly Goforth Telephone Number: (478)474-9092 ext.100 Fax Number: (478)474-9192 Email Address: egoforth reevesee,eom Name; Kenneth M Carter Telephone Number: (478)474-9092 ext.101 Fax Number (478)474 9192 E-mail Address: licarter@reevescc.eom iy . Bond No. 015053291 /9220256 Document A312TM — 2010 Conforms with The American Institute of Architects AIA Document 312 Performance Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Liberty Mutual Insurance Company Reeves Construction Co. 175 Berkeley Street This document has important legal 1 APAC Industrial Way Boston, MA 02116 consequences.Consultation with Mailing Address for Notices an attorney is encouraged with Augusta, GA 30907 175 Berkeley Street respect to its completion or modification. Boston, MA 02116 OWNER: SURETY: Any singular reference to (Name,le al status and r Contractor,Surety,Owner or (Name,legal status and address) g p principal place of business) other party shall be considered Fidelity and Deposit Company of Maryland plural where applicable. Augusta/Richmond County 1299 Zurich Way 535 Telair St Street Schaumburg, IL 60196-1056 Mailing Address for Notices Augusta,GA 30901 1299 Zurich Way Schaumburg, IL 60196-1056 CONSTRUCTION CONTRACT Date: Amount:$ 9,578,429.25 Nine Million Five Hundred Seventy Eight Thousand Four Hundred Twenty Nine Dollars and 25/100 Description: (Name and location) Project No. 323-04-296823603 Marvin Griffin Road Improvements, Phase II BOND Date: (Not earlier than Construction Contract Date) Amount:$ 9,578,429.25 Nine Million Five Hundred Seventy Eight Thousand Four Hundred Twenty Nine Dollars and 25/100 Modifications to this Bond: ® None [J Sec Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Reeves Construction Co. Liberty Mutual Insurance Company Signature: in -s,- 344C Signature:L- .r' l-1:.rf (7Th (LCL Name Ls s,+��5� A ` Name Nicole Ann Clark and'Title: `'� "'�'`( and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Performance Bond.) (FOR INFORMATION ONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Willis of New York, Inc. (Architect,Engineer or other party:) Brookfield Place,200 Liberty Street,6th Floor New York, NY 10281 212-915-8888 r §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; §6.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction 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. §7 If the Surety elects to act under Section 5.t,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 arc 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 be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after 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. §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) Fidelity and Deposit Company of Maryland Signature: Signature: // t /r) v �,1,— Name and Title:ft`riu,65,3,,,s S, ,5` ! . Name eaand Title: Nicole Ann Clark Attorney-in-Fact Address �S ` §�! 1299 Zurich Way IPk'i.c,I � A LI,* Schaumburg, IL 60196-1056 I s° .\I (..4. 0.9104) Bond No. 015053291 /9220256 Document A312 TM — 2010 Conforms with The American Institute of Architects MA Document 312 Payment Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Liberty Mutual Insurance Company Reeves Construction Co. 175 Berkeley Street This document has important legal 1 APAC Industrial Way Boston, MA 02116 consequences.Consultation with Mailing Address for Notices an attorney is encouraged with Augusta, GA 30907 175 Berkeley Street respect to its completion or modification. Boston, MA 02116 Any singular reference to OWNER: SURETY: Contractor,Surety,Owner or (Name,legal status and address) (Name,legal status and principal place of business) other party shall be considered Fidelity and Deposit Company of Maryland plural where applicable. 1299 Zurich Way Augusta/Richmond County Schaumburg, IL 60196-1056 535 Telair St Street Mailing Address for Notices Augusta,GA 30901 1299 Zurich Way Schaumburg, IL 60196-1056 CONSTRUCTION CONTRACT Date: Amount:$ 9,578,429.25 Nine Million Five Hundred Seventy Eight Thousand Four Hundred Twenty Nine Dollars and 25/100 Description: (Name and location) Project No. 323-04-296823603 Marvin Griffin Road Improvements, Phase II BOND Date: (Not earlier than Construction Contract Date) Amount:$ 9,578,429.25 Nine Million Five Hundred Seventy Eight Thousand Four Hundred Twenty Nine Dollars and 25/100 Modifications to this Bond: ® None [] See Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Reeves Con truction Co. Liberty Mutual Insurance Company Signature: '�`� rrJJ Signature: C1(feat (,I 1') eJ 1.-- Name '6,,A4.5 Name Nicole Ann Clark and Title: and Title: Attorney-in-Fact (Any additional signatures appear on the last page of this Payment Bond.) (FOR INFORMATION ONLY—Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: Willis of New York, Inc. (Architect,Engineer or other party.) Brookfield Place,200 Liberty Street,6th Floor New York, NY 10281 212-915-8888 §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 Surcty 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,Iiens 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 I3). §5.2 Claimants,who arc 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. §10 The Surety shall not be liable to the Owner,Claimants or others for obligations of the Contractor that arc unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any CIaimant under this Bond,and shall have under this Bond no obligation to make payments to,or give notice on behalf ot;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 rightfully 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. §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) Fidelity and Deposit Company of Maryland Signature: gn �' ••�l Ciro ' Si ature: IfiA. t1166-Lo\ Name and Title:' 11� 5 J Name and Title: Nicole Ann Clark Attorney-in-Fact Address 55 �� 5� Address 1299 Zurich Way lApA`t- AILAt,l.Y Schaumburg, IL 60196-1056 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.7590634 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY I KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Adam Martin;Aimee R.Perondine;Aiza Lopez;Ashley Sinclair;Brian Peters;Danielle O.Johnson;Donna M.Planeta;Jennifer M.Garten;Joshua Sanford;Keri Ann Smith;Michelle Anne McMahan;Nicole Ann Clark;Stacy Rivera;Stephan'A.Trudeau all of the city of Hartford ,state of CT each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. I I IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 10th day of January , 2017 . as 0,0h:y. 1HsUgR ,tet kmsiirk.0.,,a >At,'f� wF �,, n1,,,c., The Ohio Casualty Insurance Company u)0 Liberty Mutual Insurance Company a> 2 W 1991 West American Insurance Company to -,-,,%`tc.N,s'�2 �- ^roins,P c w * * By: 7//^_y�� j C STATE OF PENNSYLVANIA ss David M.Care(Assistant Secretary C to ++L COUNTY OF MONTGOMERY c cv d0 0 On this 10th day of January , 2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance V E- t) y Company,The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes d N to = therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W eta = E d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 Q, Z <0 P pq COMMONWEALTH OF PENNSYLVANIA d-./124-1-4116 Z''O d-73 rg�4,0oNwe..gT�t Notarial Seal U 9 /4l- , ya.,co) C 7, ,te u 'A.'? Teresa Pastella,Notary Public By: �l/�%l C4lJ NiQ%�� O 73 O i OF Upper Merion Twp.,Montgomery County Teresa Pastella,Notary Public d — L �� My Commission Expires March 28.2017 cu e,O �'(,� i^ V`O Member,Pennsylvania Association of Notaries 0 E a. 03 C !13 This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual N p N., Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: r Os CDL ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O C t, to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, ,4+d O E acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective "5 A E y^ powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so '7 GI p a executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >-12 Z3 A the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. _Cs �.N 71 CARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E ao > e and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M O 5 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their =o? Z t) respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so v o executed such instruments shall be as binding as if signed by the president and attested by the secretary. Oto Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of ,20 . 0,,1N36, IN,s u,9 y\NSuA, G ~ a 1 y a 1912 ' 1991 By: Renee C.Llew sistant Secretary 329 of 500 LMS_12873_082016 Liberty LIBERTY MUTUAL INSURANCE COMPANY Pc Mutual" FINANCIAL STATEMENT—DECEMBER 31,2015 SURETY Assets Liabilities Cash and Bank Deposits $753,038,641 Unearned Premiums $6,580,520,311 *Bonds—U.S Government 1,547,613,446 Reserve for Claims and Claims Expense 16,917,138,677 *Other Bonds 11,088,162,545 Funds Held Under Reinsurance Treaties 210,794,503 Reserve for Dividends to Policyholders 358,033 *Stocks 9,919,835,033 Additional Statutory Reserve 29,659,093 Real Estate 295,926,247 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums 4,487,501,643 Other Liabilities 2,789,478,276 Accrued Interest and Rents 120,872,424 Total $26,527,948,893 Special Surplus Funds $67,890,944 Other Admitted Assets 14,130,266,527 Capital Stock 10,000,000 Paid in Surplus 8,829,183,823 Unassigned Surplus 6,908,192,846 Total Admitted Assets 542343,216,506 Surplus to Policyholders 15,815,267,613 Total Liabilities and Surplus 542,343,216,506 e4su Q * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1912 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I,TIM MIKOLAJEWSKI,Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2015,to the best of my knowledge and belief. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 15th day of March,2016. 1 P 0. ,. A. Assistant Secretary S-1262LMIC/a 3/16 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute,and appoint Nicole Ann CLARK,Jennifer M.GARTEN,Danielle D.JOHNSON,Aiza LOPEZ,Adam MARTIN,Michelle Anne McMAHON,Aimee R.PERONDINE,Brian PETERS and Donna M.PLANETA,all of Hartford,Connecticut, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed:any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 26th day of September,A.D.2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND (SAL : 7 m• ;t tea' , toN! 'o: i � 044Fo /�Aata Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 26th day of September,A.D.2016,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F.HALEY,Vice President,and ERIC D.BARNES,Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. 92t6tAe; c r . t '�i�rii:ointto ii IMO Maria D.Adamski,Notary Public My Commission Expires:July 8,2019 POA-F 063-9180A I FIDELITY AND DEPOSIT COMPANY 1 OF MARYLAND 600 Red Brook Blvd.,Suite 600,Owings Mills,MD 21117 I Statement of Financial Condition As Of December 31,2016 1 ASSETS f Bonds $ 141,903,342 Stocks 22,845,654 Cash and Short Term Investments 3,080,053 € Reinsurance Recoverable 13,996,720 E C Other Accounts Receivable 27,147,872 TOTAL ADMITTED ASSETS $ 208,973,641 LIABILITIES,SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses $ 896,428 Ceded Reinsurance Premiums Payable 40,193,693 Securities Lending Collateral Liability 0 4 TOTAL LIABILITIES $ 41,090,121 Capital Stock,Paid Up $ 5,000,000 Surplus 162,883,521 Surplus as regards Policyholders 167,883,520 1 TOTAL $ 208,973,641 C I Securities carried at$62,166,344 in the above statement are deposited with various states as required by law. i ti Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of r market quotations for all bonds and stocks owned,the Company's total admitted assets at December 31,2016 would be$209,350,832 and surplus as regards policyholders$168,260,711. t I I,DENNIS F.KERRIGAN,Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby g certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company on the 31st 1 day of December,2016. 10 , - Corp.•rate Secretary k State of Illinois SS: f City of Schaumburg I Subscribed and sworn to,before me,a Notary Public of the State of Illinois,in the City of Schaumburg,this I"day of March,2017. i 5 , U Notary Public o i DM F1VL JOII'-EA ' OFFICIAL SEAL Notary P..clic-Si.'to of Illinois e My Commission Expires February 24,2018 �. i 0 Disclosure Statement ZURICH NOTICE OF DISCLOSURE FOR AGENT&BROKER COMPENSATION If you want to learn more about the compensation Zurich pays agents and brokers visit: http://www.zurichnaproducercompensation.com or call the following toll-free number: (866)903-1192. This Notice is provided on behalf of Zurich American Insurance Company and its underwriting subsidiaries. U-GU-874-A CW (06/11) Page 1 of 1 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Reeves Construction Company #1 APAC Industrial Way,Augusta, GA 30907 as Principal,hereinafter called the Principal, and Liberty Mutual Insurance Company 175 Berkeley Street, Boston. MA 02116 a corporation duly organized under the laws of the State of MA as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta/Richmond County Commission 535 Telfair Street Room 605, Augusta, GA 30901 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars($ 10% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Marvin Griffin Road Improvements Phase II NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shalt pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Worts covered by said bid,then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of October , 2016 Reeves Construction Company (Principal) (Seel) (Witness) BY: ir 0).---3tuv's ASTer4^? Se" 441 (170e) ¢ Liberty Mutual Insurance Company 09-' ./�t (Surety) (Seal) Danielle Johnsh Maness) �meDonna M. Planeta (Te) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 ' T � • This Power of Attorney limits the acts of those NIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated, Certificate No.7493900 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the taws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies°),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Adam Martin;Aimee R.Perondine;Aiza Lopez;Ashley Sinclair;Brian Peters;Danielle D.Johnson;Donna M.Planeta;Jennifer M.Garten; Joshua Sanford;Keri Ann Smith;Michelle Anne McMahon;Nicole Ann Clark;Stacy Rivera;Stephani A.Trudeau all of the city of Hartford ,state of CT each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of September 2016 , �,, op cASG �,,tMs� titnsu wsup American Fire and Casualty Company "pi Wit" ` -'4.1-ql �y. i,,A Sit $,ii ,,rc;, ,it ,-� '%., The Ohio Casualty Insurance Company to i 40ri+ o 0 1919 v ^ 4 141 z n :' ) stmericanInsuranceCompay//!/`in By: C STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary C la 4x L COUNTY OF MONTGOMERY _ re Eco On this 22nd day of September , 2016,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American Fire and v i- tU a Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, fn1 p. execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. E IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O O. !O Pws COMMONWEALTH OF PENNSYLVANIA z+Ct m 15 q wy{F!{ Notarial seal �//�1/,��_,,1 �f ,ra I' C'a ,.. rJ T. v Teresa Pasiena,Notary Public By: j .2 irid�� O 4f CS d or Plymouth Twp.,Montgomery County �i p Imo Teresa Pastella,Notary Public CI ` ¢ My Commission Expires March 28,2017 83' ' we 4q Member,Pennsylvania Association or Notaries 0 EI a C This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance 0 c 6,`,, Company,Liberty Mutual Insurance Company,and West American insurance Company which resolutions are now in full force and effect reading as follows: w Ri t en ` ARTICLE N-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O CI e,E, to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, ,+m O.E acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective 5 2 E m powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so p R executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under �l >the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. .c ' NI To c ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, =ol > i and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, _!Vi 0 8 seal,acknowledge and deliver as suretyanyand all undertakings,bonds,recognizancesrc eh' dg g and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their �oo Z V respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 8 or executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 VI Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- H 7-:fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked: f IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of l Ctj (J?t- ,20 /(0 - „„00 CAR, ��Y INS 0,* �tNSU4. �INS Upi <F, rr,r iii ti:' t,a^''''a'l't .'`'4,"°c, 1hYrF, ?Porn"s.e,f,. , Z 1906 n o '911 1912 c 1991 '> By: �_ a o e t, r , Gregory W.Davenport,Assistant Secretary "+jyb1'MA `�a a>>A, ,.., q.s r ;2 �r r loin t d * * * 16 of 250 LMS 12873 122013 .. Liberty LIBERTY MUTUAL INSURANCE COMPANY re.*' MutudI° FINANCIAL STATEMENT—DECEMBER 31,2015 SURETY Assets Liabilities Cash and Bank Deposits $753,038,641 Unearned Premiums $6,580,520,311 *Bonds—U.S Government 1,547,613,446 Reserve for Claims and Claims Expense 16,917,138.677 *Other Bonds 11,088,162,545 Funds Held Under Reinsurance Treaties 210,794,503 Reserve for Dividends to Policyholders 358,033 *Stocks 9,919,835,033 Additional Statutory Reserve 29,659,093 Real Estate 295,926,247 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums 4,487,501,643 Other Liabilities 2,789.478,276 Accrued Interest and Rents 120,872,424 Total $26,527,948,893 Special Surplus Funds $67,890,944 Other Admitted Assets 14.130.266.527 Capital Stock 10,000,000 Paid in Surplus 8,829,183,823 Unassigned Surplus 6,908,192,846 Total Admitted Assets..._...... S42.341316,506 Surplus to Policyholders................................15.815.267.613 Total Liabilities and Surplus ......S42,343,216,506 i ; * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1912 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial a,,'1s,.4c;..r4•, statement filed with the state of Massachusetts Department of Insurance. k I,TIM MIKOLAJEWSKI,Assistant Secretary of Liberty Mutual Insurance Company,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2015,to the best of my knowledge and belief. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle.Washington,this 15th day of March,2016. R Assistant Secretary S-1262LMIf/a 3116 Augusta, GA Engineering Department SPECIAL N D ITI N co o s MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 MARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II PROJECT NUMBER: 323-04-296823603 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-20 Masters Golf Tournament SC-21 Coordination of Work SC-1 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II SC-01 SCOPE OF THE WORK: Phase II, consist of widening of Marvin Griffin Road from a 2-lane roadway to a 4-lane roadway with an underground storm drainage system, curb & gutter, signal upgrades, and sidewalks. SC-02 BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. SC-03 PROJECT SIGN: The Contractor will furnish and install two (2) project sign on the construction site. The sign will carry in a prominent manner the names of the project, the Owner, the Engineer, the Contractor, and a 24-hour phone number for the Contractor in 4 inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 8 feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project signs in the lump sum bid item for Lump Sum Construction. SC-04 PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds of water courses adjacent to the project. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. SC-05 TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. SC-3 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. SC-12 TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. SC-13 COMPLIANCE WITH LAWS, CODES,AND REGULATIONS, ETC.: Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusive or being these only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: A. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that SC-5 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 the venue in the Superior Court of Richmond County, Georgia. SC-6 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 extension of contract time or increase in contract price, or both, directly attributable to this action of Augusta, Georgia. SC-7 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 hereby authorized to make an equitable deduction from the stipulated price. SC-8 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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-bo AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II Augusta, GA Engineering Department GENERAL CONDITIONS MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 MARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II PROJECT NUMBER: 323-04-296823603 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. SPENDOUT SCHEDULE 7 GC-05. NOTICE TO PROCEED 7 GC-06. CONSTRUCTION LAYOUT 7 GC-07. DRAWINGS AND SPECIFICATIONS 7 GC-08. SPECIFICATIONS, STANDARDS AND OTHER DATA 8 GC-09. DESIGN ALTERATION 9 GC-10. INCIDENTAL CONSTRUCTION ITEMS 9 GC-11. SHOP DRAWINGS 9 GC-12. MATERIALS, SERVICES AND FACILITIES 10 GC-13. INSPECTION AND TESTING 10 GC-14. COMPACTION 11 GC-15. CONCRETE 12 GC-16. CONSTRUCTION 12 GC-17. TEST ROLLING 13 GC-18. SUBSTITUTIONS 13 GC-19. PATENTS 14 GC-20. SURVEYS, PERMITS AND REGULATIONS 14 GC-21. FENCE 15 GC-22. PROTECTION OF WORK, PROPERTY AND PERSONS 15 GC-23. FINISHING AND DRESSING 16 GC-24. FOUNDATION BACKFILL MATERIAL, TYPE 1 16 GC-25. FOUNDATION BACKFILL MATERIAL,TYPE II 16 GC-26. GRADES 16 GC-27. LANDSCAPING 16 GC-28. MAILBOXES 16 GC1of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-29. MISCELLANEOUS DRAINAGE STRUCTURES 17 GC-30. PATCHING AND REPAIR OF MINOR DEFECTS 17 GC-31. PAVEMENT CUTS 17 GC-32. PAYMENT FOR PIPE CULVERT INSTALLATION 17 GC-33. PIPE CULVERTS 17 GC-34. PRECAST CONCRETE UNITS 18 GC-35. RELOCATED WATER METERS 18 GC-36. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD 18 GC-37. REMOVING AND RESETTING OF OBSTRUCTIONS 18 GC-38. SAW CUTS 19 GC-39. SOD 19 GC-40. STORM DRAIN PIPE 19 GC-41. SUB-CONTRACTORS 19 GC-42. SUPERVISION BY CONTRACTOR 19 GC-43. CHANGES IN THE WORK 19 GC-44. CHANGES IN CONTRACT PRICE 20 GC-45. TIME FOR COMPLETION AND LIQUIDATED DAMAGES 20 GC-46. CORRECTION OF WORK 21 GC-47. SUBSURFACE CONDITIONS 21 GC-48. SUSPENSION OF THE WORK, TERMINATION AND DELAY 22 GC-49. PAYMENTS TO THE CONTRACTOR 23 GC-50. ACCEPTANCE OF FINAL PAYMENT AS RELEASE 25 GC-51. INSURANCE 25 GC-52. CONTRACT SECURITY 27 GC-53. ASSIGNMENTS 27 GC-54. INDEMNIFICATION 28 GC-55. SEPARATE CONTRACTS 28 GC-56. SUBCONTRACTING 29 GC-57. ENGINEER'S AUTHORITY 29 GC-58. LAND AND RIGHTS-OF-WAY 29 GC-59. GUARANTEE 30 GC-60. TAXES 30 GC-61. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY 30 GC-62. ORDER AND DISCIPLINE 30 GC2of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE/I GC-63. WARNING DEVICES AND SIGNS 31 GC-64. SPECIAL RESTRICTIONS 31 GC-65. AS-BUILT DRAWINGS 31 GC-66. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER 31 GC-67. DRAWINGS 31 GC-68. FIELD OFFICE FACILITIES 32 GC-69. RIGHTS-OF-WAY AND EASEMENTS 32 GC-70. ESTIMATE OF QUANTITIES 32 GC-71. EXISTING STRUCTURES AND UTILITIES 33 GC-72. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS 33 GC-73. PRIOR USE BY OWNER 33 GC-74. CLEANING UP 33 GC-75. SALVAGE MATERIALS 33 GC-76. MAINTENANCE OF TRAFFIC 34 GC-77. FLAGGING 35 GC-78. TRAFFIC DETOURS 35 GC-79. MAINTENANCE OF ACCESS 35 GC-80. SPECIAL EVENTS 36 GC-81. EROSION CONTROL AND RESTORATION OF PROPERTY 36 GC-82. UTILITIES 36 GC-83. UTILITY ACCOMMODATION POLICY 38 GC-84. BYPASSING SEWAGE 38 GC-85. SAFETY AND HEALTH REGULATIONS 38 GC-86. WARRANTY 38 GC-87. PRECONSTRUCTION CONFERENCE 39 GC3of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-01. DEFINITIONS: Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof. 1. ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement which modify or interpret the Contract Documents, Drawings, and Specifications, by addition, deletion, clarifications, or corrections. 2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 3. BIDDER: Any person, firm, or corporation submitting a bid for the work. 4. BONDS: Bid, Performance and Payment Bonds and other instruments of security furnished by the Contractor and his Surety in accordance with the Contract Documents. 5. CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope of the Contract Documents or authorizing an adjustment in the contract price or contract time. 6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information for Bidders, Proposal, Bid Bond, Notice of award, Agreement, Performance Bond, Payment Bond, Notice to Proceed, Change Order, General Conditions, Supplemental General Conditions, Special Conditions,Technical Specifications, Drawings and Addenda. 7. CONTRACT PRICE: The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 8. CONTRACT TIME: The number of calendar days stated in the Contract Documents for the completion of the work. 9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to completion of all the work. 10. CONTRACTOR: The person, firm, or corporation with whom the Owner has executed the Agreement. 11. DRAWINGS: The part of the Contract Documents which show the characteristics and scope of the work to be performed and which have been prepared or approved by the Engineer. 12. ENGINEER: The person, firm, or corporation named as such in the Contract Documents. 13. FIELD ORDER: A written order effecting a change in the work not involving an adjustment in the contract price or an extension of the contract time issued by the Engineer to the GC4of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II Contractor during construction. 14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the successful Bidder. 15. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. 16. OWNER: A public or quasi-public body or authority, corporation, association, partnership or individual for whom the work is to be performed. 17. PROJECT: The undertaking to be performed as provided in the Contract Documents. 18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the Owner who is assigned to the project site or any part thereof. 19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific portions of the work shall be fabricated or installed. 20. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a technical nature or materials, equipment, construction systems, standards and workmanship. 21. SUBCONTRACTOR: An individual, firm, or corporation having a direct contract with the Contractor or any other Subcontractor for the performance of a part of the work at the site. 22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified part can be utilized for the purposes for which it is intended. 23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. 24. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site. 25. WORK: All labor necessary to produce the construction required by the Contract Documents and all materials and equipment incorporated or to be incorporated in the project. 26. WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this GC5of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 utility relocations, proposed utilities, and construction activities. A detail schedule for utility relocations from all utility companies shall be submitted to the contractor two weeks prior to the Preconstruction meeting. The Contractor shall submit this schedule to Augusta Engineering Department seven (7) days prior to preconstruction meeting. The contractor shall present a copy of this schedule at the Preconstruction meeting for discussion. The schedule shall consist of the following: a. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility Company) b. The ES-Early Start, EF-Early Finish, LS-Late Start, LF-Late Finish dates c. The Project Critical Path d. Activity Durations The contactor shall also submit following information with the schedule. a. List of active construction projects and their projected completion date b. List of available resources assigned to this project * c. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this project * GC6of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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-04. SPENDOUT SCHEDULE: A Spendout Schedule beginning with the Notice to Proceed and extending through the anticipated construction life of the project, shall be submitted at the Pre-Construction Conference. Such schedule shall include the anticipated earnings on a monthly basis. GC-05. NOTICE TO PROCEED: There will be one Notice to Proceeds given to the Contractor. The Notice to Proceed will be to Clear and Grub, site preparation and actual construction activities. This would be the contact time that is actually shown in the contract. GC-06. CONSTRUCTION LAYOUT: Construction layout work shall be performed by the Contractor. See Section 149 of the Standard Specifications. GC-07. DRAWINGS AND SPECIFICATIONS: 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 GC7of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 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-Richmond County Commission-Council Department of Engineering Services. GC8of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II The data, together with all other information shown on these plans, or indicated in any way thereby, whether by drawings or notes or in any other matter, are based upon field investigations, and are believed to be indicative of actual conditions. However, the same are shown as information only, are not guaranteed, and do not bind Augusta-Richmond County, Georgia in any way. Only the actual quantities completed and accepted will be paid for. The attention of the bidder is specifically directed to Subsections 102.04, 102.05, and 104.03 of the Standard Specifications, of the Georgia Department of Transportation, current edition, which will be part of this contract. This project is based on, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these specifications, they will be revised to resolve such conflict. Until the conflict is resolved, the interpretation of the Engineer shall control the situation. GC-09. DESIGN ALTERATION : The commission-council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment or reduction in payment shall be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by the Engineer. All changes in engineering design of the project shall be approved by the Design Engineer of record after consultation with the Engineer. Revised design plan sheet(s) shall be signed and stamped by the Design Engineer of record and a copy shall be submitted to Augusta Engineering Department. GC-10. INCIDENTAL CONSTRUCTION ITEMS: All work and materials without a specific pay item shall be considered incidental to related pay items, this is to include (but not limited to), additional erosion and sediment control measures, all removals and disposals, borrow, if needed, remove and reset fences, remove and reset ornamental shrubs, bushes and sod, and the obtaining, maintaining and restoration of any required borrow and/or waste pits, establish and reset property boundary survey pins. GC-11. SHOP DRAWINGS: 1. The Contractor shall provide shop drawings as may be necessary for the prosecution of the work as required by the Contract Documents. The Engineer shall promptly review all shop drawings. The Engineer's approval of any shop drawings shall not release the Contractor from responsibility for deviations from the Contract Documents. The approval of any shop GC9of39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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. 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 all inspection and testing services required by the Contract Documents. 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 GC 10 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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. 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. Backfilling operations of this nature shall not begin until the Contractor has on hand all equipment in good working condition, and competent operators. GC 11 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II The backfilling of pipe and other minor structures shall be in accordance with Georgia Department of Transportation Standard specifications, Current Edition. Backfilling with sand using jetting and/or flooding will not be allowed in any case without the written permission of the Engineer. Backfilling of pipe structures shall be incidental to the pipe structure bid item. NOTE: When sand and jetting/flooding method is used the warranty for the backfilled area is extended from 12 months to 24 months. A plan for the jetting/flooding shall be submitted at the Pre-Construction Conference. GC-15. CONCRETE: The Contractor shall have a slump cone on the project at all times when concrete is being placed. He shall, in the Engineer's presence, perform slump tests as directed by the Engineer. Tests shall be performed by qualified personnel with a properly cleaned slump cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 lbs. Cement per cubic yard. Class "B" concrete shall have a minimum of 470 lbs. Cement per cubic yard. Concrete not meeting these requirements will be rejected by the Engineer. NOTE: No concrete shall be placed until all required equipment such as slump cone, curing compound and dispenser, etc., all in good working condition, are on the site. Inspectors must be given a minimum one-hour advance notice. No concrete shall be placed without the Inspector present unless otherwise directed by the Engineer. All concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive finish immediately after removing forms. Forms shall be removed as provided in Section 500 of 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 GC 12 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II allowing the concrete pad to slope down outside the back of the curb line not to exceed an algebraic difference of 0.07. This should be used primarily on the high side of super- elevated curves. The Contractor should use caution with standard variance and place special emphasis on hydraulic considerations. The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160 of the Standard Specifications and page PPA-1 of this document. All storm drain pipe, side drain pipe, pipe culvert wing-walls, steps, retaining walls, curbs and gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as a removal pay item will be removed as Clearing and Grubbing, Grading Complete, or Grading Per Mile on Lump Sum Construction.. Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to remain within the right of way. Curb cut ramps in accordance with Standard 9031-W are to be used at all street intersections on this project. Asphalt milling where specified for use on existing pavement that is to be resurfaced adjacent to curb and gutter. Finished surface on asphalt pavement shall not exceed %" above the gutter line as shown on Georgia Standard 9031-J. GC-17. TEST ROLLING : Prior to placing any base course, the subgrade shall be proof rolled to locate unstable areas and achieve additional compaction. Area be proof rolled using a minimum 15 tons flat drum compactor or other equipment as recommended by the Geotechnical Engineer (such as a fully loaded tandem axle dump truck). Geotechnical Engineer and/or a representative of Augusta Engineering Department will observe and approve proof-rolling. Areas failing compaction shall be reworked. Any areas judged by the Geotechnical Engineer to rut (should be improved in place or undercut and replaced with fill compacted to 100 % of soil maximum dry density as determined by the modified proctor compaction test (ASTM D1557, Method D or equivalent method approved by the Geotechnical Engineer and Augusta Engineering Department). GC-18. SUBSTITUTIONS: 1. When a material, article or piece of equipment is identified on the drawings or specifications by reference to brand name or catalogue number, the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number and if, in the opinion of the Engineer, such material, article or piece of equipment is of equal substance and function to GC 13 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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 account thereof except that the Owner shall be responsible for any such loss when a particular process, design or the product of a manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the Engineer. GC-20. SURVEYS, PERMITS AND REGULATIONS: 1. The Owner shall furnish all land surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of benchmarks adjacent to the work as shown in the Contract Documents. From the information provided by the Owner, unless otherwise specified in the Contract Documents, the Contractor shall develop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and 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 14 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE/I 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 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 15 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-23. FINISHING AND DRESSING: All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. GC-24. FOUNDATION BACKFILL MATERIAL,TYPE 1: Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. GC—25. FOUNDATION BACKFILL MATERIAL,TYPE II: Foundation Backfill Material, Type II shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured for payment in accordance with Georgia Standard 1030-D or as directed by the Engineer. Payment shall be per cubic yard unless otherwise specified in the contract. GC-26. GRADES: With the approval of the Engineer, grades may be field adjusted to provide for best drainage. GC-27. LANDSCAPING: All the requirements of Section 702 of the Georgia Department of Transportation Specifications, current edition, are applicable to this project except as follows: there will be no separate pay for staking, including Perimeter Staking and for Spring Application of Fertilizer. All costs shall be included in prices bid for Landscape Items. Bag grown plants are not acceptable. GC-28. MAILBOXES: Existing mailboxes that are in conflict with the proposed construction shall be removed and relocated. Where feasible the existing mailboxes and supports may be utilized as approved by the Engineer so long as the supports are of metal PIPE with a maximum diameter of two (2) inches or wood, with a maximum diameter of four(4) inches. NOTE:There shall be no supports of any material other than the two mentioned above. All existing mailboxes and supports containing brick, masonry of any type, metal, etc. shall be disassembled and all components, not meeting the above requirements, shall be removed from the project and disposed in a proper manner. GC 16 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II When not shown as a pay item, payment shall be included in the price bid for Lump Sum Construction and itemized as such. GC-29. MISCELLANEOUS DRAINAGE STRUCTURES: All miscellaneous drainage structure such as Catch Basins, Drop Inlets, Manholes, Junction Boxes, Spring Boxes, Drain Inlets, special Inlets, etc., whether standard or special design shall be paid for Per Each. There will be no separate payment for additional depth unless specifically shown as a pay item. NOTE: All Catch Basins, Drop Inlets, manholes, exposed Junction Boxes, etc., with concrete top-slabs shall include manhole rings and covers. The Contractor shall install the manhole rings and covers such that the steps can be easily accessed. GC-30. PATCHING AND REPAIR OF MINOR DEFECTS: Where needed, the contractor is required to patch and repair existing potholes, minor pavement defects, and base failures in accordance with the Specifications. GC-31. PAVEMENT CUTS: All pavement cuts shall be sawed with a neat vertical edge, regardless of material, consistently straight enough that a roller can follow the edge precisely to achieve the desired compaction. Irregular edges will not be accepted. Payment shall be included in the price of the pipe. GC-32. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement and replacing the pavement as specified in accordance with Standard 1401. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See Georgia Standard 9031-L). GC-33. PIPE CULVERTS: Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete. All required pipe culverts shall be in accordance with Standard 1030-D. Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D. No separate pay item will be made for this material for its placement. GC 17 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement, sidewalk, curbing, etc., and replacing same as specified in accordance with Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete and for construction concrete collars. The Contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners, appropriate gaskets (see Section 848 of the Standard Specifications), and structure excavation. GC-34. PRECAST CONCRETE UNITS: Precast Concrete Units, other than those specifically allowed by Georgia Department of Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall not be installed without written permission from the Engineer. Any such units installed without such written permission shall be removed from the project. GC-35. RELOCATED WATER METERS: Relocated water meters and water meter boxes may not be placed in the sidewalk. GC-36. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD: It shall be the contractor's responsibility to remove and reset any and all existing ornamental shrubs and bushes and sod in conflict with proposed construction. Coordination with the property owners is essential in this endeavor. The Contractor will not be held responsible for care and maintenance after removing and resetting these plants and sod except in cases where the Contractor's equipment causes irreparable damage or where plants and/or sod dies as the result of negligence on the Contractor's part. In which cases, the Contractor will be held responsible for replacement. Sod shall be reset with ground preparation in accordance with Subsection 700.05.A. No additional soil or fertilizer is required for resetting sod. The Contractor shall remove the sod in a manner that will be conducive to insuring that the reset sod will live. At the Contractor's option, he may replace any sod he removes with new sod of the same type. No separate payment will be made for this work or replacements unless specifically shown as a pay item. GC-37. REMOVING AND RESETTING OF OBSTRUCTIONS: It shall be the Contractor's responsibility to remove and reset any and all obstructions, such as fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns, etc., which are in conflict with construction. Contractors are responsible for the security of pets and/or personal property through the use of temporary fence if necessary. No separate payment will be made for this work except when shown as a separate pay item. GC 18 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-38. SAW CUTS: When matching existing conditions, saw cuts shall be used as required by Augusta- Richmond County. Only saw cuts in Portland Cement Concrete, which are shown, as contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. Unless specifically noted this does not apply to pipe trenches. GC-39. SOD: Sod will not be paid for separately when used to match or replace sod on adjacent lawns as replacement in kind. See GDOT specifications, subsection 700.04 E. GC-40. STORM DRAIN PIPE: Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete and shall include 0-ring gaskets. GC-41. SUB-CONTRACTORS: The Contractor shall furnish the official name, plus the name and telephone number of the 24-hour emergency contact of all firms he proposes to use as Subcontractors in the work. This information is to be furnished at the Preconstruction Conference. However, no work shall be done on this project by a Subcontractor until the Contractor receives approval of his Subcontractor(s)from the Engineer. NOTE: All submissions shall include the following information for each Subcontractor: 1. Name of Subcontracting Firm 2. Description of Work To Be Done 3. Contact Person's Name and 24 Hour Phone Number GC-42. SUPERVISION BY CONTRACTOR: 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-43. CHANGES IN THE WORK: 1. The Owner may at any time as the need arises, order changes within the scope of the work GC 19 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. 2. The Engineer, also, may at any time, by issuing a field order, make changes in the details of the work. The Contractor shall proceed with the performance of any changes in the work so ordered by the Engineer unless the Contractor believes that such field order entitles him to a change in the contract price or time or both, in which event he shall give the Engineer written notice thereof within ten (10) days after the receipt of the ordered change pending the receipt of an executed change order or further instruction from the Owner. GC-44. CHANGES IN CONTRACT PRICE: 1. The contract price may be changed only by a change order. The value of any work covered by a change order or of any claim for increase or decrease in the contract price shall be determined by one or more of the following methods in the order of precedence listed below: 1.1 Unit prices previously approved. 1.2 An agreed lump sum. 1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. GC-45. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: 1. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on the date specified in the Notice to Proceed. 2. The Contractor will proceed with the work at such rate of progress to insure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. 3. If the Contractor shall fail to complete the work within the contract time or extension of time granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the Agreement for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 4. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following and the Contractor has promptly given written notice of such delay to the Owner or Engineer. GC 20 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 4.1 To any preference, priority, or allocation order duly issued by the Owner. 4.2 To unforeseeable causes beyond the control and without the fault of negligence of the Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and abnormal and unforeseeable weather; and 4.3 To any delays of subcontractors occasioned by any of the causes specified in Paragraphs 4.1 and 4.2 of this Article. GC-46. CORRECTION OF WORK: 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-47. SUBSURFACE CONDITIONS: 1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. 1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. GC 21 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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-48. 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 22 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE 11 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-49. 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 partial payment estimate, either indicate in writing his approval of payment and present GC 23 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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. 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 GC 24 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II work. The remaining retained balance shall be released at successful completion of the required warranty period as certified by the Engineer. All payment requests shall be approved by the Engineer prior to forwarding to the Owner. 6. If the Owner fails to make payment 30 days after approval by the Engineer, in addition to other remedies available to the Contractor, there shall be added to each such payment, interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is received by the Contractor. GC-50. ACCEPTANCE OF FINAL PAYMENT AS RELEASE: 1. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and other relating to or arising out of this work. Any payment, however, final or otherwise, shall not release the Contractor or his Sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. GC-51. INSURANCE: 1. The Contractor shall purchase and maintain during the life of this Contract such insurance as will protect him from claims set forth below which may arise out of or result from the Contractor's execution of the work, whether such execution by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. 1.1 Claims under Workman's Compensation, disability benefit and other similar employee benefit acts, 1.2 Claims for damages because of bodily injury, occupational sickness or disease or death of his employees, 1.3 Claims for damages because of bodily injury, sickness or disease or death of any person other than his employees, 1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor or (2) by any other person; and 1.5 Claims for damages because of injury to or destruction of tangible property, including loss of use resulting there from. 2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. These Certificates shall contain a provision that coverage GC 25 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE 1I afforded under the policies will not be canceled unless at least fifteen (15) days prior written notice has been given to the Owner and Construction Manager. 3. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, liability insurance as hereinafter specified. 3.1 Contractor's General Public Liability and Property Damage insurance including vehicle coverage issued to the Contractor and protecting him from all claims for personal injury, including death, and all claims for destruction of or damage to property, arising out of or in connection with any operations under the Contract Documents, whether such operations be by himself or by any Subcontractor under him or anyone directly or indirectly employed by the Contractor or by a Subcontractor under him. Insurance shall be written with a limit of liability of not less than $200,000 for all damages arising out of bodily injury, including death, at any time resulting there from, sustained by any one person in any one accident; and a limit of liability of not less than $500,000 for any such damages sustained by two or more persons in any one accident. Insurance shall be written with a limit of liability of not less than $100,000 for all property damage sustained by any one person in any one accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in any one accident. Contractor's insurance policy shall name Owner and Program Manager as insured under this policy. The Contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his/her subcontract, Subcontractor Liability and Property Damage Insurance of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractor in his/her own policy. 3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the Project to the full insurable value thereof for the benefit of the Owner, the Contractor and Subcontractor as their interest may appear. This provision shall in no way release the Contractor or Contractor's Surety from obligations under the Contract Documents to fully complete the Project. 4. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, in accordance with the provisions of the laws of the state in which the work is performed, Workman's Compensation Insurance, including occupational disease provisions, for all of his employees at the site of the project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to provide Workman's Compensation Insurance, including occupational disease provision for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class 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 GC 26 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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-52. 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-53. ASSIGNMENTS: 1. Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or his right, title or interest therein, or his obligations thereunder, without written consent of the other party. GC 27 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-54. INDEMNIFICATION: 1. The Contractor will indemnify and hold harmless the Owner and Program Manager and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 2. In any and all claims against the Owner or the Engineer or any of their agents or employees, by an employee of the Contractor, Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Workman's Compensation acts, disability benefit acts or other employee benefits acts. 3. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, design or specifications. GC-55. SEPARATE CONTRACTS: 1. The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results. 2. The Owner may perform additional work related to the Project by himself or he may let other contracts containing provisions similar to these. The Contractor will afford the other Contractors who are parties to such contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of the work and shall properly connect and coordinate his work with theirs. 3. If the performance of additional work by other Contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves him in additional expense or entitles him to an extension of the contract time, he may make a GC 28 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE/I claim therefor as provided in Sections GC-13 and GC-14. GC-56. SUBCONTRACTING: 1. The Contractor may utilize the services of specialty Subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty Subcontractors. 2. The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%) percent of the Contract Price, without prior written approval of the Owner. 3. The Contractor shall be fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of person directly employed by him. 4. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind the Subcontractors to the Contractor by the terms of the Contract Documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. 5. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the Owner. GC-57. ENGINEER'S AUTHORITY: 1. The Engineer shall act as the Owner's representative during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make visits to the site and determine if the work is proceeding in accordance with the Contract Documents. 2. The Contractor will be held strictly to the intent of the Contract Documents in regard to the quality of materials, workmanship, and execution of the work. Inspections may be made at the factory or fabrication plant or the source of material supply. 3. The Engineer will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. 4. The Engineer shall promptly make decisions relative to interpretation of the Contract Documents. GC-58. LAND AND RIGHTS-OF-WAY: 1. The Owner will furnish all land and rights-of-way necessary for carrying out and for the GC 29 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II completion of the work to be performed pursuant to the Contract Documents. If all land and rights-of-way are not obtained prior to the issuing of the Notice to Proceed, the Contractor shall begin work upon lands and rights-of-way that have been acquired. 2. The Owner shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired. 3. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. GC-59. GUARANTEE: 1. The Contractor shall guarantee all materials and equipment furnished and work performed for a period of eighteen (18) months from the date of substantial completion. The Contractor warrants and guarantees for a period of eighteen (18) months from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments or other work that may be necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect though the guarantee period. GC-60. TAXES: 1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. GC-61. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY: 1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of the Owner or of other railways, persons, or property, the work shall be so conducted as not to interfere with the movement of trains or other operations of the railway, or, if in any case such interference be necessary, the Contractor shall not proceed until he has first obtained specific authority and directions therefore from the proper designated officer of the Owner and has the approval of the Engineer. GC-62. ORDER AND DISCIPLINE: 1. The Contractor shall at all times enforce strict discipline and good order among his employees and any employee of the Contractor who shall appear to be incompetent, disorderly or intemperate or in any other way disqualified for or unfaithful to the work entrusted to him, shall be discharged immediately on the request of the Engineer and he GC 30 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II shall not again be employed on the work with the Engineer's written consent. GC-63. WARNING DEVICES AND SIGNS: 1. The Contractor shall furnish, erect, paint and maintain warning devices when construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for Street and Highways, "Traffic Control for Highway Construction and Maintenance Operations," latest edition. 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. GC-64. SPECIAL RESTRICTIONS: 1. No work shall be allowed after the hours of darkness or on Sunday without permission of the Owner. GC-65. AS-BUILT DRAWINGS: The Contractor shall furnish a complete, legible set of "as-built" plans, prepared and certified by a qualified Georgia Licensed Professional Land Surveyor (PLS), to Augusta Engineering Department seven (7) days prior to the date of the Final Inspection. The Director of Engineering Department or his/her designee shall review the submitted as-built plans for accuracy, legibility, completeness, and conformity with approved construction plans. Upon approval of submitted as-built, three (3) hard copies and one electronic (CD- in GA State plan coordinate) copy shall be submitted to Engineering Department for record and Director of Engineering signature. There shall be no separate payment unless otherwise shown. GC-66. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER: The Contractor shall not employ or hire any of the employees of the Owner. GC-67. DRAWINGS: 1. The Owner will furnish to the Contractor, free of charge, up to three (3) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Location of all primary features of the work included in the Contract are indicated on the Contract Drawings. GC 31 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-68. FIELD OFFICE FACILITIES: 1. The Contractor shall provide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A telephone and Fax shall be provided at the Contractor's office for expediting the work and be made available for the use of the Engineer. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. GC-69. RIGHTS-OF-WAY AND EASEMENTS: 1. The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. 2. The Contractor shall not perform any work outside the limits of the right-of-way or easements. In addition, no equipment or material shall be placed outside these areas without written permission of both the property owner and the Engineer. In the event that the Contractor elects to utilize private property for any purpose connected with the project, such as, but not limited to, staging areas, equipment and/or material storage or simply as a convenience, he shall submit a written agreement to the Engineer containing vital information such as limits of both area and time the property is to be utilized and a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and recorded by the Engineer. Such agreements must be submitted prior to the contractor's use of the property. All buildings located on newly acquired R/W and/or easements shall be relocated by the Contractor. Such buildings on existing R/W and/or easements shall be removed by the owner or will become the property of the Contractor. GC-70. ESTIMATE OF QUANTITIES: 1. The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bid are given only for use in GC 32 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. GC-71. EXISTING STRUCTURES AND UTILITIES: 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-72. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: 1. The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on all progress estimates. GC-73. PRIOR USE BY OWNER: 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-74. CLEANING UP: 1. The Contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc., and leave his work in a clean condition, satisfactory to the Engineer. GC-75. SALVAGE MATERIALS: All salvageable materials, such as drainage pipe, which require removing but not used on this project, are to be removed from the Right-of-Way, as directed by the Engineer, and recycled or properly disposed of per applicable local and state regulations. Augusta Engineering reserves the right to request a copy of disposal documents for these materials. GC 33 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-76. MAINTENANCE OF TRAFFIC: 1. In any work within the public right-of-way, the Contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the Contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes, sidewalks and driveways will be kept open and clear at all times except as provided below. The Contractor shall not block traffic on any street more than 30 minutes or without written permission from such agency. Before leaving the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor. 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 34 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II GC-77. FLAGGING: Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. All Flaggers shall meet the requirement of part 6F of the MUTCD Current Edition and must have received training and a certificate upon completion of the training from a Department approved training program. Failure to provide certified Flaggers as required above shall be reason for the Engineer suspending work involving the Flagger(s) until the Contractor provides the certified Flagger(s). Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket, and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of the MUTCD Current Edition for controlling traffic. The Stop/slow paddle shall have a shaft length of seven (7)feet minimum. In addition to the stop/slow paddle, a Flagger may use a 24-inch square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. Signs for Flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD Current Edition. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the Flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. GC-78. TRAFFIC DETOURS: Where detours are required and in accordance with Section 150 of the Standard Specifications and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for this project. This plan shall include details of staging and rerouting of traffic including estimated length of time for use of the detours. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic upon and along the roadway. This applies to the initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition and Georgia Standard 9102. GC-79. MAINTENANCE OF ACCESS: 1. The Contractor will be required to maintain access to business establishments during all time they are open for business, to churches, schools and other institutions during the time they are open and to all residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges with handrail protection will be required for crosswalks at GC 35 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue his operations so as to minimize the time that direct entrance is blocked. GC-80. SPECIAL EVENTS: When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be safe up, shut down and maintained until the Engineer 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-81. EROSION CONTROL AND RESTORATION OF PROPERTY: 1. The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. The Contractor will be required to submit a Soil Erosion, Sedimentation and Stormwater Pollution Control plan that is in compliance with the work site erosion control and NPDES plan, per the Georgia Department of Transportation and Georgia Environmental Protection Erosion, Sediment and Stormwater Pollution Control requirements. 2. The contractor will be responsible for NPDES monitoring and documentation to keep the project in compliance with applicable NPDES permit requirements. The contractor shall be responsible to bring project incompliance and pay penalty imposed on the project due to non compliance to NPES permit and other permits. 3. The cost of this work shall be included in the cost of Lump Sum Construction unless Shown as a Separate pay item. GC-82. UTILITIES: All utility facilities except those owned by Augusta Utilities Department which are in conflict with construction, not covered as specified items in the detailed estimate, are to be removed and relocated to clear construction by the respective owners with the exception of Augusta Utilities and Augusta Traffic Engineering unless added later to the contract as a supplemental item. All "above ground" utility structures will be located as near as possible to the right-of-way line. The Contractor will not be paid for any delays or extra expense caused by utility facilities obstructions or any other items not being removed or relocated to clear construction in advance of his work. GC 36 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II 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: icorley@aglresources.corn Attn: Deanna Davis e-mail: ddavis2@augustaga.gov 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: kbgriffin@southernco.com e-mail: Ws1449@att.com GC 37 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II WOW! Jefferson Energy Cooperative 3714 Wheeler Road P.O. Box 457 Augusta, Georgia 30909 Wrens, Georgia 30833 Phone: (706) 364-1000 Phone: (706) 547-5019 Cell: (706) 533-2062 Fax: (706) 547-5051 Attn: Gary McFerrin Attn: Mike Wasden e-mail: Gary.McFerrin@wowinc.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: kevinO'meara@cable.comcast.com GC 83. UTILITY ACCOMMODATION POLICY: In so far as possible, work shall be scheduled so that open excavations will not be left overnight. Where trenches, pits or other excavations are within the clear roadside areas and cannot be backfilled before leaving the job site, they shall be covered by timbers or metal plates and protected by reflectorized and/or lighted barricades as appropriate and as directed by the Engineer. Barricades sufficient to prevent a person from falling into an excavated or work area must be erected in areas where these conditions exist. GC-84. BYPASSING SEWAGE: 1. The Contractor will be required to schedule and coordinate construction sequences and to use temporary construction and other approved methods which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or streams will not be permitted. GC-85. SAFETY AND HEALTH REGULATIONS: 1. The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54). GC-86. WARRANTY: Unless otherwise specified, all contract work is subject to a 18-month warranty. The 18- month warranty is hereby modified to include the following: Any repairs, corrections or GC 38 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE II modifications performed within the last six months of the original 18-month warranty shall have the original 18-month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. GC-87. PRECONSTRUCTION CONFERENCE: 1. A preconstruction conference shall be held at an acceptable time to the Owner and the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. GC 39 of 39 AED MARVIN GRIFFIN ROAD IMPROVEMENTS,PHASE 11 Augusta, GA Engineering Department GENERAL NOTES MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 MARVIN GRIFFIN ROAD IMPROVEMENTS, PHASE II PROJECT NUMBER: 323-04-296823603 GENERAL NOTES CONTENTS ADJUSTING MINOR STRUCTURES TO GRADE: 3 AGGREGATE SURFACE COURSE: 3 AS-BUILT PLANS: 3 CASINGS• 3 COMPACTION• 4 CONCRETE: 4 CONSTRUCTION: 4 CONSTRUCTION LAYOUT: 5 CONSTRUCTION/UTILITY SCHEDULE: 5 DESIGN ALTERATIONS: 6 ENGINEER: 7 EROSION AND SEDIMENT CONTROL: 7 EXCESS MATERIAL: 7 FENCE: 7 FINISHING AND DRESSING: 7 FLAGGING: 8 FOUNDATION BACKFILL MATERIAL,TYPE I• 8 FOUNDATION BACKFILL MATERIAL,TYPE II: 8 GRADES: 8 INFESTATION: 9 INSPECTIONS: 9 LANDSCAPING• 9 MAILBOXES: 9 MISCELLANEOUS DRAINAGE STRUCTURES• 9 G-1 AED Marvin Griffin Rd Improvements, Phase II PATCHING AND REPAIR OF MINOR DEFECTS: 10 PAVEMENT CUTS• 10 PAYMENT FOR PIPE CULVERT INSTALLATION: 10 PIPE CULVERTS: 10 PRECAST CONCRETE UNITS: 10 RELOCATED WATER METERS: 10 REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD: 11 REMOVING AND RESETTING OF OBSTRUCTIONS* 11 RIGHT-OF-WAY AND EASEMENTS. 11 SALVAGEABLE MATERIALS: 12 SAW CUTS: 12 SOD• 12 SPECIAL EVENTS: 12 SPECIFICATIONS,STANDARDS AND OTHER DATA: 12 SPENDOUT SCHEDULE: 13 STORM DRAIN PIPE: 13 SUB-CONTRACTORS. 13 TESTING OF THE WORK• 13 TEST ROLLING* 14 TRAFFIC CONTROL* 14 TRAFFIC DETOURS: 15 UTILITIES: 15 UTILITY ACCOMMODATION POLICY: 16 WARRANTY: 17 G-2 AED Marvin Griffin Rd Improvements, Phase II ADJUSTING MINOR STRUCTURES TO GRADE: This item consists of raising or lowering the upper portion of existing manholes, water valve boxes, gas valve boxes or any other miscellaneous structures within the area of construction. There will be no separate payment for this work unless shown as a separate pay item. *Prior to any resurfacing the contractor shall identify and reference all structures so the precise locations can be determined after resurfacing. This shall be done in the company of the ARC Inspector. This shall be the first order of work where minor structures requiring adjustment are included in the contract. AGGREGATE SURFACE COURSE: The item aggregate surface course is for use in inclement weather to facilitate the movement of local traffic along roadway construction and to permit ingress and egress at drives. When used for this purpose, Section 318, Georgia Standard Specifications, is modified to permit truck dumping on unprepared and muddy subgrade. Section 318 is further modified to permit the use of crusher run stone as described in Subsection 806.02. The Contractor will have the choice of the following materials: Graded Aggregate Subsection 815.01 Coarse Aggregate Size 467 Subsection 800.01 Stabilizer Aggregate Type 1 or 2 Section 803 Crushed Stone Subsection 806.02 All materials to be used as directed by the Engineer. AS-BUILT PLANS: The Contractor shall furnish a complete, legible set of"as-built" plans, prepared and certified by a qualified Georgia Licensed Professional Land Surveyor (PLS), to Augusta Engineering Department seven (7) days prior to the date of the Final Inspection. The Director of Engineering Department or his/her designee shall review the submitted as-built plans for accuracy, legibility, completeness, and conformity with approved construction plans. Upon approval of submitted as-built, three(3) hard copies and one electronic (CD- in GA State plan coordinate) copy shall be submitted to Engineering Department for record and Director of Engineering signature. There shall be no separate payment unless otherwise shown. CASINGS: All steel casings being installed across any roadway and/or right-of-way shall have the joints continuously welded to obtain a watertight seal. The Contractor shall notify the Engineer when welds are ready for inspection. Welded casings backfilled without the Engineer's approval shall be uncovered for inspection at the Engineer's request. G-3 AED Marvin Griffin Rd Improvements, Phase II COMPACTION: All compaction shall be as defined in the current edition of Georgia department of Transportation Specifications. Special attention shall be given to the backfill of minor structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction shall be achieved using approved tamps and soil layers of approximately 6 inches (loose measure) and in accordance with Georgia Department of Transportation Standards 1030-D and 1401. Backfilling operations of this nature shall not begin until the Contractor has on hand all equipment in good working condition, and competent operators. The backfilling of pipe and other minor structures shall be in accordance with Georgia Department of Transportation Standard specifications, Current Edition. Backfilling with sand using jetting and/or flooding will not be allowed in any case without the written permission of the Engineer. Backfilling of pipe structures shall be incidental to the pipe structure bid item. NOTE: When sand and jetting/flooding method is used the warranty for the backfilled area is extended from 12 months to 24 months. A plan for the jetting/flooding shall be submitted at the Pre-Construction Conference. CONCRETE: The Contractor shall have a slump cone on the project at all times when concrete is being placed. He shall, in the Engineer's presence, perform slump tests as directed by the Engineer. Tests shall be performed by qualified personnel with a properly cleaned slump cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 lbs. Cement per cubic yard. Class "B" concrete shall have a minimum of 470 lbs. Cement per cubic yard. Concrete not meeting these requirements will be rejected by the Engineer. NOTE: No concrete shall be placed until all required equipment such as slump cone, curing compound and dispensor, etc., all in good working condition, are on the site. Inspectors must be given a minimum one-hour advance notice. No concrete shall be placed without the Inspector present unless otherwise directed by the Engineer. All concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive finish immediately after removing forms. Forms shall be removed as provided in Section 500 of GA.DOT Specifications. CONSTRUCTION: Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise noted. G-4 AED Marvin Griffin Rd Improvements, Phase II 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.. 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-i. CONSTRUCTION LAYOUT: Construction layout work shall be performed by the Contractor. See Section 149 of the Standard Specifications. CONSTRUCTION/UTILITY SCHEDULE: The contractor shall prepare an overall Time-Logic Schedule that includes all major utility relocations, proposed utilities, and construction activities. A detail schedule for utility relocations from all utility companies shall be submitted to the contractor two weeks prior to the Preconstruction meeting. The Contractor shall submit this schedule to Augusta Engineering G-5 AED Marvin Griffin Rd Improvements, Phase II Department seven (7) days prior to preconstruction meeting. The contractor shall present a copy of this schedule at the Preconstruction meeting for discussion. The schedule shall consist of the following: 1. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility Company) 2. The ES-Early Start, EF-Early Finish, LS-Late Start, LF-Late Finish dates 3. The Project Critical Path 4. Activity Durations The contactor shall also submit following information with the schedule. 1. List of active construction projects and their projected completion date 2. List of available resources assigned to this project * 3. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this project * 4. Subcontractor information such as Company Name, Contact Name and Telephone, and type of assigned tasks *Personnel and resources assigned to this project shall not be re-assigned to other projects until after upon approval from Augusta Engineering Department.Augusta Engineering Department reserves the right to deny the submitted project team or parts thereof. Failure to provide aforementioned schedule and information within specified time will result in cancellation of Notice to Proceed. If information is not received within thirty (30) days from the date of Notice to Proceed cancelation, contract will be terminated without further notice. Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a revised schedule with all issues and concerns addressed to Augusta Engineering Department. The revised Time-Logic Schedule shall be color coded with respect to responsibility, and shall be presented on D size paper (24'x36"). The schedule shall be updated on a monthly basis displaying percentage of completion of all activities. The project base line and current date line shall appear on all updates. The Schedule shall be using Microsoft Project or Primavera Scheduling software. (See a sample Construction/Utility Schedule on pageG-18) DESIGN ALTERATIONS: The commission-council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment shall be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by the Engineer. G-6 AED Marvin Griffin Rd Improvements, Phase II All changes in engineering design of the project shall be approved by the Design Engineer of record after consultation with the Engineer. Revised design plan sheet(s) shall be signed and stamped by the Design Engineer of record and a copy shall be submitted to Augusta Engineering Department. ENGINEER: In all contract documents, specifications, supporting documents, etc., the term "ENGINEER" means, and shall be deemed to mean, the Augusta-Richmond County Engineering Department Director or his/her designated representative. EROSION AND SEDIMENT CONTROL: The Contractor shall be responsible for all soil erosion and sediment control practices. All on-site erosion control shall comply with local Augusta Richmond County erosion and sediment control ordinances. The cost of this work shall be included in the cost of Lump Sum Construction unless shown as a separate pay item. EXCESS MATERIAL: All excess material is to be disposed of as directed by the Engineer or as noted in Sub-Section 107.23 of the Specifications and in accordance with page PPA-1. FENCE: All new fences called for on the plans and/or contract documents shall meet the requirements of Section 643 of the Georgia Department of Transportation Standard Specifications, current edition. New fence not meeting these Specs will be rejected. In contracts, where remove and reset fence items are involved (either as pay items or as Lump Sum Construction) all replacement fence shall be equal to or better than the existing fence as approved by the Engineer. This means equal to or better than the original fence at the time of its installation. In accordance with Subsection 643.03D, the Contractor must furnish positive locking devices, padlocks, and keys with all gate assemblies. FINISHING AND DRESSING: All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. G -7 AED Marvin Griffin Rd Improvements, Phase II FLAGGING: Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. All Flaggers shall meet the requirement of part 6F of the MUTCD Current Edition and must have received training and a certificate upon completion of the training from a Department approved training program. Failure to provide certified Flaggers as required above shall be reason for the Engineer suspending work involving the Flagger(s) until the Contractor provides the certified Flagger(s). Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket, and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of the MUTCD Current Edition for controlling traffic. The Stop/slow paddle shall have a shaft length of seven (7) feet minimum. In addition to the stop/slow paddle, a Flagger may use a 24-inch square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. Signs for Flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD Current Edition. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the Flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. FOUNDATION BACKFILL MATERIAL,TYPE I: Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. FOUNDATION BACKFILL MATERIAL,TYPE II: Foundation Backfill Material, Type II shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured for payment in accordance with Georgia Standard 1030-D or as directed by the Engineer. Payment shall be per cubic yard unless otherwise specified in the contract. GRADES: With the approval of the Engineer, grades may be field adjusted to provide for best drainage. G-8 AED Marvin Griffin Rd Improvements, Phase II INFESTATION: The entire project is considered to be within the limits of an insect infested area. The contractor's attention is called to the following sections of the Standard Specifications: (A) 155 Insect control (B) 893 Miscellaneous Planting Materials. INSPECTIONS: This project will be inspected by the Engineer or his Representative. LANDSCAPING: All the requirements of Section 702 of the Georgia Department of Transportation Specifications, current edition, are applicable to this project except as follows: there will be no separate pay for staking, including Perimeter Staking and for Spring Application of Fertilizer. All costs shall be included in prices bid for Landscape Items. Bag grown plants are not acceptable. MAILBOXES: Existing mailboxes that are in conflict with the proposed construction shall be removed and relocated. Where feasible the existing mailboxes and supports may be utilized as approved by the Engineer so long as the supports are of metal PIPE with a maximum diameter of two (2) inches or wood, with a maximum diameter of four (4) inches. NOTE: There shall be no supports of any material other than the two mentioned above. All existing mailboxes and supports containing brick, masonry of any type, metal, etc. shall be disassembled and all components, not meeting the above requirements, shall be removed from the project and disposed in a proper manner. When not shown as a pay item, payment shall be included in the price bid for Lump Sum Construction and itemized as such. 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. G-9 AED Marvin Griffin Rd Improvements, Phase II PATCHING AND REPAIR OF MINOR DEFECTS: Where needed, the contractor is required to patch and repair existing potholes, minor pavement defects, and base failures in accordance with the Specifications. PAVEMENT CUTS: All pavement cuts shall be sawed with a neat vertical edge, regardless of material, consistently straight enough that a roller can follow the edge precisely to achieve the desired compaction. Irregular edges will not be accepted. Payment shall be included in the price of the pipe. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement and replacing the pavement as specified in accordance with Standard 1401. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See Georgia Standard 9031-L). PIPE CULVERTS: Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete. All required pipe culverts shall be in accordance with Standard 1030-D. Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D. No separate pay item will be made for this material for its placement. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement, sidewalk, curbing, etc., and replacing same as specified in accordance with Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete and for construction concrete collars. The Contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners, appropriate gaskets (see Section 848 of the Standard Specifications), and structure excavation. PRECAST CONCRETE UNITS: Precast Concrete Units, other than those specifically allowed by Georgia Department of Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall not be installed without written permission from the Engineer. Any such units installed without such written permission shall be removed from the project. RELOCATED WATER METERS: Relocated water meters and water meter boxes may not be placed in the sidewalk. G-10 AED Marvin Griffin Rd Improvements, Phase II REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD: It shall be the contractor's responsibility to remove and reset any and all existing ornamental shrubs and bushes and sod in conflict with proposed construction. Coordination with the property owners is essential in this endeavor. The Contractor will not be held responsible for care and maintenance after removing and resetting these plants and sod except in cases where the Contractor's equipment causes irreparable damage or where plants and/or sod dies as the result of negligence on the Contractor's part. In which cases, the Contractor will be held responsible for replacement. Sod shall be reset with ground preparation in accordance with Subsection 700.05.A. No additional soil or fertilizer is required for resetting sod. The Contractor shall remove the sod in a manner that will be conducive to insuring that the reset sod will live. At the Contractor's option, he may replace any sod he removes with new sod of the same type. No separate payment will be made for this work or replacements unless specifically shown as a pay item. REMOVING AND RESETTING OF OBSTRUCTIONS: It shall be the Contractor's responsibility to remove and reset any and all obstructions, such as fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns, etc., which are in conflict with construction. Contractors are responsible for the security of pets and/or personal property through the use of temporary fence if necessary. No separate payment will be made for this work except when shown as a separate pay item. RIGHT-OF-WAY AND EASEMENTS: The Contractor shall not perform any work outside the limits of the right-of-way or easements. In addition, no equipment or material shall be placed outside these areas without written permission of both the property owner and the Engineer. In the event that the Contractor elects to utilize private property for any purpose connected with the project, such as, but not limited to, staging areas, equipment and/or material storage or simply as a convenience, he shall submit a written agreement to the Engineer containing vital information such as limits of both area and time the property is to be utilized and a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and recorded by the Engineer. Such agreements must be submitted prior to the contractor's use of the property. All buildings located on newly acquired R/W and/or easements shall be relocated by the Contractor. Such buildings on existing R/W and/or easements shall be removed by the owner or will become the property of the Contractor. G-11 AED Marvin Griffin Rd Improvements, Phase II SALVAGEABLE MATERIALS: All salvageable materials, such as drainage pipe, which require removing but not used on this project, are to be removed from the Right-of-Way, as directed by the Engineer, and recycled or properly disposed of per applicable local and state regulations. Augusta Engineering reserves the right to request a copy of disposal documents for these materials. SAW CUTS: When matching existing conditions, saw cuts shall be used as required by Augusta, GA. Only saw cuts in Portland Cement Concrete, which are shown, as contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. Unless specifically noted this does not apply to pipe trenches. SOD: Sod will not be paid for separately when used to match or replace sod on adjacent lawns as replacement in kind. See GDOT specifications, subsection 700.04 E. SPECIAL EVENTS: When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be safed up, shut down and maintained until the Engineer okays the resumption of work. No project is exempt without the expressed approval of the Engineer. If these type work stoppages impose a hardship, contract time wise, consideration will be given to extending the contract time in an amount commensurate with the delay caused by such work stoppages provided the Contractor has otherwise pursued the work diligently. SPECIFICATIONS, STANDARDS AND OTHER DATA: All references in this document, (includes all papers, writings, documents, drawings, or photographs used, or to be used, in connection with this document), to State Highway of Georgia, State Highway Department, Highway Department, or Department when the context thereof means the Georgia Department of Transportation means, and shall be deemed to mean, Augusta-Richmond County, Augusta-Richmond County Commission-Council Department of Engineering Services. The data, together with all other information shown on these plans, or indicated in any way thereby, whether by drawings or notes or in any other matter, are based upon field investigations and are believed to be indicative of actual conditions. However, the same are shown as information only, are not guaranteed, and do not bind Augusta-Richmond County, Georgia in any way. Only the actual quantities completed and accepted will be paid for. The attention of the bidder is specifically directed to Subsections G-12 AED Marvin Griffin Rd Improvements, Phase II 102.04, 102.05, and 104.03 of the Standard Specifications, of the Georgia Department of Transportation, current edition, which will be part of this contract. This project is based on, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these specifications, they will be revised to resolve such conflict. Until the conflict is resolved, the interpretation of the Engineer shall control the situation. SPENDOUT SCHEDULE: A Spendout Schedule beginning with the Notice to Proceed and extending through the anticipated construction life of the project shall be submitted at the Pre-Construction Conference. Such schedule shall include the anticipated earnings on a monthly basis. STORM DRAIN PIPE: Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete and shall include 0-ring gaskets. SUB-CONTRACTORS: The Contractor shall furnish the official name, plus the name and telephone number of the 24- hour emergency contact of all firms he proposes to use as Subcontractors in the work. This information is to be furnished at the Preconstruction Conference. However, no work shall be done on this project by a Subcontractor until the Contractor receives approval of his Subcontractor(s) from the Engineer. NOTE: All submissions shall include the following information for each Subcontractor: 1) Name of Subcontracting Firm 2) Description of Work To Be Done 3) Contact Person's Name and 24 Hour Phone Number TESTING OF THE WORK: The Contractor shall employ a qualified materials testing laboratory to monitor more fully the quality of materials and work and to perform such tests as may be required under the contract documents as conditions for acceptance of materials and work. THE ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. All test results are to be submitted to the Engineer. No separate payment will be made for employing the testing laboratory or any required tests. G-13 AED Marvin Griffin Rd Improvements, Phase II TEST ROLLING: Prior to placing any base course, the subgrade shall be proof rolled to locate unstable areas and achieve additional compaction. Area be proof rolled using a minimum 15 tons flat drum compactor or other equipment as recommended by the Geotechnical Engineer (such as a fully loaded tandem axle dumptruck). Geotechnical Engineer and/or a representative of Augusta Engineering Department will observe and approve proof-rolling. Areas failing compaction shall be reworked. Any areas judged by the Geotechnical Engineer to rut (should be improved in place or undercut and replaced with fill compacted to 100 % of soil maximum dry density as determined by the modified proctor compaction test (ASTM D1557, Method D or equivalent method approved by the Geotechnical Engineer). TRAFFIC CONTROL: The Contractor shall provide construction signs in accordance with requirements of"Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways"; current edition with added supplements and provisions. The attention of the Contactor is specifically directed to Subsection 107.09 of the Supplemental Specification-"Barricades and Danger, Warning, and Detour Signs". "The Contractor shall furnish, install, and maintain all necessary and required barricades, signs, and other traffic control devices in accordance with these specifications, Project Plans, Special Provisions, and MUTCD, and Take all necessary precautions for the protection of the work and safety of the public." All temporary signs, barricades, flashing lights, striping and any other traffic control devices required during construction of this project shall meet all requirements of the MUTCD current addition, as directed by the Engineer and be furnished by the Contractor with payment in accordance with Section 150. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travelway. This applies to initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and Georgia Standard 9102. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. G -14 AED Marvin Griffin Rd Improvements, Phase II TRAFFIC DETOURS: Where detours are required and in accordance with Section 150 of the Standard Specifications and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for this project. This plan shall include details of staging and rerouting of traffic including estimated length of time for use of the detours. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic upon and along the roadway. This applies to the initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition and Georgia Standard 9102. UTILITIES: All utility facilities except those owned by Augusta Utilities Department which are in conflict with construction, not covered as specified items in the detailed estimate, are to be removed and relocated to clear construction by the respective owners with the exception of Augusta Utilities and Augusta Traffic Engineering unless added later to the contract as a supplemental item. All "above ground" utility structures will be located as near as possible to the right-of- way line. The Contractor will not be paid for any delays or extra expense caused by utility facilities obstructions or any other items not being removed or relocated to clear construction in advance of his work. All known utility facilities are shown schematically on the plans and not necessarily accurate in location as to plan or elevation. Utility facilities such as service lines or unknown facilities not shown on the plans will not relieve the Contractor of his responsibility under this requirement except as noted below. "Existing Utility Facilities" means any utility facility that exists on the highway project in its original, relocated or newly installed position. Other than service lines from street mains to the abutting property the contractor will not be held responsible for the cost of repairs to damaged underground utility facilities when such facilities are not shown on the plans and their existence is unknown to the Contractor prior to the damage occurring, providing the Engineer determines the Contractor has otherwise fully complied with the Specifications. The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes of coordinating the marking of underground utilities. The Contractor's attention is directed to the probability of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables that either are obstructions to the execution of the work and need to be moved out of the way or, if not, must be properly protected during G-15 AED Marvin Griffin Rd Improvements, Phase II 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, GA 30901 Phone: (706) 214-0858 Phone: (706) 823-4429 Attn: Carl Corley Fax: (706) 312-4133 e-mail: icorley@aglresources.com Attn: Deanna Davis e-mail: ddavis2@augustaga.gov AT&T Georgia Power 3841 Wrightsboro Road 642 Woodland Road Augusta, GA 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.corn e-mail: Ws1449@att.com Knology of Augusta Jefferson Energy Cooperative 3714 Wheeler Road P.O. Box 457 Augusta, GA 30909 Wrens, GA 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.corn e-mail: mwasden@jec.com Comcast Communications P.O. Box 3579 Augusta, GA 30904 Phone: (706) 739-1865 Fax: (706) 733—6942 Attn: Kevin O'Meara e-mail: kevinO'meara@cable.comcast.com 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 G-16 AED Marvin Griffin Rd Improvements, Phase II Engineer. Barricades sufficient to prevent a person from falling into an excavated or work area must be erected in areas where these conditions exist. WARRANTY: Unless otherwise specified, all contract work is subject to a 12-month warranty. The 12-month warranty is hereby modified to include the following: Any repairs, corrections or modifications performed within the last six months of the original 12-month warranty shall have the original 12-month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. G-17 AED Marvin Griffin Rd Improvements, Phase II • . -71 ii rit ,.;.' , ! I • 2 • o . at _ • -j e .:--........._. I.,. it.••••••• A 1 i A 1 0. N III i I gi c UNE I . ,.. I - „P , . i t . • . • . i -..........., ,1 ..L. ii.,. I I i JI ..., ..,,,, . . it 8 t.,", 1 i , 4- :. I - : t i • W ' o ' .ta •0 i$,- It I 1 ta• z 1 4 ill R 4 . i 3< -. if, 2.: i 4 it :' ; 1- - '45 - Ig - g II $ ; I a- $ '-',/ r• ii. $ ,I P•• i i 2 ii 0 iii A 1 1 1.• I ... ,P1 - ......___,._._ — oriltillirli--6 i t 1 ti 1 III k 1 I gli 1 : i 1 _ ' - iiilear. i: 4 - g . g ... 5154 • ,!,, g ig5ii5S - 531% = = a s 3 , . i - " 11 " .21 EIlliktliiiigiliftliiilifilli "" - ittlitlifi ' 411tilleliiii'lleuttlitifit:f . 1! 4 I .. . .kg4 . 2: 332 . 1-.. S ,13 . 1.41. 3 ,x . .. .. ot.1 . 1gtoto ili '..'' . •6 * * . o . I° 4 • 4 L 1 . . , . I i : = . t .111 ; ; I 1 , . , t . ; , A . * sail I . . I I i _ g .. . d laa4 ,y 1 / . I !' 3 1 ' A A at , . 44 . . • 1 AS 1111 4 ' - . go. ilg : i - ii . 11 lii. , , , i 1 4 ' 4 : „. i P .,2 ii c'i 3 ii 110i ; j1 .a I - 41 4- , . 1, 4. ,01 ; ..,, - , . i. „.„ 1 I : 13 - - •t4 4 d . i I ! ! I i I tr -11 ' 11 - 1 .991 . il !. }1 .1111 , Ix .I' 1 ' • i le - i ' '' . 1 . . i ,. Ii .1 . ..... .1 . . ‘, 7.- . .n . .- 4. . IV :: tr• , 1 f: ..r. ,..srAr.: 411 .4 4k 3 It ;t- ArIg .:4 :41i,-, _r, . , is i 1 G-18 AED Marvin Griffin Rd Improvements, Phase II Augusta, GA Engineering Department TECHNICAL SPECIFICATIONS MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 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 http://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 traveiway 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(7x) 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 TIAFFRCSAW-4- 11112 oAff-yri 0-121111312. DETAIL I5O CMS 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.O1.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 Subsection 150.03 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 t zed 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 , § § jE -_ § o§ k 2 .A | o §kook§ W B2 Cr §w X *-11-0N- I-0_ Zzz . « o -Gi& -ojttr K- t40 - w§owm m- o ,_u N W \ CC ���§K §k�� §2� }§\ i cr _ 0W.4 40tni- O \ �! * §�� $ �? 1.11 I q I K 3* IX' u4- aoetr■ L®_ § $ o■- 0w 0. Z ? k ■- k=§ ,5#1 N 2$ 1 I x 0 7,- .....1,5041 «i �b _o_N Ui & -,.• «&� ƒ § )§� ■®E ± E � , w �x )-2 j �� $ I � co 2 CI 7�� _Ct -1\\\ ~/Wq ! <WE -I oU = sc 0> Cr 2?? o o t* -f 20. . . : oo§14 I- I- $ . -tO__2 y 0 A. -4� I 03 01 | E % * ' ix:www vi - ��� __. -� § ; \E 0 �§ 4 . ■§ < 0 FT-6 41 / E voz GUSmm §§ � \x i Pi j~ oz 20 «2 Kms « ; OC- ■$ ho ƒ I $ ],_ 0 ®4 W �! -$ 0 00 I-0 >4 , ;41 ir R | §K£ kW §� 101 /oI §�§ 3a z - I I - ( W o O o0 /6w rz z ! © ®� __� ■� ek | §K (ct/ woks §§ -� o I ) « °&!7 7& w I 4W1 bk 24 if NKil§ �§ o 0W it' z 4- I \m® 01-.-0 3i �w I Z _zz� �' 1B I V) /$2) 41- -° 16 3/4" MARGIN 1 1/4" BORDER ( 4"E 40" 01417/ 3" RADIUS j i% 5 'M ® RK ZONE 6" 6" SER. "C" 8"I. y8" 4"' 11/4" BAR SPEfiliNg 6" 6" SER. " " • 15" + 18" + 15" I. 3" 60" F _ NES 6„ 6" SER. "C" 6"�• 36" .46" 3" DNC ASD 6" SER. 13 22 13" . 3" 2114" 11/4" BAR WU�I1V�1 1 Jl 4" 4" SER. „D„ FORM j � � 4" 4 4" SER. "D" r 'JJ 3" + 26" + 48" HWZ-2 COLORS TOP PANEL LEGEND & BORDER - BLACK ( NON-REFL ) BACKGROUND - FLUORESENT ORANGE ( ASTM TYPE VII . VIII , IX or X ) MIDDLE & BOTTOM PANELS LEGEND & BORDER - BLACK ( NON-REFL ) BACKGROUND - WHITE ( ASTM TYPE III OR IV REFL SHEETING ) NOTES: 1 . ALL HWZ-2 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ-2 SIGN SHALL NOT BE REDUCED FOR USE ON TWO-LANE ROADWAYS. 17 3/4" MARGIN 11,4" BORDER 141., 40" 4"1 3" RADIUS a WORK Z 6" 6" SER. "C" 3„ 18"----44+-12"--4.-----18" 5" 1 1 4' BAR END 6" 6" SER. „C„ 6"44 36" 6" 4" 60" DNC R ASD 6" 6" SER. "C" 8" j•w—_ __32"_ __moi 8" 4" SPEEDONG 6" 6" SER. "C" 4" PRIGS 6" 6" SER. "C" r 5" ---15" H. 18" + 15"--- -y 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 REFL SHEETING ) NOTES: 1 . ALL HWZ-3 SIGN PANELS SHALL BE RIGID. 2. THE SIZE OF THE HWZ-3 SIGN SHALL NOT BE REDUCED FOR USE ON TWO-LANE ROADWAYS. 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 TYPE 'M FLA MM LIMO ON T uc IC SIDE 1`1WIC1N 1jo 1picEA _iizer---1 ". y 3• MINS i . .. 7Y.+`t Ilwll 1?` �i' .R nY � 10' r a?' i IC' S• SLOWE (` +Y+rnru 1 77' !#' SER. 1C' 10' i 42- 1 IS Ss A IS IE n 1) it 13' M. 'C' 61:10H DELAY i — DWJ +r" M— O. U. M SPECIAL SIN ITLNPONA v INIST NOuNTED SION SNALL NAVE 5LACIS LACED AMI! anNIEA WI GNN* WLECTONIng $*c G 1ouMo 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 3. ENCROACHMENTS ON THE TRAVELED-WAY The Worksite Traffic Control Supervisor (WTCS) shall monitor the work to ensure that all the rocks, boulders, construction debris, stockpiled materials, equipment, tools and other potential hazards are kept clear of the travelway. These items shall be stored in a location, in so far as practical, where they will not be subject to a vehicle running off the road and striking them. K. PEDESTRIAN 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 150.01.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 %6'STEEL mg 5/w'-18 LOCK WASHER �� g'WASHER.limo +/' 11 2 EA.5As•DIA.BOLTS 11 III MEDIUM CORNER BOLT PER CONNECTION Yi '-18 SPACER (THICKNESS VARIES) `TRAFFIC FLOW (OPTIONAL) U-CHANNEL SIGN SQUARE SIGN TUBE POST /POST 4'MAXIMUM o TRAFFIC FLOW STUB HEIGHT o 2 BOLTS I CORNER BOLT : GROUND LINE PER SPLICE PER SPLICE o V 4'OVERLAP -''" • '- 4'MAXIMUM C41 w 10'OVERLAP STUB HEIGHT 1 \.0 �� ANA, 1 .i1 1 a ,a,, �'1� POST SHALL EXTEND 6'MINIMUM BELOW POST EMBEDMENT DEPTH GROUND LEVEL 3'-0' MIN. 4'-0'IN COASTAL SOUARE SIGN TUBE PLAIN REGIONS STUB POST \' i U-CHANNEL SIGN POST STUB POST —4\---- /0/ 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. 1 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 3B.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 ofavement markings on intermediate and final concretesurfaces g su aces 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 resurfacingprojects alongwith wideningand P 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 travelway edge of pavement. The W-20 sign shall be a minimum of 500 feet in advance of any channelization devices that encroach on the surface of travelway. A portable changeable message sign may be used in lieu of the W-20 sign. GENERAL/TIME RESTRICTIONS: A. STONE BASES, SOIL AGGREGATE BASE AND SOIL BASES 1.All Highways Differences in elevation of more than two inches between surfaces carrying or adjacent to traffic will not be allowed for more than a 24-hour period. A single length of excavated area that does not exceed 1000 feet in total length may be left open as a start up area for periods not to exceed 48 hours provided the Contractor can demonstrate the ability to continuously excavate and backfill in a proficient manner. Prior approval of the Engineer shall be obtained before any startup area may be allowed. 2. LIMITED ACCESS HIGHWAY RAMPS(INTERSTATES): On projects that include ramp rehabilitation work, one ramp at a time may be excavated for the entire length of the ramp from the gore point of the ramp with the interstate mainline to the intersection with the crossing highway. This single ramp may remain excavated with a vertical difference in elevation greater than two (2") inches for a maximum of fourteen (14)calendar days with drums spaced at twenty (20') feet intervals as shown in Detail 150-B and a buffer space accepted under Section 150.06.F. After fourteen (14) calendar days the section shall be healed as required for all other highways. This area will be allowed in addition to the 1000 feet allowed for all other highways. B. ASPHALT BASES, BINDERS AND TOPPINGS 1. DIFFERENCES IN ELEVATION BETWEEN THE SURFACES OF ADJACENT TRAVELWAYS Travel lanes shall be paved with a plan that minimizes any difference in elevation between adjacent travel lanes. The following limitations will be required on all work: a. Differences of two inches (2") or less may remain for a maximum period of fourteen (14)calendar days. b. Differences of greater than two inches (2") shall be permitted for continuous operations only. 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 ►4 ► ► 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 t r New Construction Travel Lane 4 t 04 ► ► 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. 4— 4 feet t //________ -1 /New Construction Travel Lane 4 t 04 0 ► 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. ---A NO STEEPER THAN 4:1 2 feet f / New Construction Travel Lane 4 4 04 0 ► 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. J. 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 REVISED APRIL 2014 G G, 'I ' 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 S-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 5-12 - 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 S-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 S-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%2" thick) and asphalt patch (2%z"thick) shall be measured in square yards and shall include costs for all aggregates (regardless of type), 2 Y2" 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 7OF8 AUD WATER MEASURE PMT 2014 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 G tirL'� O R G I ' 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%2) 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%) 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, 1%, 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 129T, 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 ATV 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 AN 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 AN 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 514 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,i 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,P 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 1 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 offine 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.