Loading...
HomeMy WebLinkAboutBLAIR CONSTRUCTION HAUCHMAN HILL ROAD WHISNANT DR PAVING DIRT ROADS I I I I I I I I I I I I I I I I I I I Invitation To Bid Bids will be received at this office until 3:00 p.m., Thursday, March 9, 2006 Bid Item #06-110 Paving Dirt Roads Phase VIlI for Public Service Engineering Bid's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30911. Plans and specifications for the project can be made available upon request to Digital Blue Print. The fees for the plans and specifications which are non-refundable is $100.00 Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30904. It is the wish of the Owner that all businesses are given the o:,portunity to submit on this project. To facilitate this policy, the Owner is providing the opportunity to view plans online (www.digblueprint.com) at no charge through Digital Blueprint (706-821-0405) beginning Thursday, January 26, 2006. Bidders are cautioned that submitting a package without review or Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory pre bid conference will be held on Friday, February 17, 2006 from 10:00 a.m. in the conference room of the Procurement Department. All questions must be submitted in writing to the office ofthe Procurement Department by fax at 706-821-2811 or by mail. The last day to submit questions is Tuesday, February 21, 2006 by 4:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. It is the wish of the Owner that minority businesses are given the opportunity to submit on the various parts ofthe work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidder's qualifications; a 100% performance bond and a 100% payment bond will be required for award. Bidders will please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid are material conditions of the package. Any bid package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta Commission. Please mark bid number on the outside of the envelope. Bidders are cautioned that sequestration of bid documents through any source other than the office of the Procurement Department is not advisable. Acquisition of bid documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program contact the Office of the Disadvantage Business Enterprise at 706-821-2406 GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Augusta Focus ... January 26, February 2,9, 16,2006 February 2, 2006 cc: Tameka Allen Yvonne Gentry Abie Ladson Robert Oliver Interim Deputy Administrator DBE Coordinator Public Service Engineering Public Service Engineering I I I I I I I I I I I I I I I I I I I SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see S 1-10-45 - Sealed Proposals; 1-10-46 - Professional Services; 1-10-47 - Quotations; 1-10-49 - Sole Source Procurement; and 1-10-50 - Emergency Procurements, of this chapter). Invitation 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. Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Procurement Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with S 1-10-5 (Public Access to Procurement Information). Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. The main advantage of using life- cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion for awarding the contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-time could eat up any savings made if the Procurement process considers only the initial cost. Under no circumstance will any bid be accepted by fax or email. All bids must be labeled and received in the Procurement office by the due date and time. There will be no exceptions made for any late. lost by the post office or express carrier. or misdirected submittals. Please be aware that vendors shall be removed from the vendor list for the following reasons: (1) Declining to offer bids for the period of time listed in specifications. (2) Suspension for the following shall not be for less than three (3) months or more than three (3) years: I I I I I I I I I I I I I I I I I I I (a) Failing to satisfactorily meet terms, agreements, or contracts made with the Procurement department or the using agency. Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti-trust statutes, or any other crime which indicates a lack of business integrity or honesty. Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsibility of a contractor, including disbarment or suspension from a vendor list by another government entity. (b) (c) BACKGROUND INFORMATION ON VENDORS. The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. INSPECTION OF PURCHASES. The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The Procurement agent may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications. Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. A ward shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly, or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or servIces, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, (7) The quality, availability, and adaptability of the supplies or services to the particular use required, (8) The number and scope of conditions attached to the bid by the bidder, and I. I I I I I I I I I I I I I I I I I I .~ (9) Service availability may be considered in determining the most responsible bid, and the bidders shall be required to submit information concerning their ability to service and maintain the product of the equipment. Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed by the Procurement Director and/or Administrator a.p.d made part of the record f1le for" audit proposes. It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the. cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and'provide ample opportunity for business growth and development. The. Disadvantaged Business Enterprise Language for bids has been included. Please note that the DBE forms are required to be completed and returned with your bid package. EMPLOYEE CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or fmancial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per a.c.G.A. 36-1-14, or the procurement contract is awarded pursuant to O.C.G.A. 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by a.c.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerriing prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest orfmancial interest ina disclosed blind trust shall not be deemed. to have a conflict of interest with regard to matters pertaining to that substantial interest or fmancial interest. USE OF CONFIDENTIAL INFORMATION 1-10-15 It shall be unethical for any Augusta, GA County employee or official to knowingly use confidential infonnation for actual or anticipated personal gain, or for the actual or anticipated gain for any other person. Name:JAJ~~ R-~ Title: ~C'"'i(~-"'?+ Date: ?/ll#? /of.a f { -p Ie-I/ c::;._.-!-/-c--h'c."'7 / ~c.. , Company: THIS SHEET IS REQUIRED TO BE IN SUBMITTAL. I I I I I I I I I I I I I I I I I I I {fjJlroe{~e)lt QJF~ent /:/UJ. 1 (jJoJri. fi]lam,J, {jJjj'~1" ~ ADDENDUM TO: All Bidders FROM: Geri A. Sams DATE: February 28,2006 SUBJ: ADDENDUM #1 BID ITEM #06-110 Paving Dirt Roads - Phase VIII BID DUE Thursday, March 9,2006 @3:00p.m. Please note the following change to your bid package: I. Answers to questions regarding Bid # 06-110 from Blair Construction, Inc. 1. Question: Bid schedule for Whisnant Drive has two (2) Lump Sum Construction pay items. Why? a. Answer: Corrected see page P-2, Item No. 230-1000 Whisnant Dr. 2. Question: Bid schedule for Whisnant Drive & Hauchman Hill Road has a last J?ay item reading 'Grading Modified Incl. Hauling" (ICY). What is this for? a. Answer: Corrected see pages, P-3 No. 228-1000 Whisnant Dr. and P-4 Item No. 228-1000 Hauchman Hill Rd 3. Question: Has all right-of-way and/or easements been acquired for the two roads? a. Answer: All right of way and easements have been acquired 4. Question: Are there any negotiations made to property owners (such as shrubbery relocation, firewood sawing, etc) that the contractor should know? a. Answer: Yes, negotiations were made to install 600' of six-foot high. fence and three strands of barbed along the property line of Betty Lovett from 14+90 to 20+90. 5. Question: Can we have a pay item added for fencing on Whisn~t Drive so t~at all contractors are bidding the same type and quality of fence: a. Answer: Yes, see pages, P-3 Item No. 643-4000 Whisnant Dr. and P-4 Items 643-1132 and 643-2152 Hauchman Hill Road. Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.augustaga.l!:ov Register at www.demandstar.com/SlWplierfor automatic bid notijication I I I I I I I I I I I I I I I I I I I 6. Question: Are the two roads getting any striping other than the intersection improvements at Hwy 1 & Whisnant Drive? a. Answer: No, the only striping is at the intersection improvements at Hwy. #1 and Whisnant Dr. 7. Question: Have the Utility Companies been notified of the need to relocate? If so what is their time schedule. a. Answer: Yes, utility companies have been notified and are on schedule to have all utilities relocated. Some clearing by the contractor maybe necessary. 8. Question: Are we to clear the entire right-of-way for Hauchman Hill Road or only what is needed to construct the road? a. Answer: The contractor must clear whatever right of way is needed to complete the project 9. Questions: What is the story with the house and right-of-way situation at station 13+50 of Hauchman Hill? Are we to stay out of this area and not disturb any of the concrete paving shown? a. Answer: The existing concrete drive at sta. 13+50 Hauchman Hill Rd. is not to be disturbed and the new drive will tie to the existing concrete drive. 10. Question: How are the water services running to the houses on Hauchman Hill? Are they in conflict with the proposed road construction? a. Answer: The houses are serviced from the back and not in conflict with the proposed road construction. 11. Question: Is burning of cleared material allowed on Whisnant Drive? a. Answer: No burning is allowed of any cleared materials on this project see page PPA-1 of contract documents. II. Answers to questions regarding Bid # 06-110 from APAC-SOUTHEAST, Inc - Georgia Division 1. Question: Will the contractor be able to balance the grading to eliminate haul- in or haul-off material? a. Answer: Yes, all grade changes must be approved by Augusta- Engineering Department. 2. Question: Are Utilities on this project that are in conflict with construction to be relocated prior to notice to proceed? If utilities will not be relocated prior to notice to proceed, then when will they be relocated with regard to the contractor starting work and staying on schedule? a. Yes, utility companies have been notified and are scheduled to have all utilities relocated. Some clearing by the Contractor maybe necessary. 3. Question: Will the contractor be able to bum cleared trees on site? a. Answer: No burning is allowed on this construction site see page PPA-1 of contract documents. I I I I I I I I I I I I I I I I I I I 4. Question: There are no pay items for removing fence and resetting fence in the bid form. How will the contractor be paid for required fence work? a. Answer: This work will be covered under the Lump Sum Construction see pages, P-3 item No. 230-1000 Whisnant Drive and P-4 item No. 230- 1000 Hauchman Hill Road. 5. Question: If the contractor encounters septic tanks, wells, or other items that are not, shown on plans, who will remove these items and how will this work, be paid for? a. Answer: This should not happen; if it does this will be paid under the Lump Sum Construction see pages, P-3 Item No. 230-1000 Whisnant Drive and P-4 Item No. 230-1000 Hauchman Hill Rbad. Please acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen Abie Ladson Yvonne Gentry Interim Deputy Administrator Interim Director Public Works-Engineering DBE Coordinator I I I I I I I I I I I I I I I I I I I ~ (f5}f)O<'L{/)(I"/JJ1&zt ~t'.l/J0m.'(3?1& ~ !pm</, r;!am6, WbJ<e(Jt(p)" ADDENDUM TO: FROM: DATE: All Bidders Geri A. Sams March 2, 2006 SUBJ: ADDENDUM #2 BID ITEM #06-110 Paving Dirt Roads - Phase VIII BID DUE Thursday, March J, 2006 @3:00p.m. Please note the following change to your bid package: . I. Answers to questions regarding Bid # 06-110 from APAC 1. Question: There is an item added for Force Account. Are we to include this dollar volume in our bid? If so, is there any explanation about how this is to be used. a. Answer: The Force Account dollar amount should be included in your bid. This account will only be used if unforeseen work is required during construction. 2. Question: There are two new items for grading modified that appear to be paid by the unit measure. If we are going to try and balance the site to prevent haul in or haul off of excess material, how will we be able to measure for fmal payment? Grading modified would seem that an easier way to construct both projects would be to simply bid the grading under LUMP SUM Construction and let the contractor be responsible for the quantities that the contractor wished to bid. This is just a suggestion. a. Answer: The two "Grading Modified" bid items shall remain in place. Cross-sections are provided in the plans and can be calculated by the contractor's estimator. . Final payment .of this item will be verified and provided by the County's Project Engineer. 3. Question: Is the new date March 8, 2006? The original bid date advertised was 3-9~06? a. Answer: The bid opening is Thursday, March ~, 2006 @ 3:00 p.m. Please acknowledge receipt of addendum in your bid package~ If you have any questions regarding this correspondence, please contact me at (706) 821-2422. Tameka Allen Abie Ladson Yvonne Gentry cc: Interim Deputy Administrator Interim Director Public Works-Engineering DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aue:ustae:a.lwv Register at www.demandstar.com/suDplier for automatic bid notification I I I I I I I I I I I I I I I I I I I ~ {i5}f)O<"LI/JC(".47U'fflI; ~tV4/'1n/'fflI; 91Ii: @eJ4 ~a?n<5, QJb~ ADDENDUM TO: FROM: . DATE: SUBJ: All Bidders Geri A. Sams March 6, 2006 ADDENDUM #3 BID ITEM #06-110 Paving Dirt Roads - Phase VIII BID DUE Thursday, March 16, 2006 @ 3 :00 p.m. . Please note the following change to your bid package: The bid opening date for bid item #06-110 has been changed from Thursday, March 9, 2006 @ 3:00 p.m. to Thursday, March 16,2006 @ 3:00 p.m. There were several pages missing and they will be mailed certified/return receipt. Please acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen Abie Ladson Yvonne Gentry Interim Deputy Administrator Interim Director Public Works-Engineering DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aulrnstag-a.lwv Register at www.demandstar.com/suopIier for automatic bid notification ,I I I I I I I I I I I I I I I I I I I ATTACHMENT A PROPOSED DBE PARTICIPATION p,&I .:I.t= 0(;;;> -II 0 ?I_,r c:::.-s-b..-"'/-o.... ;z'c., ~v':'l o~ -:O,A PRIME CONTRACTOR / PROJECT I ,. ~s-~~ ad ~*;..,..~/O- ~_-c4 I~ I 2-o0fp / I 2- J I' Total Price: Total DBE value Total DBE percent: o Contractor will perform% of this contract Signed By: Title: Date: -5/rl9'e-l -s-;?-s Ii- j>o'S-f$ ~.- /vc-...~ II~ sf-o.,~ ,?o,=> S-~)- 3~", J ~jJh_J+- $ 4-27, /Z-3.~ . pO $ -55;030- , /3,0 R..cJs --;:t1-g~ &; / % ,I I: I' I I I I I: I" I I I I I I I" I ~ I I I '~3V16/20~~~ : 11: 08 7065411144 . 1 "\ nr,I'\ ~;i!o~ '.. \.. ,J to; l.l; ~ oJ , oJ ~ t;I ~ tl .i. ~ ~" , r~~ j,if ";'j ! l!~l.~'.. ~ ~'4: ..) !;~::: ~-'~: 'jlt.. :1" 1:( 'I' ~ , - ~ BLAl~ ;ONSTRUCr!O~ PAGE 01 .1257 P.OOZ,002 PROJr.C,T ~lT ACtJMENT ~ 7J;~ ~ ~ -IIQ --;z....v.( ~P "":z>..;..~ ,1-Ji ~op,.I~ =- I..I:TTER OF INTeN1T~ PERFOJIW AI ~_.rUfJCONSY4tANT~'CC1t!rRACT0Rl8UP~U~ TO: ?I-..... CI6l'....7~,..,;~-A~..., :::z:;,,; ~ " ,./ , (NAME OF 'ROftoS~) A. Tho un~ersiall.d Inmnd& /:0 perrOI'm work I", lXInnectiQn with [hIS above project in 1i1e fu/low/1t8 clJpu~ity (enecl< one): An il'lJividulIJ ^ partm:r:lhip --k:- A corporation A Joint Yltl1tlJl'O B. 111. DBE ttatUI of the IIndenianed is eooflrmed u folll)ws: Y Sy,att,,)!mtnt ora clI"'.n~ C4!rtitle<l.lc l)f CenlneapOll imt~ by th~ O~al't.merlt of T,..;'.portJ.tlolJ , By IttJtcllment !J(1t cumntC."fjfleation ISIIIcd by th. Dhl'ldv.JJt.ger,l Bu.'ne., F.l1~rpriJlE Offi~ C. The llndcrJi8ned i$ PF'q)f,I~4 to p..rf'orm 1.I,e (olll\""i,,~ \V()tk in conrl.x:ut,lft whl, tt?~ .bove t:lroj~t .5i1r1 ~ ~\ (Ja>J- o. 'fl1c undel'lfgnod,stutt5 thlU they will be "~rfol.'mil1~,.. " ~_% otltre to\a! project . ~ I " , , % of this SUbcOOIl11Ct tl) non-vet! F.. l1;Cl lmdc:r.ianedwill sublet arrdfor tWlllrd {/ conlMCrnrs alld lor llon.DBE 5lJpplien. rrte ""net.relgn,'" wtll .ntw Into . '~.J i1g,.emfnt for t11. .bQve dKCrfb~ work with the , Pf()p~.r cJNd ..bove condltlontCS IIpO" tt.e tM...."tion of . contr.et for the project cited : he,...", betw..n the P,vpOMr end AU8"lft.""JchmondCou"ly. ,~ . ~s7:z>~ By; I#;f;r-l".,c-I ~ SIgnature or AtJt"l)rl~ed Repr"entaflve ( Be CQIltr8e1O Itm Ne 1 , 0 COl1ft.~or wlll perf()~m 100% Qf th;, contllild l.t. 1"' , " , " ! I,.! ' , I I I I I I I I I I I I I I I I /2005 14:09 7055411144 PAGE 133 '.):'1. HAROLD E.;~INNENKOHL COMMISSIONER (404) ~oo.s206 PAUL. V. MUllINS CHIEF ENGINEER (404) 656-:5277 (j)epartment of rrransportation State ojgeorgia #2 Capito! SqlUl.re, S.1-1J. .Jltumta, qe01'gia 30334-1002 EARL L MAHFUZ TREASURER (.w4) 656-5224 LARRY E. DENT DEPUTY COMMISSIONER (4(14) 556-5212 !i April 19, 2004 Ms. Rosa.Ann Boswell, President B/E Electri'diI Contractors Inc 6136 Colum:l)ia Road GrovetoWIl;'~A 30813 ; Dear Ms. ~ell= .. TheGeorgta,. . Department of Transportation has reviewed your updated Georgia Uniform Certification Disadvantagtd. Business Enterprise (OBE) application. Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria outlined in Federal Regulations 49 CFR, Part 26.' i " Accordingly;ypur firm has been certified for a period of three (3) years beginning with the effective date of this letter and t.b.~ expiration date is April 19, 20Q2'. Yo~ V~ndor ID Code is: ~"Eo~o , Your firm has been certified to provide the following services as outlined in the North Atnerican Industry Classificatiol1 System (NAlCS): . NAlCS Code 23731 Highway, Street and Bridge Construction NAICS, Code 23821 Electrical Contractors You ",-.:n ~~ive. IUl annual .Mfidavit and Personal Financial StlltemeIlt (PFS) approximately thirty day5~prlor to your. firni:'s certification anniversary date. 11rls Aftidavit and PFS must be complete4lf~igned and returned to our office before your anniversary date in order to continue yourfinn'~\fligibUlty as a DBE. . . ... . . 1.'I'~;C ' ; :rf at anyti~a~ring the year there is a change in ownership and/or control of your firm, you are required to notify this office of such Change in writing. . ". :z.~ ........ CharIesE.French, ~ual Oppo,rtunity Administrator .CEF/cjs -I I I I Ill, : .;,;:t:'f ,ij I:: I; , \ I,;, , . I I I I I " J:! , {,} I'd :' I I I I I :i -I., j;: ~-: I , ';;' , ;t:~~:il~-' ~. i 6~ 2 od~:;i1: 49 7066681655 lit,' ;.:1 B~AIR CONSTRUCTION #1259 P.002/002 Ii ~ J :: I: .: 'i.'.!. -I :1/ ;: PROJEC'l' A 1'1' ACHMENT B ""$,eI ~ ~-/fQ ~V'7 r..>/J. -j/....,.e 12. _-J> ~I!a~e. :: I I i Lf&rfR OF INTE~1 TO PERFORM AS A SUS CONS UJ.., TANTISUBCONTBACTORl8UPPllER dc,.L.J :" "t. ',I . l. ' 1 ,1':;',"";1 ~ 1-:.- ce:~ 1..f.'.... & I-J~"'" :::z:;:" ~ (NA,IVIE OF PR.OPOSER) r'"' ";1" ; -J-~ 'd A. Tbe undersigned Intends to p~rform wor.J{ In connectIon wIth me e.bQ)'f: project in tne tbllQwir'lg 'i;? cap8~ity (check one): _ An indlyidual _ A partnership 'I- A ClJrporalion A j(,i1'l( venture j; " !"; '11te DBB Sti'1tull of the undel,&igrlt:d Iscontirmed al> follows: 'I- J3y at1:a.cI,ment oh. Cl,J.lTlCr!l Cc,rdflcllte of Ccrl.j ~ic81~on i6~lJed by the Department of Trll1l$pOJ1atioO ' By fltta,chment of Ii I;;\IM-ent Certification is:llJed by the DjslMl~IlT'lt.a~ Business J:nterprlse Office The undersigned 1$ prepared to perform the' full~wjns WOTI~ in r.~nnection will, (he above pi'Oj~t ;::;~....ih wde.- ~-~ P..P":" s: pih--Z"'2 . ",1 I , ,~,. C, ;p j I )'~J~ O. The undcrsisnec:l ::lfJl,tea that (hey will hI: performlng__?":_% of th~ total projec!:. "l:,t ~f,~i~' ,S. The ',ndernigned will sublot and/or'awa,rd 0 .,.,.% art.his subcontrriet to n,Qn-DBB , ClJJitra.<:tt'Jrs end lor non.DSr:. slJppHers. j~.~,!, :.';Jl, ". "":.',' I. I ":: ' .' , ' , ~i!t:":t I : J!:'.: ' .l'~ I -, . . . '*I!ffie underSigned wJII enter Into a formal agreement for the abOvI descri~ed work with the '::l.lrPP,PO$tJ' cited sbcNe condltloned upon t.he execution of a contract for the proje<:~ cfted %'I~~ret" b~en tho p~"oser .nd Augusta-Richmond COl.lnt:t~ .:ti?,;I:;. 'S'~~~ , ' By: ,:J;, , Signature of Authorized Represe!1tetlve (DSF- ,~H! '; I CI contmct.or will perform 100% of Itllseontract. Signed 1! ' . !~, ' I I I I I I I I I I' I I I I I I' I ... Ol/09/02 From- T~98 P.DDZloDZ. F-aSi <Jnir2rnni~@ffit:e . r nt, ~ntaII & lWtfumify . ',a:. .G4"'"".-:.:jiol..;"; . 1mu "".. '. .'~'. . 'f. .s:iJ : ,~~>:' . )., mttl! -::~ 1 . }; ~/ --rY1uL ~~o'" . 7~&~ ~~ "~'~-e CertifiC3ticn Number: 0324500107 ~~- .01/31/07 I I I I' I I I' I I I I I I:'; IH I I I ~ , CERTIFICATE OF ELIGIBILITY grantt"d tQ SOUI1-IERN UTILITY SUPPLY CO. , . Ii har 6t'~11 t:krqmi1'lt'd t6tU /.6t' finn Iis-t~d apQvt' ha.r l'flt'1' :'kdll fttkralrt'~1tirmtntt.r flu/vi in Co~ o/hdrr,(/.I.R~kaipn.J (4'.9 CPl? Part 26) rQP"rtio/4r.t'in t/;(! DiJ-adt;aTtf4ged Bf4:t'n~ E7Zt'c7pm~ P~lJgrttm'in SQut"h Caroli,Z4, Art'4 ~w(',i:. SUpplier of wa~er & sewer drainage and fire protection materials . , . ,.. ~~~~:~'~?~1}?~te:).l(~t?q98 .!:~;:~,~:;,',::'N,:~~~;:~.i;:i~ .".' .. _....;'. ,.. :.. '.:... ..":',. ,. ~~~/ ExlOltirJI! D im:rqr SflUth Carolina D~4rrmmt qf7ra1!rfJDTWion Arlene Frio . Ph.D. .~ i '., Deputy Di1'l!r:tol' . S(11"~/i1'l4 D~partm~'''t qfTmruponatio1'1. .r" ... .1 I MAR.16'2006 11:SQ 7068681855 I U260 !? 002/002 BLAIR CONSTRUCTION I TO: --J":df!' c;;."'~--j .; 1/r-"'>/"-7 (NAME Of PROPOSER) / I f t ATTACHMF.NT n 1;1 ,; -a,d.:d= Of;:; -110 ~ ~ rl- Ru-l... pho."i~ ,8 """'''"1 ~ I,., I I PROJF.CT '~ETTJ:R'OF INTENT TO PERFORM AS A SUeCONSULTANTiSU~CONrRACTORlSU~pLi5R J ~ . . : . ; A. The ltndersigned in~ndS ~o perform wor!< in conneclion with tJll: above pmjecl in the follqwinlt Gapacity (cher.k one): '. : .. I ,'. I I I I 'I- A corporation A .joint vettl.ure An individIJal A partn.crship 'i ~f.:~4- L>~E .,':il ~ce, , 11 ~. ~e DBE status ofthe uildersigned is confirmed as fllllows: 4/"'-7 Ce,-/;AeJ G.,.n~ ..__ By attach ment of 11 cu rrent Certj fic8Ce of Certi tica.tion iRSlJ.w by the Depaltm en t of 'fransportDtioD ' By attachment or a CUlTent Certificat.ion issued by the Disadvantllged BlL9lness 1~Il~erpri~ Office C. The uodersisned ;s preJilstcd to perfonn the following work in cl)llnection with the Il.bu\lC project. ~/.'-I ~ /-Ae- ,../- e. t::-')pt;_/-F- ~r ~i - /!.-.o / ' , / f -F- , I I I 0, The undersigned stat.es that they will be performing.. .~% I)frhe roOta! project. E. The undersigned will ~lJbltl ar.dJor award 0 ,...% of this ~ubC:Or'ltro.cl to non-DBE contractors and I~r non~D8B lmpplit:r~. The I.lnders'sned wifl enter Into a form1l1 agreement for the above described work with t.he Proposercfted above conditioned upon thB eXQcutlon of a con1ract for the project cit.ed , herein between tile Profoso/' and Augusta-Richmond County. . I .:: ,I II ~s--:-::I:>~ By: -r~".. G"-'/'~ : /1.-.1/.7:::1" Signature of Auttronzed Represe1tatlve (DBE C etar Firm Name) 'r tIt o Con~Qctor will perform 100% of this contract I I I , I I I I I ~ " .1-.qJlavt ~tftudUm, 9nc. I I I Post Office Box 770 Evans, Georgia 30809 PHONE (706) 868-1950 FAX (706) 868-1855 BIDDERS QUALIFICATION STATEMENT with Proposed Subcontractors/Suppliers I In the e",ly 1950', Bhrr L. Mntimor beg"" the Angusta loc"ed company Blaii Con,trnction. In 1973 the busm'" was mcmpomtcd m the Sate of Georgia as Blair Construction, Inc. I Blair Construction, Inc. has at some time performed grading, paving and underground utility construction for most every municipality within 40 to 50 mile radius of the City of Augusta. The majority of the work we perform is either for the City of Augusta or Columbia I County. We have an outstanding and well-respected relationship with both these municipalities. Our company employs approximately 53 persons and has an average annual revenue of around $8,000,000. Approximately 80 percent I of our work is underground utilities with the other 20 percent being earthwork and base & paving. Blair Construction, Inc. currently holds a "Certificate Of Qualification (# 2 BL 150)" from the Georgia Department of Transportation with a maximum capacity rating of $31 ,300,000. I As established in past projects with the City of Augusta, we have both the experience and means to perform the subject project to which we are bidding. I I Below are qualified Subcontractors we propose to utilize for this project. I I I I I I · Country Boy Farms · Bobby Herrington Surveying · Augusta Greenwood & Mulch · Tucker Grading & Hauling (DBE) · Moffitt Construction · Peek Pavement Marking · B/E Electrical Contractors (DBE) for Grassing & Silt Fence for Construction Layout for Clearing & Grubbing for Hauling stone & asphalt for concrete fmishing work for striping for signage Below are qualified Suppliers we propose to utilize for this project. . National Waterworks Southern Utility Supply (DBE) Rinker Materials Hanson Precast Augusta Ready Mix Reeves Construction for RCP storm pipe for Ductile Iron water pipe & fittings for Rip-Rap & Road Base Material for Precast Manholes for Concrete for Asphalt, Prime & Tack . . . . . I Listed on the following page are recent projects of similar size and/or nature to which Blair Construction, Inc. has successfully completed. I .1. I I I I I I I I I I I I 1. Rae's Creek Channel Improvements, Phase III City of Augusta, GA Contract Amount: $907,734.80 2. Butler Creek Interceptor Upgrade City of Augusta, GA Contract Amount: $5,400,889.36 3. Ridge Crossing Drainage Improvements Columbia County, GA Contract Amount: $950,067.70 4. Cummings Road Grading and Paving Aiken County, SC Contract Amount: $514,684.84 5. 36" High Service Water Line Columbia County, GA Contract Amount: $318,206.84 6. Highway 25 Wastewater Collection Improvements City of Augusta, GA Contract Amount: $ I ,096,770.33 7. Kissingbower Road Area Water and Sewer Improvements City of Augusta, GA Contract Amount: $1,633,317.92 8. North Augusta Connector, Phase I Breezy Hill Water & Sewer, SC Contract Amount: $1,495,326.58 9. Olive Road Sanitary Sewer Improvements City of Augusta, GA Contract Amount: $764,322.37 I We appreciate the opportunity to submit our bid on this project and are sure our experience and qualifications will be acceptable. If any other information is needed, please feel free to contact us. I I I I I Respectfully Submitted: ~~;~f(~~ William R. Mutimer, President Date: "3/r~/o(P I f I I I I I I I I I I I I I I I I I I I ATTACHMENT C (Contractor's Statement of DBE Utilization Form) The completion of this form is the responsibility of the awardee of the contract. Complete the form indicating the DBE's utilization for the requested pay period. This information identifies the actual DBE sub-contractors/suppliers, types of work performed, actual dollar value of work/services and suppliers. To avoid delay of payments this form must accompany all pay requests. Revised 1/24/06 I I I I I I I I I I I I I I I I I I I --- --- N N (.H Q '-' '-' ""dn t":!0 ~Z n--3 ~~ --3n >--3 C':}o t":!~ 0" ~ --3 o --3 ~ n o z --3 ~ n --3 n o ~ ""d t"'" t":! --3 t":!--- ~n~ --3'-' 0> ~c:: >--3 --3== t":!0 ~ ..... N t":! ~ 00 ..... ~ > --3 c:: ~ t":! :::0 t'1> ;::;. en t'1> 0.. ..... --- IV :!: o 0'\ --- C7\ ::= '-' --3--- t"l n O~ ool "'I:It::l 0 --3'-' z t"lZ::=c= Z >~ c:: r">fiJt"l --3 ::: ~:::t"lZ --. t""'t:l:l ~ ~ oot":! c= ::t"lZ> t"l O~ool::: ::= Z ~t"l n t"l _ --3 I -< Z t"l 9 n ~r" --. o~ - ::=00 -= ~o ""l --- ...;J '-' >n g; :::~ --. ,0 Oool - c:: c::::= C z> ..... ooln ~ ool t":! ~ ~ t:l:l n t":! :::>0 c:: t::lZ --. --3 t"l"'ool - ..... zc::~ ~ t"'" oolOO oo';"3n ..... N ool > >n::= I :::~t"l --. Oool::; - c::~oo ~ e zn~ oolool t"l > "'I:I~> t"l ::: --. ::=t"l0 ,; -t::lc:: ooolZ t::l::ool r;; t"l >> t::l::=:!: --. >Zo - oolt"lc:: .!;!J t"lt::lz oolool 0 ool ::c::=> r;;~:!: --. "'1:1>0 - t"l-c:: ~ ::=zz --- o~ool N N t::l '-' ~ > ::= --3 ~> t":! t::l>::: --. >-0 - oolZc:: .:::! t"lt"lz t::lool ool 0 n On :!:o t::l"'l:l~~ --. >r" - oolt"l~O ~ t"lool ""l t"ln oolool 0 --- 00 (.H == '-' ""d t":! ~ t":! --3 ~ n --3 Z > 0 ~ ~ t":! --3 ..... o z --- .... '-' ""d ~ g; ,0 ~ 0 00 ocn --3 Z 0)> zO 9 ~~ ,,~ )>)> 0(;'))> ~mc ~o(;') ~ tJ:I C --- --- encen ,j;;o. N '-' '-' en ~)> ""d g; ~~)>~ ~ )>Z. 0 ""d ~m")> '"' 0 menoo t":! ~ :!:en:I::I: n mm:!::!: --3 ""d zZom Z t":! ~~zz 9 ~ omo~ ..... -n;:goo 0 ~ 0"0 ~ tJ:I-c menz ~ cm=<! 0 ~o ~ -m C"'tI ~)> ~" -~ o:!: zm --- z IJl ~ '-' t:l:l > --3 00 0 t":! t:l:l S ~ ~ --- QC '-' ""d ~ o ""d o 00 t":! ~ ~ t:l:l t":! c:: --3 ..... t"'" ..... ~ --3 ..... o z I ~ e I I I I I I I I I I I I I I I I I I I Good Faith Effort Checklist The purpose for the Good Faith Effort Checklist is to indicate all necessary and reasonable steps taken to ensure DBEs and local small business enterprises have the maximum opportunity to compete for and participate in all contracts/ sub-contracts. Revised 1/24/06 I I I I I I I I I I I I I I I I I I I AUGUSTA-RICHMOND COUNTY CHECKLIST FOR GOOD FAITH EFFORTS A bidder's good faith efforts must be those that could reasonably be expected from a bidder who was actively and aggressively seeking to meet the Disadvantaged Business Enterprise (DBE) goal. Good faith efforts may include, but are not limited to: Yes No 1. Soliciting, through all reasonable and available means, the interest for all certified DBEs who have the capability to perform the work of the contract. Such solicitations must be in sufficient time to allow DBEs to participate effectively. 2. Confirming attendance at any j:;re-solicitation or pre-bid meetings. 3. Providing proof of any advertisements in general circulation, trade association, and minority or woman focused media. 4. Documenting the follow-up to the initial solicitation with DBEs. 5. Documenting how portions of the work were selected to solicit DBE participation and how the selection was made in order to increase the likelihood of meeting the DBE goals. This would include, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation. 6. Providing information on any negotiations with DBEs including bid item adjustments, terms and conditions of the contract, bonding and insurance requirements and etc. 7. Documenting efforts to assist DBEs in obtaining bonding, lines of credit, or insurance. 8. Providing copies of the information supplied to DBEs to solicit their bids. Such information should include adequate information about the plans, specifications, and requirements of the contract to enable the DBE to supply a complete and competitive bid. 9. Providing information regarding the services/assistance secured from minority and women community organizations, contractors' groups, local minority and women business assistance offices and other organizations that provides assistance in the recruitment and placement DBEs. 10. Negotiating in good faith with interested DBEs. It is the bidder's responsibility to make a portion of the work available to DBE subcontractors and suppliers. The bidder must provide documentation that consideration was given when selecting portions of the work or material needs on the contract to the availability of DBE firms in those areas when soliciting for DBE participation. 11. Documenting the basis for rejecting DBE bids. In cases where the bidder determines the DBE to be unqualified, supporting evidence used to make the determination must be provided. Revised 1/24/06 I I I I I I I I I I I I I I I I I I I PAVING DIRT ROADS - PHASE VIII CONTRACT! PROJECT NUMBER: 322-04-200823808 List of Proiect Documents Section Paf!es Instruction to Bidders 1B 1 thru IB-3 Georgia Prompt Pay Act PP A-I Minority and Economically Disadvantaged Business Support ME-1 Special Conditions SP - 1 thru SP - 2 Agreement A -1 thru A-4 General Conditions 3 thru 33 Supplementary Conditions SC - 1 thru SC - 2 Proposal P-lthruP-5 General Notes G -1 thru G -14 Traffic Control TC - 1 thru TC - 23 Water Quality Monitoring *Water Quality Consultants WQ-l thru WQ-4 WQC- 1 thru WQC-6 *Consultants Pre-Qualified by GDOT I I I I I I I I I I I I I I I I I I I SECTION IB INSTRUCTION TO BIDDERS IB-Ol. GENERAL: All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subj ect 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 wntmg addressed to the Purchasing Department, 530 Greene Street, Augusta, Georgia, 30911 and to be given consideration must be received at least ten working days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent to the Augusta-Richmond County Purchasing Director at least five working prior to the date fixed for the opening of bids. The Purchasing Director shall send by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three working days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. 1B - 1 I I I I I I I I I I I I I I I I I I I 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 thereofwho 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-06. BIDDER'S QUALIFICATIONS: No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. 1B - 2 I I I I I I I I I I I I I I I I I I I 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 ofthe Owner. IB - 3 I I I I I I I I I I I I I I I I I I I GEORGIA PROMPT PAY ACT This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond Count, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, writings, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta Richmond County Commission-Council and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the project limits the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner (or his authorized agent) describing the estimated amount and type of material to be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to be wasted on the property, a copy of the owner's inert landfill permit, issued by the Environmental Protection Division shall be furnished to the Engineer prior to any such waste being removed from the project. In all cases, regardless of the material being wasted, a grading permit issued by Augusta Richmond County must be furnished to the Engineer. PPA - 1 I I I I I I I I I I I I I I I I I I I MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County-Commission to increase the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. With all other items being considered equal, the contract, if awarded, will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. The bidders shall include with their bid, a statement of qualification for themselves and/or any qualified subcontractors explaining why they should be con~idered a minority or economically disadvantaged firm. If the firm does not fall into this category, no information is necessary. ME-l I I I I I I I I I I I I I I I I I I I Paving Dirt Roads - Phase VIII Contract 1 Project Number: 322-04-200823808 SPECIAL CONDITIONS SCOPE: The first construction contract of this project includes paving the following dirt roads: 1. Whisnant Drive 2. Hauchman Hill Road Whisnant Drive and Hauchman Hill Road will consist of both grading and drainage improvements (see construction plans for Whisnant Drive and Hauchman Hill Road). TERMINI AND LENGTH: (See Plans) Property access shall be provided to all residents adjacent to the project during the duration of the proj ect. LUMP SUM CONSTRUCTION: Item Number 230 - 1000 Lump Sum Construction shall include but not be limited to construction layout, erosion control, clearing and grubbing, remove and rest mail boxes, removal, bonds, insurance, and any work without specific pay item. UTILITY CONFLICTS: The contractor shall coordinate with ALL utility owners the providing of a schedule addressing in detail, when, where, and how long each utility will be involved in the utility conflict (so resolution and/or relocation. Each utility will provide input in completing such schedule. The schedule must be compatible with the construction schedule prepared and submitted by the Contractor. A bi-weekly meeting including all utility representative as selected by the Contractor and the ARC inspector, will be scheduled to address utility concerns. SP 1- 1 I I I I I I I I I I I I I I I I I I I SECTION A AGREEMENT TIllS AGREEMENT, made on the -Sf.- day of *. 200 f by and between the City of AU2usta party of the first part, hereinafter called the OWNER, and '73/__,-r ~Af..f-,.V'c;..-I-,-c>~ =z::;;,c- . /' 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 proj ect entitled: Paving Dirt Roads - Phase VIn Contract 1 Project Number: 323-04-200823808 And in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of. this agreement. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES: The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be completed within 180 calendar days with such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be executed regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. 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 Five A-I I I I I I I I I I I I I I I I I I I I Hundred Dollars ($500) 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 a work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE III - PAYMENT: (a) The Contract Sum The owner shall pay to the Contractor for the performance of the contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (b) Progress Payment No later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer, an estimate covering the percentage of the total amount of the contract which has been completed from the start of the job up to and including the last working day of the proceeding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run, following approval of the invoice for payment, the owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the completion and acceptance of all work under the Contract. A- 2 I I I I I I I I I I I I I I I I I I I ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT: (a) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall within 10 days, make such inspection and when he finds the work acceptable under the contract and the contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the owner within 15 days after the date of said final certificate. (b) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. ( c) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the contractor except those previously made and still unsettled. (d) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the contract, make payment of the balance due for that portion of the work fully completed and accepted. (e) . Notwithstanding any provision of the General Conditions, there shall be no substitution of materials or change in means, methods, techniques, sequences or procedures of construction that are not determined to be equivalent to those indicated or required in the Contract Document, without an Amendment to the Contract. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A- 3 I I I I I I I I I I I I I I I I I I I. 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) IJ By: (2 q-<f. fL SEAL ~ .u:::t it W 'fY/..t f ~ Witness . v , CONTRACTOR: 73/a,,:'- ~'?S"h-..,=h"O-? :::z:;:,c.. / , By: ~'l. 7JzuT~. Title: ,!r-c,e ~,.e~'-de--+- SEAL Address: ~o. lJo'fL ?")O Attest &~S-, 6# 30807 , s::~!Y\ ,-1+ " ?~s~~ Witness A-4 I I Bond No. 929 388 609 PERFORMANCE BOND Conforms with The American Institute of Architects A.I.A. document No. A-311 KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, Western Surety Company, CNA Plaza. Chicago. Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission, 530 Greene St./Municipal Building, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner) as Obligee, hereinafter called Owner, in the amount of Four Hundred Twenty Seven Thousand One Hundred Twenty Three and 51/100 - - - - -- -- - -- - -- - --.- -- -- -- -- -- - - - - -- - -- -- - -- -- -- -- - -- -- Dollars ($ 427,123.51 ). for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , entered into a contract with Owner for Paving Various Roads, Phase 8, City of Augusta, GA (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. -1219/GEEF 10/99 Page 1 of 2 I PERFORMANCE BOND 929 388 609 I NOW, THEREFORE, THE CONDITION OF THIS OSUGA TION is such that, if Contractor shall promptly and faithfully perform sai< fontract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or contract or contracts of completion arranged under this paragraph extension of time made by the Owner. sufficient funds to pay the cost of completion less the balance ofthl I contract price; but not exceeding, including other costs and damage Whenever Contractor shall be, and declared by Owner to be for which the Surety may be liable hereunder, the amount set forti in default under the Contract, the Owner having performed in the first paragraph hereof. The term "balance of the contrac .Iwner's obligations thereunder, the Surety may promptly remedy price," as used in this paragraph, shall mean the total amoun e default, or shall promptly payable by Owner to Contractor under the Contract and an~ amendments thereto, less the amount properly paid by Owner t< Contractor. I) Complete the Contract in accordance with its terms and onditions, or I Obtain a bid or bids for completing the Contract in accordance ith its terms and conditions, and upon determination by Surety of e lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest .sponsible bidder, arrange for a contract between such bidder and II>wner, and make available as Work progresses (even though there should be a default or a succession of defaults under the I I I /2- -pl. day of Nc-; ligned and sealed this ;0 I ~ ?~ s .---::O~ (Witness) I I ~~~~o'" I (Witness) I Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final paymen under the Contract falls due. No right of action shall accrue on this bond to or for the use 0 any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. ZcoG,. , . ~ ~ Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Seal: (Principal: ~-i/L ~~a-t-~ \J,'c.e Pres;c1e__+ (Title ~ ~ Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Seal (Surety ~~ L.4';/.~ Buck Leigh, Attorney-i act (Title I CIS by Georgia Resident Agent Z~ 6), ~ f!.-.o.--c-I4- ~~ I S-1219/GEEF 10/99 Page 2 of2 I I LABOR AND MATERIAL PAYMENT BOND Bond No. 929 388 609 Conforms with The American Institute of Architects A.I.A. Document No. A-311 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commsission, 530 Greene St./Municipal Building, Augusta, Georgia 30911 (Here insert full ~ame and address or legal title of Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Four Hundred Twenty Seven Thousand One Hundred Thirty One and 51/100 - - - - - - - - - - - - - - - - Dollars ($ 427,131.51 .). for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated , entered into a contract with Owner for Paving Various Roads, Phase 8, City of Augusta, GA (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. Page 1 of 2 -1220/GEEF 10/99 I LABOR AND MATERIAL PAYMENT BOND 929388 609 'ow, THEREFORE, THE CONDITION OF THIS OBUGA nON is such that, if Principal shall promptly make payment to all claimants as hereinafte: defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shal tmain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with, the lrincipal or with a Subcontractor of the Principal for labor, material, or oth, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, las, power, light, heat, oil, gasoline, telephone service or rental of quipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and leverallY agree with the Owner that every claimant as herein defined, who as not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was lone or performed, or materials were furnished by such claimant, may sue n this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have Ixecution thereon. The Owner shall not be liable for the payment of any osts or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: I a) Unless claimant, other than one having a direct contract with the .rinCiPal, shall have given written notice to any two of the following: the rincipal, the Owner, or the Surety above named, within ninety (90) days fter such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating lith substantial accuracy the amount claimed and the name of the party to horn the materials 'igned and sealed this 711 /2-- day of ~c-~ / I .. ~~~ ~~ I (Witness) ~ ~ I I 'J,~$ X~-/(, (Witness) I I I S-1220/GEEF 10/99 Page 2 of 2 were furnished, or for whom the work or labor was done or performed Such notice shall be served by mailing the same by registered mail 0] certified mail, postage prepaid, in an envelope addressed to the Principal Owner or Surety, at any place where an office is regularly maintained fo] the transaction of business, or served in any manner in which legal proces~ may be served in the state in which the aforesaid project is located, savt that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principa ceased Work on said Contract, it being understood, however, that if an) limitation embodied in this bond is prohibited by any law controlling tht construction hereof such limitation shall be deemed to be amended so as t( be equal to the minimum period oflimitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the count) or other political subdivision of the state in which the Project, or any par thereof, is situated, or in the United States District Court for the district if which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent 0 any payment or payments made in good faith hereunder, inclusive of tht payment by Surety of mechanics' liens which may be filed of record agains said improvement, whether or not claim for the amount of such lien bt presented under and against this bond. 200"'-. Blair Construction, Inc., PO Box 770, Evans, Georgia 30809 (Seal: (Principal: ~4AJ'! 7J1~//~: \J.'''e. Pres:cC"'''7"4- (Title: ~ ~ Western Surety Company, CNA Plaza, Chicago, Illinois 60685 (Seal (Surety 13~ kt;:t'- Buck Leigh, Attorney-in ct (Title: I I I I I I I I I I I I I I I I I I I Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Thomas M Albus, Buck Leigh, Individually of Columbia, SC, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed, This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 23rd day of March, 2006. WESTERN SURETY COMPANY -/2t'~# Paul . Bruflat, Senior Vice President State of South Dakota County of Minnehaha } ss On this 23rd day of March, 2006, before me personally came Paul T. Bruflat. to me known. who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires +~~~~~~~~~~~~~~~~~~~~~~~+ ~ D. KRELL : I I :~NarARV PUBLIC~SEAL : I~SOUTH DAKOTA I I I +~~~~~~~~~~~~~~~~~~~~~~~+ ~ ~!""b1k November 30, 2006 CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this /2-- 7!f day of /1'?c-"7' . ;?oc><.-. I WESTERN SURETY COMPANY ~""..........- ...~"'!tIlIlEr)-""',. ~~:'~/--"'....."o'%. !l!!lo....'O",,;.\'f.,\ ;:1" ft\\"'J s ' JZ ..\~ ~e ",,,,;i{. "'\I'n;_ :'':-.l.~Y ~~~ g. ~{~"~&="" Form F4280.01-02 1/5/8/7006 10: 37 AM ACORQ CERTIFICATE OF LIABILITY INSURANCE (770)246-8300 FAX (770)246-8301 Su~~er, Mclellan & Gilbrea~h, Inc. 1424 Nor~h Brown Road Sui~e 300 lawrenceville, GA 30043-8107 Blair Cons~ruc~ion, Inc. P. O. Box 770 Evans, GA 30809 9,17068681855 002 DATE (MMIODIYYYY) 05/08/2006 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. INSURERS AFFORDING COVERAGE NAlC# INSURER A: Na~ional Trus~ Insurance FCCI Insurance Group 18290 INSURER B: INSURER C: INSURER D: INSURER E: COVERAG S THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ~~ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE GENERAL LIABILITY CPP0004476 02/14/2006 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE [!J OCCUR EACH OCCURRENCE DAMAGE TO RENTED LIMITS $ MED EXP (Arr{ one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS. COMP/OP AGG $ $ $ $ $ 1,000,0<< 50,0<< 5,0<< 1,000,0( 2,000,0( 2,000,O( lOC CA 0005458 02/14/2006 02/14/2007 COMBINED SINGLE LIMIT (Ea accident) $ All OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS 1, 000, O( BODilY INJURY (Per person) BODilY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY . ANY PROPRIETORlPARTNERiEXECunVE OFFICERlMEMBER EXCLUDED? If yes. describe under SPECIAL PROVISIONS below OTHER ESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS roj: Paving Various Roads, Phase 8, Augus~a, Georgia Contract Amount $427,123.51 Augusta GA Commission Room 605, Municipal Building August, GA 30911 CANCELLATION SHOULD AN( OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE.THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~~ err-- @)ACORD CORPORATION 198f 5/8/2006 10:37 AM 9,17068681855 003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. CORD 25 (2001/08) I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS OF GENEr~AL CONDITIONS Article Numb,:r Title PaRe DEFINITIONS. ..,..., ....,... .....,... ...., ,. ........ . .. ..... . ,..,. 7 2 PRELIMINARY MATTERS ..,..................................... 8 3 CONTRACT DOCUMENTS: . INTENT. AMENDING AND REUSE........................... .... 9 4. A V AILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS .......,..,........;......... .... ........ .... . 10 5 BONDS AND INSURANCE ........................................ II 6 CONTRACTOR.SRESPONSIBILITIES............................ 14 7 OTHER WORK ...............................................;...... 18 . 8 OWNER'S RESPONSIBILITIES.....:.............................. 19 9 ENGINEER-:SSTATUSDURINGCONSTRUCTION ............:. 19 10 CHANGES IN THE WORK .,................:...................... 21 II CHANGE OF CONTRACT PRICE........ ... .. .... .. .. .. .......... . 21 12 CHANGE OF CONTRACT TIME ,..................:.'....:......... 24 13 WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION. REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK........;.................. 24 14 PA YMENTS TO CONTRACTOR AND COMPLETION ,........... 26 15 SUSPENSION OF WORK AND TERMINATION ......, .......... 29 16 ARBITRATION ..................................................... 31 17 MISCELLANEOUS ...,..........:.................................. 32 3 I I I I I I I I I I I I INDEX TO GENERAL CONDITIONS I' Article or Paragraph Number Acceptance ofInsurance ............................. 5.13 Access to the Work .................................. 13.2 Addc:nda-definition of (see delinition of Specifications) ..........;...................-.......... 1 Agreement-definition of ..................;............, 1 All Risk Insurance...... .... ............... ............ 5.6 Amendment. Wrinen ............................. I. 3.1.1 Application for Payment-delinition of .................. 1 Application for Payment. Final ......................14.12 App 1 ication for Prcgress Payment ,................... 14.2 App I ication for Progress Payment-review of . ... 14.4--]4.7 Arbi "[ration .............................................. 16 Authorized Variation in WOrK ......................... 9.5 A vaiIability of Lands .................................. 4.1 Award. Notice of -defined .......................,......1 I I Before Starting Construction ...................... 2.5-2.7 Bid~efiriition of ....... ......:.. .......... ............. 1 Bonds and insurance-in general ........................ 5 Bond s-delinition of . . . . . .. . . . .. . . .. . . . . . . .. . .. .. . . . . . ... I Bonds. Delivery of ......................,......... 2.1.5.1 Bonds. Perfonnance and Other....:...... ......... 5.1-5.2 I Cash Allowances ..................................... I 1.8 Change Order~efinitjon of ................ .. ...... ..... I Change Orders-to be executed ....,............;.... lOA Changes in the Work ;.................................. 10 Claims: Waiver of-on Final Payment........;...... 14,16 Clarifications and Interpretations ..................-.... 9.4 Cleaning ................,............................ .6. 17 Completion......;.......... ........ ......... '" ........ 14 Completion. Substantial...,..................... 14.8-14.9 Conference. Preconstruction ..........,.:............. 2.8 Conflict. Error. Discrepancy-Contractor to Report ...........................:........... 2.5. 3.3 Construction Machinery. Equipment. etc. ............. 6.'1 Continuing Work.. '.. ................................ 6.29 . Contract Documents-amending and supplementing ...........,.....,................. 3.4--3.5 Contract Documents--definjtion of ..................... ',' 1 Contract Documents-Intent ...................... 3.1-3.3 Contract Documents-Reuse of ....................... 3.6 Contract Price. Change of .............................. 11 . Contract Price-detinition ............,.................. I Contract Time. Change of .............................. I: Contract Time. Commencement of ..................... :.3 Contract Time-definition of ....................;.... '... 1 Contractor-derinition of. .. ....... .. .. .... .. .. ........ .... I Contractor May Stop Work or Tenninate ..,.......... 15.5 Contractor's Continuing Obligation.... .,............ 14.15 Contractor's Duty.tO Report Discrepancy in Documents .................................. :.5. 3.: Contractor's Fc:e-Cost Plus .., 11.4.5.6. 11.5.1. J 1.6-11.-;' Contractor's Liability Insurance....................... 5.3 Contractor's Responsibilities-in general ................ 6 I 1 I Contractor's Warranty of Title ................. ........ 14.3 Contractors--<>ther ... . . . . . . . . . . . . . . " . . .. . . .. . . . . . " . . .. 7 Contractual Liability Insurance. .. .... " ............... 5.4 Coordinating Contractor-definition of ................ 7.4 Coordination .......................................:.. 7.4 Copies of Documents ........... . . . . . . . . .. . ... . . . . . . . .. 2.2 Correction or Removal of Defective Work ........... 13.1 J Correction Period. One Year ... .....................13.12 Correction. Removal or Acceptance of Defective Work-in general ........................... 13.1I~I3.14' Cost-net decreaSe................................. 11.6.2 Cost of Work . . . . . . . . . . . . . . . . . . .. . .'. . . . . . . . . . . . .. 11.4--11.5 Costs. Supplemental.... .. ......................,... 11.4.5. Day-dennition of ...........;........................... 1 . Defecrive-<lefinition of. . . . . . .. .. . . .... . .. .. . . . . .. . ... .... 1 DefeCTive Work. Acceptance of. .. .... ........ .;...., G.13 DefeCTive Work. Correction or Removal of .....:.... 13.11' DefeCTive Work-in general ............... 13. 14.7, 14.11 DefeCTive Work. Rejecting...... . ...... ................ 9.6 Definitions ............................................... I Delivery of Bonds ....;................:,.............. 2.1 Detenninatlon for Unit Prices :...... ~ . . . . . . . . . .. . . . .. 9.10 Dispute's. Decisions by Engineer. .. .......... .... 9.11-9.12 Documents. Copies of ,....................:........-... 2.2 Documents. Record .................................. 6.19 Documents. Reuse ............... '..................... 3.6 Drawing~etinition of ................................. ] Easements ............................................ 4.1 Effective date of Agreement-dennition of . . . . . . . . . . . . . ... 1 Emergencies. . . . . '. . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . .. 6.22 .Engineer-<lefinition of .................................. 1 Engineer's Decisions ............................ 9, 10-9. 12 Engineer's-Notice Work is Acceptable ,............ 14.13 Engineer's Recommendation of Payment ...... 14.4. 14.13 Engineer's Responsibilities. LimitaEions on .......:......... 6.6,9.11,9.13 -9.16,18.2 Engineer's Status During Construction-in general ...... 9 Equipment. Labor. Materials and... ......... ....:. 6.3-6.6 Equivalent Materials and EquipmenE .................. 6.7 Explorations of physical conditions.. ... ..... . .. ...... 4.2 Fee. Contraclor's-Costs Plus........................ 11.6 , , Field Order-<lelinition of ............................... I Field Order-issued by Engineer ..............,. 3.5.1.9.5 Final Application for Payment ....................... 14.12 Final Inspection ..................................... 14.11 , Final Paymem and Acceptance ...................... 14.13 Final Payment. Recommendation of ........... 14.13-14.14 General Provisions ....:......................... 17.3-17.4 General Requiremems--definition of . . . . . . . . . .. . . . . . ... . .. 1 General RequiremenEs-principal references EO ". . " .... . . ., . .. 2.6. 4.4. 6.4. 6.6-6.7. 6.23 '4 I I I.: I I I I I 1 I I I I I I I I I I Gjving Notice ........................................17.1 Gillarantee of Work-by Contractor................... 13.1 In dernnification ......... .................... 6.30-6.32. 7.5 In.5pectio'n, Final .;.................................. 14.11 In:spection, Tests and..... ............................. 13.3 In:sunnce. Bonds and-in general ....................... 5 In:sunnce, Certificates of ........................... 2.7,5 Insunnce-completed operations...................... 5.3 Insurance. Contractor's Liability ...................... 5.3 Insurance. Contractual Liability .............,......... 504 Insurance. Owner's Liability... .. ..................... 5.5 Insurance. Property................... ........... 5.6-5.13 Insurance-Waiver of Rights.........................' 5.11 Intentof Contract Documents................... 3.3.9.14 Interpretations and Clarifications .......:.............. 9.4 Investigations of physical conditions............... " .; 4,2 Labor, Materials and Equipment .................. 6.3-6.5 Laws and Regulation~efinition of .... ........... ... . .. I Laws and Regulations-general.... ..... ......, ....... 6.14 . Liability Insurance-:.contractor's ..................... 5.3 Liability Insurance-Owner's ...,.........,........... 5.5 Liens-definitions of ................................ 14.2 Limitations on Engineer's Responsibilities .... ..'. . ... ........... 6.6, 9.11, 9.13-9.16 Materials and equipment-furnished by Contractor .... 6.3 Materials and equipment-not . incorporated in Work ..............................14.2 Materials or equipment-equjyalent ..,...;............ 6.7 Miscellaneous Provisions ............................... 17 Multi-prime contracts ...................,............... 7 Notice, Giving of . . . .... ..... .... ... ..... . ...;.... .. .. 17.1 Notice of Acceptability of Project .................. .14.13 Notice of Award-<iefinition of .......................... I Notice to Proceed-<iefinition of . . . . . . ... . . . . . . . . . . . . . . . .. I Notice to Proceed-giving of ......... H' ... ...... .. ~.. 1.3 "Or-Equal" Items..,.................................. 6.7 Other contractors .........,..................,........... 7 Other work '. . . . . . . . . . . . . . . . . , . . . . . . . . . . . . .". . . . . . . . . . . . . .. 7 Overtime Work-prohibition of ........................ 6.3 Owner-{jefinition of .................................... I Owner May Correct Defective Work................. 13.14 Owner May Stop Work ............................,.13.10 Owner May Suspend Work. Terminate .......... 15.1-15A Owner's Duty to Execute Change Orders........... .. 11.8 Owner's Liability Insurance ........:..................5.5 Owner's Representative-Engineer to serve as ........ 9,1 Owner's Responsibilities-in general .................... 8 Owner' 5 Separate Representative at site............... 9.3 Partial Utilization ..........................:....... 14.10 Partial Utilizacion-<iefinition of ......................... I Partial Utilization-Property Insurance,........... ... 5.15 Patent Fees and Royalties ............................6.12 Payments. Recommendation of ;.......... 14.4-14.7.14.13. Payments to Contractor-in general ............,....... 14 Payments to Contractor-when due ........... 1404.14.13 Payments to Contractor-withholding ...............: 14.7 Performance and otherBonds ..................... 5.1-5.2 Permits. . . .. . . .. . . .. . . .. .. .. . . .. . . .'. .. ... .... . . . .. . . . .. 6.13 Physical Conditions ................................... 4.2 Physical Conditions-Engineer's review ............. 4.2.4 Physical Conditions-existing structures ..... ~. . . . . .. 4.2.2 Physical Conditions-explorations,and repoi'ts ....... 4.2.1 Physical Conditions-possible document change ..... 4.2) Physical Conditions-price and time adjustments. . .. 4.2.5 Physical Conditions-report of differing .:........... 4.2.3 Physical Conditions-Underground Facilities.......... 4.3 Preconstruction Conference ........................... 2.8 Preliminary Maners ...................................., 2 Premises, Use of ................................ 6.16-6.18 Price, Change of Contract .............................. i 1 Price-Concract-{jefinition of ............................ 1 Progress Payment. Applications for... ........ , ....... 14.2 Progress Payment-retainage .......,.. ................ 14.2 Progress schedule ............... 2.6.2.9,6.6.6.29,15.2.6 Project-{jefinition of .................................... I Project Representation-provision for ................. 9.3 Project Representative. Resident-definition of .......... 1 Project. Starting the .....................,.............. 2,4 Prope~y Insurance....................:...... .... 5.6-5.13 Property Insurance-Partial Utilization ..,.,.......... 5.15 Property Insurance-Receipt and Application of Proceeds......... ....... ........ ....... .....5.12-5.13 Protection. Safety and ........ .... ........ ......... 6;20-6.21 Punch list ..:........................................ 14.11 Recommendation of Payment... .... ..., ... , ... 14.4. 14.13 Record Documents ................;.................. 6.19 Reference Points ,...................................... 4.4 Regulations. Laws and ................................ 6.14 Rejecting Defective Work ............................. 9.6 Related Work at Site ............ ;~................ 7.1-7.3 Remedies Not E;<c1usive :..:........;................ 17.4 Removal orCorrection of Defective Work ........... 13 .11 Resident Project Representative-{jefinition of ........... 1 Resident Project Representative-provision for.. .... " 9.3 Responsibilities. Contractor's-in general .. ~. ........... 6 Responsibilities. Engineer's-in general ................. 9 Responsibilities. Owner's-in general..................., 8 Retainage ........ ~... .......... .... .. . ... . '" ,....... 14.2 Reuse of Documents ...........,...................... 3.5 Rights of Way .......................................... 4.1 . Royalties. Patent Fees and ..............,............ 6.12 . . Safety and Protection....... 6.20-6.21, 18.1-18.2 Samples...... ........... .. ... .'. . ...... .... ... . '" 6..23-6.28 Schedule of progress ........ 2.6. 2.8-2.9.6.6.6.29. 15.2.6 Schedule of Shop Drawing . submissions...................... 2.6. 2:8-2.9.6,23. 14.1 Schedule of values ..............;....... 2.6. 2.8-2.9. 14.[ Schedules. Finalizing. ...... .. .......... .. .. ......... .. 2.9 Shop Drawings and Samples. . ....... .... .. .. ..;. 6.23-6.28 Shop Drawings-<lefinition of ,.........;....... .'..,...... 1 Shop Drawings. use to approve substitutions ...........:..,....................... 6.7,) 5 I I I I I I I I I I I I I I I I I I I Sit~... Visits to-by Engineer ........................... 9.2 Spe:;cifications-detinition of ............................. I StU'"llingConstructioti. Before... ................... 2.5-2.8 s~ing the Project. . . .. .. " '. . . . . . . . . . . . .. . . . .. . . . . . . .. 2.4 Stopping Work-by Contractor. .. ........ ............ 15.5 Stopping Work-by Owner.......................... 13.10 Sub-contractor-<lefinition of ...... . . . . . . . . . . . . . . . . .. . . . .. I Sub contractors-in general ....................... 6.8-6. I 1 Sub contracts-required provisions' ............ 5.11.1. 6.11 , 11.4.3 Substantial Completion--certitication of .............. 14.8 Substantial Completion--detinition of.................... 'I Substitute or "Or-Equal" Items....................... 6.7 Subs urtace Conditions.. . . . . ... .. .. . ... .... . .. .. ... 4.2-4.3 Supplemental costs... .. .......:............ ... ..;... 11.4.5 Supplementary Conditions-definition of ...... .......... 1 Supplementary Conditions-principal references to .. 2;2. 4.~. 5.1. 5.3. 5.6-5.8. 6.3, 6.13, 6.23. 7.4,9.3 Supplementing Contract Documents ............... 3.4-3.5 Supplier-definition of................................... I Supplier-principal references to ... 3.6.6.5.6.7-6.9.6.20, 6.24,9.13.9.16.11.8,13.4.14.12 Suret:y-consent to payment.................. 14.12, 14.14 Suret:y-Engineer has no duty to ..................... 9.13 Surecy-notice to .......................... 10.1, 10.5, 15.2 Surecy-qualification of .............,............. 5.1-5.2 Suspending Work. by Owner......................... 15.1 Suspension of Work and Termination-in general....... 15 Superintendent-Contractor's ...... .,........... ..... .. 6.2 Supervision and, Superintendence. .. " .. .. .. .. .. ... 6. ]-6.2 Taxes-Payment by Contractor..... .................. 6.15 Termination-by Contractor.......................... 15.5 Termination-by Owner......................... 15.2-15.4 Termination. Suspension of Work and-in general...... 15 Tests and Inspections ........................... 13.3-13.7 Time. Change of Contract ............................:. 12 Time. Computation of .'................. _ . . . . . . . . . . . .. 17.2 Time. Contract-<lefinition of ..... ............ ........... 1 Uncovering Work ............................... 13.8-13.9 Underground Facilities-definition of ................. ... 1 Underground Facilities-not shown or indicated..... 4.3.2 Underground Facilities-protection of ........... 4.3. 6.20 Underground Facilities-shown or indicated....... .'. 4.3.1 Unit Price Work-<letinition of .......................... 1 Unit Price Work-general .................11.9.14.1,14.5 Unit Prices ......................................... 11.3. J Unit Prices. Determinations for....................... 9.10 Use of Premises ................................. 6. 16-6.18 Utility owners ........................,.6.13.6.20.7.2-7.3 Values. Schedule of ....................... ..2.6.2.9. 14.1 Variations in Work-Authorized............ 6.25.6.27.9.5 V. . S" bE' . 9 ' ISltS to lte- y ngmeer............................ .. Waiver of Claims-on final Payment...;............ 14.16, Waiver of Rights by insured parties............. 5.10.6.11 Warranty and Guarantee-by Contractor....:... .".... 13.1 Warranty of Title, Contractor's....................... 14.3 Work. Access to ..................................... 13.2 Work-by others' ........... ....... ....... ... ....,...... .. 7 Work Continuing During Disputes.................... 6.29, Work. Cost of ................................... !! .4.1 U Work-<letinition of ..................................... I Work Directive Change-<letinition of ................:.. 1 Work Directive Change-principal " . references to .............. ...... ........3.4.3.10.1-10.2 Work, Neglected by Contrac~or ..................... 13.14 Work, Stopping by Contractor............... ......... 15.5 Work. Stopping by Owner....................... 15.1-15.4 Written Amendment-detinition of . '. . . . . .. . . . . . . . . . . . . .. 1 , Written Amendment-principal references to ..................... 3.4.1, 10.1. 11.2. 12.1 6 I I I I I I I I I I I I I I I I I I GENERAL CONDITIONS ARTiCLE I-DEFINITIONS "'Iherever used in these General Conditions orin the other Co nlract Documents the following terms ha ve the meanings ind icated which are applicable to both the singular and plural thereof: ' Adamda-Written or graphic instruments issued prior to the opening of Bids which clarify. correct or change the bidding documents or the Contract Documents. .4,1;" l"elmell t- The written agreement between OWN ERand CO NTRACTOR covering the Work to be performed: other , Co nlract Documents are attached to the Agreement and made a p an thereof as provided therein. Appli('(f{iOI1 flJ/' Paymellt- The form accepted by ENGI- NEER which is to be used by CONTRACTOR in requesting pro gress or final payments and which is to include such sup- porting documentation as is .required by the Contract Documents. Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. BOllds"':-'Bid. performance and payment bonds and other inst ruments of security, Change Order-A document recommended by ENGINEER. whichis signed by CONTRACTOR and OWNER and autho- rizes an addition. deletion or revision in the Work. or an adjustment in the Contract Price or the Contract Time. issued on or after the Effecti\'e Date of the Agreement. COil tract Documellts- The Agreement. Addenda I which per- tain to the Contract Documents). CONTRACTOR's Bid (including documentation accompanying the Bid and any post- Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement. the Bonds. these General Conditions. the Supplementary Conditions. the Specifications and the Drawings as the same are more spe- cifically identified in the Agreement. together with all amend- ments. modifications and supplements issued pursuant to . paragraphs 3.4 and 3.5 onor after the Effective Date of the Agreement. COlltract Price-The moneys payable by OWNER to CON- TRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11,9,[ in the case of Unit Price Work). COf/l/"llci Tillie-The number of days (computed as provided in paragraph 17.2) or the date stated in the Agreement for the completion of the Work. CONTRACTOR-The person. firm or corporation with whom OWN ER has entered into the Agreement. Jefectil'e-An adjective which when modifying the word Work refers to Work that is unsatisfactory. faulty or deficient. or does not conform to the Contract Documents. or does not. meet the requirements of any inspection. reference standard. test or approval referred to in the Contract Documents. Or has been damaged prior to ENGINEER's recommendation offinal payment (unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14. J OJ. Drall"il1gs- The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by ENGIN EER and are referred to in the Con- tract Documents. Effectii'e DMe of lite Alfl"eemel1l- The date indicated in the Agreement on which it becomes effective. but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and. deliver. E.VGIN EER- The person. firm or corporation named as such in the Agreement. Field Order-A written order issued by ENGINEER which orders minor changes in the Work in accordance with para- graph 9.5 but which does not involve a change in the Contract Price or the Contract Time. General Requirements-Sections of Division 1 of the Speci- fications. Lall"s and Regulations: Laws or Regulatiolls-Laws. rules. regulations. ordinances. codes and/or orders. Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein. within the time specified. OWNER will sign and deliver the Agreement. Notice to Proceed-A written notice given by OWNER to CONTRACTOR {with a copy to ENGlNEERlfixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to ~erform CONTRAC- TOR'S obligations under the Contract Documents. OWN ER- The public body or authority. corporation: asso- ciation. firm or person with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. Partial Utili::.atioll-Placing a portion of the Work in service for the purpose for which it is intended (or a related purposel before reaching Substantial Completion for all the Work. Project-The total construction of which the Work to be provided under the Contract Documents may be the whole. or a part as indicated elsewhere in the Contract [)ocuments. Rt'sidenl Project Rl'presl'l1Il1tii'e- The authorized represen- tative of ENGINEER who is assigned to the site or any part thereof. 7 I I I I I I I I I I I I I I I I I I I S~OP Drawings""7"""AIl drawings, diagrams, illustrations, scn(~ules and other data which are specifically prepared by or f()rCONTRACTOR to illustrate some portion of the Work and all illustrations. brochures, standard schedules, perfor- maClce charts, instructions" diagrams and other information prepared by a Supplier and submitted by CONTRACTOR to ill~strate material or equipment for some portion of the Work. Specifications-Those portions of the Contract Documents consisting of written technical descriptions of materials, equiPlllent., construction systems, standards and workman- ship as applied to the Work and certain administrative details applicable thereto. ' Subcontractor-An individual, firm or cOl1Joration having a direct contract with CONTRACTOR or with any other Sub- con 1:nctor for the performance of a part of the Work at the site. Substontial Completion-The Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGI- NEER as evidenced by ENGINEER's definitive certificate of SUbstantial Completion. it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if there be no such certificate is'sued, when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and "substantially com- pleted" as applied'to any Work refer to Substantial Comple- tion thereof. Supplementary Conditions-The part of the Contract Docu- ments which amends or supplements ,these General Condi- tions. Supplier-A manufacturer. fabricator. supplier. distributor, materialman or vendor. Underground FaciliTies-All pipelines. conduits, ducts. cables. wires. manholes. vaults, tanks, tunnels or other such facilities' or attachments. and any encasements containing such facil- ities which have been installed underground to furnish any of the fOllowing services or materials: electricity, gases. steam. liquid petroleum products, telephone or other communica- tions. cable television, sewage and drainage removal. traffic or other control systems or water. Unit Price Work-Work to be paid for on the basis of unit prices. Work-The entire completed construction or the various ~ep- arately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of per- forming services. furnishing labor and furnishing and incor- porating materials and equipment into the construction. all as required by the Contract Documents. Work Directive Change-A written directive to CONTRAC- TOR. issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER. ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work isoto be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Directive Change may not change the Contract Price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect. if any, on ,the Contract Price or Contract Time as provided in paragraph 10.2. Written Amendmenr-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and normally deal- ing with the nonengineering or nontechnical rather than strictly Work-related aspects of the Contract Documents. ARTICLE 2-PRELIMINARY MATTERS Delivery of Bonds: ::;.1. When CONTRACTOR delivers the executed Agree- ments to OWNER,' CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to f'J.rnish in accordance with paragraph 5.1. Copies of Documems: 2.::;. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- ditions) of the Contract Documents as are reasonably nec- essary for the execution of the Work. Additional copies will be furnished, upon request. at the cost of reproduction. .commencement of Contract Time: Notice 10 Proceed: 2.3. The Contract Time will commence 'to run on the thirtieth day after the Effective Date of the Agreement. or. if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed maybe given at any time within ,thirty days after the Effective Date of the Agree- ment. In no event will the Contract Time commence to run later than the seventy~fifth day after the day of Bid opening, or the thirtieth day after the Effective Date of the Agreement. whichever date is earlier. Starting the Project: ::;.4. CONTRACTOR shall start to perform the Work on the date when the Contract Time commences to run. but no Work shall be done at the site prior to the date .on which the Contract Time commences to run. Before Starting Construction: 2.5. Before undertaking each part of the Work. CON- TRACTOR shall carefully study and compare the Contract Documents and check. and verify pertinent figures shown 8, I I I I I I I I I I I I I I I I I thereon and all applicable field measurements. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict. error or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or clarifi- cncion from ENGINEER before proceeding with any Work affected thereby: however. CONTRACTOR shall not be lia- bl e to OWNER or ENGlN EER for failure to report any conflict. error or discrepancy in the Contract Documents. unless CONTRACTOR had actual knowledge thereof or should re asonably ha ve known thereof. 2.6. Within ten days after the Effective Date of the Agree- me nt (unless otherwise specified in the General Require- ments). CONTRACTOR shall. submit to ENGI~EER for reVIew: 2.6.1. an estimated progress schedule indicating the starting and completion .dates of the various stages of the \York: 2.6.2. a preliminary schedule of Shop Drawing sub- missions: and 2,6,3. a preliminary schedule of values for all of the Work which wiIl include quantities and prices of items aggregating the Contract Price and wiIl subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work which will be con- firmed in writing by CONTRACTOR at the time of sub- nllSSlOn. 2.7. Before any Work at the site is started. CONTRAC- TOR shall deli\'er to OWNER, with a copy to ENGINEER. certificates (and other evidence of insurance requested by OWN ER) which CONTRACTOR is required to purchase and maintain in accordance with paragraphs 5.3 and 5.4. and OWNER shall deliver to CONTRACTOR certificates (and other evidence of insurance req~ested by CONTRACTOR) which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5,7. Preconstruction Conference: 2.8. Within twentv davs after the Effective Date of the. Agree~ent. but befo~e CONTRACTOR starts the Work at the site. a conference attended by CONTRACTOR. ENGI- NEER and others as appropriate will be held to discuss the schedules referred to in paragraph 2.6. to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment. and to establish a working understanding among the parties as to the Work. Finali::ing Schedules: 2.9. At least t~n days before submission of the first Appli- cation for Pa~.ment a .:onference attended by CONTRAC- TOR. ENGINEER and others as appropriate will be held to finalize the ~.:hedules submitted in accordance with para- graph 2.6. The finalized progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within the Contract Time. but SUch acceptance will neither impose on ENGINEER responsibility for the progress or scheduling of the Work nor relieve CON- TRACTOR from fuIl responsibility therefor. The finalized schedule of Shop Drawing submissions will be acceptable to ENGINEER as providing a workable arrangement 'for pro- cessing the submissions. The finalized schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3-CONTRACT DOCUMENTS: INTENT. AMENDING. REUSE I nten!: 3.1. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is . called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Projecl. 3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereon to be .con- structed in accordance with the Contract Documents. Any Work. materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically. called for. When words which have a well-known technical or trade meaning are used to describe Work. materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications. manuals or codes of an v technical societv. organization or association. or to the Law~ or Regulations 0'1' any governmental aUthority . whether such reference be specific or by implication. shall mean the latest standard specification. manual. code or Laws or Regulations in effect at the time of opening of Bids lor. on the Effective Date of the Agreement if there were no Bids l. except as may be otherwise specifically stated. However. no provision of any referenced standard specification. manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change .the duties and responsibilities of OWNER.CONTRACTOR or ENGINEER. or any of their consuitants. agents or employ- ees from those set forth in the Contract Documents. nor shall it be effective to assign to ENGINEER. or any of ENGI- NEER's consultants. agents or employees. any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsi- bility contrary to the provisions of paragraph 9.15 or 9.16. . Clarifications and interpretations of the Contract Documents .~hall be issued by ENGINEER as provided in paragraph 9,4, 3:3. If. during the performance of the Work. CONTRAC- TOR finds a conflict. error o.r disc'repancy in the .Contract Documents. CONTRACTOR shall so report to ENGINEER in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification 9 I I I I I I I I I I I I I I I fro~ENGINEER; however. CONTRACTOR shall not be liable to, OWNER or ENGINEER for failure to report any contliet. error or discrepancy in the Contract Documents unle 55 CONTRACTOR had actual knowledge thereof or should reas onably .have'known thereof. Ame.ruiillg and Supplementing Contract Documents: 3.4 - The Contract Documents may be amended to pro- vide for additions, deletions and revisions in the Work or to modifythe terms and conditions thereof in one or more of the following ways: 3.4.1. a formal Written Amendment. or 3.4.2. a Change Order (pursuant to paragraph 10.4), 304.3. a Work Directive Change (pursuant to para~ graph 10.1). As indicated in paragr;i.phs 11.2 and 12.1. Contract Price and Contract Time may only be changed by a Change Order or a Written Amendment. ' 3.5 - In addition. the requirements of the Contract Docu- ments may be supplemented. and minor variations and devia- tions, in the Work may be authorized, in one or more of the following ways: 3.5: 1. a Field Order (pursuant to paragraph 9.5), 3.5.2. ENGINEER's approval of a Shop Drawing or sample (pursuant to paragraphs 6.26 and 6.27), or 3.5.3. ENGINEER's written interpretation or clarifi- cation (pursuant to paragraph 9.4). Reuse of Documents: 3.6. Neither CONTRACTOR nor any Subcontractor or Suppli'er or other person or organization performing or fur- n~shing any of the Work under a director indirect ~ontract with OWNER shall have or acquire any title to or ownership rights in any of the Drawings. Specifications or other docu- ments (or copies of any thereof) prepared by or bearing the seal of EN GINEER; and they shall not reuse any of them on extensions of the Project pr any other project without written consent of OWNER and ENGINEER and specific written verificatioll or adaptation by ENGINEER. ARTICLE 4-AV AILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS A vciiJ.ahiJiJy of Lands: 4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be per- formed. rights-of-way and easements for access thereto, and . . such other lands which are designated for the use of CON- TRACTOR. Easements for permanent structures or perma- nent changes in existing facilities will be obtained and paid for by OWNER. unless otherwise provided in the Contract Documents. If CONTRACTOR believes that any delay in OWNER's furnishing these lands. rights-of-way or ease- ments entitles CONTRACTOR to an extension of the Con- tract Time. CONTRACTOR may make a claim therefor as provided in Article 12. CONTRACTOR shalL provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Physical Conditions: 4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification of those reports of explorations and tests of subsurface condition's at the site that have been utilized by ENGINEER in prep- aration of the Contract Documents. CONTRACTOR may rely upon the accuracy of the technical data contained in such reports. but not upon nontechnical data. imerpreta-' tions or opinions contained therein or for the completeness thereof for CONTRACTOR's purposes. Except as indi- cated in the immediately preceding sentence and in para- graph 4.2.6. CONTRACTOR shall have full responsibility with respect to subsurface conditions at the site. 4.2.2. Existing Structures: Reference is made to the Supplementary Conditions for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph 4.3) which are at or contiguous to the site that have been utilized by ENGI- NEER in preparation of the Contract Documents. CON- TRACTOR may rely upon the accuracy of the technical data contained in such drawings. but not for the c.omplete- ness thereof for CONTRACTOR's purposes. Except as indicated in the immediately preceding sentence and in paragraph 4.2.6. CONTRACTOR shall have full respon- sibility with respect to physical conditions in or relating to such structures. 4.2.3. Report oj Differing Conc{itions: If CONTRAC- TOR believes that: 4.2.3.1. any technical data on which CONTRAC- TOR is entitled to rely as provided in paragraphs 4.2.1 and 4.2.2 is inaccurate. or 4.2.3.2. any physical condition uncovered or revealed at the site differs materially from that indi- cated. reflected or referred to in the Contract Docu- ments. CONTRACTOR shall. promptly after becoming- aware thereof and before performing any Work in connection therewith'(except in an emergency as permitted by para- graph 6.22), notify OWNER and ENGINEER in writing about the inaccuracy or difference, 10 I I I I I I I I I I I I I I I I I I I 4.2.4. ENGINEER's Rnil!l\': ENQINEER will promptly review the pertine~t conditions. determine [he necessity of obtainingadditional t:xplorations or tests with respect thereto and advise OWNER in writing (with a copy to CONTRACTOR) of ENGINEER's findings and con- dusions. 4.2.5, Prjssihle Document Change: If ENGINEER concludes that there is a material error in the Contract Documents or that because of newly discovered condi- tions a change in the Contract Do'cuments is required. a Work Directive Change.or a Change Order will'be issued as provided in Article 10 to reflect and document the consequences of the inaccuracy or difference. 4,2.6. Possihle PricI! and TilliE' AdjusllIIl!nrs: In .:. :ch such case. an increase or decrease in the Contract Price or an extension or shortening of the Contract Time. or any combination thereof. will be allowable to the extent that t her are attributable to any such inaccuracy' or difference. If OWNER and CONTRACTOR are unable 'to agree as to theamount or length thereof. a claim may be made therefor as provided in Articles i I and 12. Physical Conditions-Underground Facilities: 4.3.1. Sholl'n oi' Indicared:'The information and data Shown or 1 'n'dl'cated l'n the ron'r"c' I"\"",;m"n'c ,\,;,h ,';o~",.t - ......... .. -............., ""'....... . .I..I.\,.J......."'" . to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facil- i ties or by others. Unless it is otherwise expressly pro- vided in the Supplementary Conditions: 4,3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data: and. 4,3.1.2. CONTRACTOR shall have full responsi- bility for reviewing and checking all such information and data. for locating all Underground Facilities shown or indicated in the Contract Documents. for coordina- tion of the Work withthe owners of such Underground Facilities during construction. for the safety and pro- tection thereof as provided in paragraph 6.20 and. repairing any damage thereto resulting from the Work. the cost of all of which will be considered as having been included in the Contract Price. 4,3.2. Nor Sholl'n or Indic(/rl.'d. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reason- ably have been expected to be aware of; CONTRACTOR shall. promptly after becoming aware thereof and before performing any Work affected thereby (except in an emer- gency as permitted by paragraph 6.22). identify the owner of such Underground Facility and give written notice thereof to that owner and to OWNER and ENGINEER.ENGI-. NEER will promptlv review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the conse- quences of the existence of the Underground Facility; and the Contract Documents will be amended or supplemented to the extent necessary. During such time. CONTRAC- TOR shall be responsible forthe safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the Con- tract Price or an extension of the Contract Time. or both. to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length . thereof. CONTRACTOR may make a claim therefor as provided in Articles II and 12, Reference Points: 4.4. OWN ER shall provide engineering surveys to estab- .Iish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible forlay- ing out the Work (unless otherwise specified in the General Requirements). shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations~ and shall be respon- sible for the accurate replacement or relocation of such ref- erence points by professionally qualified personnel. ARTICLE 5-BONDS ANI) INSURANCE Performance and Other Bonds: 5, I. CONTRACTOR shall furnish performance and pay- ment Bonds. each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under' the Contract Docu- ments, These Bonds shall remain in effect at least uritil'one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Con- tract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Condi- tions. All Bonds shall be in the forms prescribed by Law or . Regulation or by the Contract Documents and be executed by such sureties as are, named in the current list of "Com- panies Holding Certificates of Authority as Acceptable Sure- ties on Federal Bonds and as Acceptable Reinsuring Com- panies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts. U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. . 5.2. If the surety on any Bond furnished by CONTRAC- TOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of II I I I I I I I I I I I I I I I the Froject is located or it ceases to meet the requirements of p 2ragraph 5.1, CONTRACTOR shall within five days ther-eafter substitute another Bond and Surety, both of which must:: be acceptable to OWNER. Con1TQCt4rs Liability Insurance: 5.3, CONTRACTOR shall purchase and maintain such com prehensive general liability and other insurance as is apprcpriate for the Work being perfonned and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's perfor- mance and furnishing of the Work and CONTRACTOR's other- Obligations under the Contract Documents. whether it is to be perfonned or furnished by CONTRACTOR, by any Subc ontractor. by anyone directly or indirectly employed by any of them to perfonnor furnish any of the Work. or by anyo ne for whose acts any of them may be liable: 5.3.1. Claims under workers' or workmen's compen- sa tion, disability benefits and other similar employee ben- eft t acts; .5.3.2. Claims for damages because of bodily injury, oc cupational sickness or disease, or death of CONTRAC- TOR's employees; 5.3.3. Claims for damages because of bodily injury, sickness or disease. or death of any person other than CONTRACTOR's employees; 5.304. Claims for damages insured by personal injury liability coverage which are sustained (al by any person . as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR. or (b) by any other person for any other reason: 5.3.5, Claims for damages. other than to the Work itself. because of injury to or destruction of tangible prop- . erty wherever located. including loss of use resulting therefrom: 5.3.6. Claims arising out of operation of Laws or Reg- ulations for damages because of bodily injury or death of any person or for damage to property;"and 5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The insurance required by this paragraph 5.3 shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Supplemen- tary Conditions, or required by law, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insur- . ance so required to be .purchased and maintained (or the certificates or other evidence thereof) shall contain a provi- sion or endorsement that the coverage afforded will not be cancelled. materially changed or renewal refused until at least thirty days' prior written notice has been given to OWNER and ENGINEER by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting. removing or replacing defective Work in accordance with paragraph 13.12. In addition. CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Contractual Liability Insurance: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.30 and 6.31. ' Owner's Liability Insurance: 5.5. OWNER shall be responsible for purchasing and maintaining OWNER's oWn liability insurance and, at OWNER's option. may purchase and maintain such insur- ance as will protect OWNER against claims which may arise from operations under thi: Contract Documents. Property Insurance: 5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and maintain property insurance upon the Work at the site to the full insurable value. thereo[(subject to such deductible amounts as may be pro- vided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall include tlie interests of OWNER. CONTRACTOR. Subcontractors, ENGINEER and ENGINEER's consultants in the Work. all of whom shall be listed as insureds or additional insured parties. shall insure against the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious mischief. collapse and water damage. and such other perils as may be provided in the Supplementary Conditions. and shall include damages. losses and expenses arising out of or resulting frdm any insured loss or incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers. architects, attorneys and other professionals!. If not covered under the "all risk" insurance or otherwise pro- vided in the Supplementary Conditions. CONTRACTOR shall purchase and maintain similar property insurance on portions of the Work stored on and off the site or in transit when such portions of the Work are to be included in an Application for Payment. . 5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations. which will include the in~erests of OWNER, CONTRACTOR.. Subcontractors, ENGINEER AND "ENGINEER's consultants in the Work. all of whom sh~1l be listed as insured or additional insured parties. 12 I I I I I I I I 1 I 1 I I I I I I I I 5.8, All the policies of insurance lor the certificates or C7cherevidence thereof) required to be purchased and main- . t~jned by OWNER in accordance with paragraphs 5.6 and 5 . 7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed o(renewal . re fused until at least thirty days' prior written notice has been gi"en to CONTR.A.CTORby certified mail and will contain waiver provisions in accordance with paragraph 5.1 1.2. 5,9, OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR, Subcontractors or others in the Work to th.e extent of any deductible amounts that are provided in the Su.pplementary Conditions. The risk of loss within the de ductibie amou'nt. will be borne by CONTRACTOR. Sub- co ntractor or others suffering any such loss and if any ot them wi shes property insurance coverage within the limits of such amOUnts. each may purchase and maintain it at the purchas- er' s own expense. 5.10, If CONTRACTOR requests in writing that other special insurance be included in the property insurance pol- icy. O\VNER shall. if possible. include such insurance, and the cost thereof will be charged to CONTRACTOR by appro- pri at~ Change Order or Written Amendment. Prior to com. mencement of the Work at the site. OWNER shall in writing advise CONTR.-\CTOR whether or not such other insurance has been procured by OWNER. Waiver of Rights: 5,1 1.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and any other property insurance applicable to the Work, and also waive all such rights against the Subcontractors. ENGI- NEER. E:'-iGI,\IEER's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6. 11. each subcon- tract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER. CONTRACTOR. ENGINEER. ENGI- NEER's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise pay- able under any policy so issued. 5. I 1.2. O\VNER and CONTRACTOR intend that any policies provided in response to paragraphs 5,6 and '3,7. shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly. all such policies shall con- tain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights l)f recovery against any of the parties named as insureds or additional insureds. and if the insurers require separate waiver forms [0 be signed by ENGINEER or ENGI- NEER's cllnsultant OWNER will obtain the same. and if such waiver forms are required of any Subcontractor. CONTRACTOR will obtain the same. Receipt and Application of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the. insureds. as their interests may appear. subject to the require- ments of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any" money so received. and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced. the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5,13. OWNER as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made, OWNER as trustee shall make set- tlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest, OWNER as trustee shall, upon the OCCUrrence of an insured loss. give bond for the proper per- formance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance reqL;ired. to be pur- chased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER shall notify CON- TRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to the coverage afforded by or other pro'visions of the policies of insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5. 70n the basis of their not. complying with the Contract Documents. CON- TRACTOR shall notify OWNER in writing thereof within ten days of the date' of delivery of such certificates to CON- TRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such addi- tional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insur- ance purchased by the ocher as complying with the COntract Documents. Partial Utili:.ation-Property insurance: 5. IS. If OWNER finds it necessary to occupy'or use a portion or portions of the Work prior to Substantial Comple- tion of all the Work. such use or occupancy may be accom- plisheu in accordam:e with paragraph 14.! 0: provided that no 13 I I I I 1 I I I I I I I I I I I I I I such Use or occupancy shall commence before the insurers pr-oviding the property insurance have acknowledged notice th ereaf and in writing effected the changes in coverage neces- sit:ated thereby. The. insurers providing the property insur- . aBce shall Consent by endorsement on the poli.cy or policies, but [he property .insurance shall not ,be cancelled or lapse on ac C (JUnt of any such partial use or occupancy. ARTICLE &-CONTRACTOR'S RESPONSIBILITIES Suptmision and Superintendenu: 6_1. CONTRACTOR shaH supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the .Contract Doc- uments. CONTRACTOR shall be solely responsible for the means. methods. techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the negligence of others in the design or selection of a. specific means, method. techriique, sequence or procedure of construction which is indicated in and required by the Contract Documents. CONTRACTOR shaH be responsible to see that the finished Work complies accurately with the Contract Documents. 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent. who shall not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent wiH be CONTRACTOR's representative at the site and shall have authority to act on behalf of CON" TRACTOR, All communications given to the superintendent shall be as binding as if given to CONTRACTOR. Labor, Malerials and Equipment: 6.3 . CONTRACTOR shall provide competent. suitably quali:fied personnel to survey and layout the Work and per- form construction as required by the Contract Documents. CONTRACTOR shaUat aH times maintain good di~cipline and order at the site. Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto. and except as otherwise indicated in the Contract Documents. aH Work at the site shall be performed during regular working hours. and CONTRACTOR will not permit overtime work or the performance of Work on Sat- urday. Sunday or any legal holiday without OWNER's writ. ten consent given after prior written notiCe to ENGINEER. 6.4. Unless otherwise specified in the General Require- ments. CONTRACTOR shaH furnish and assume full respon- sibility for aH materials. equipment. labor. transportation. construction equipment and machinery, tools. appliances. fuel. power. light. heat. telephone. water. sanitary facilities. temporary facilities and all other facilities and incidentals necessary for the furnishing. performance. testing. start-up and completion of the Work. 6.5. All materials and equipment shall be of good quality and new.; except as otherwise provided in ihe Contract Doc- uments. If required by ENGINEER. CONTRACTOR shall furnish satisfactory evidence (including reports of required tests) as to the kind and quality of materials and equipment. All materials and equipment shaH be applied. installed. con- nected. erected. used. cleaned and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents: but no pro- vision of any such instructions wiH be effective to assign to ENGINEER. or any of ENGINEER's consultants. agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or author- ity to undenakeresponsibility contrary to the provisions of paragraph 9.15 or9.16. Adjusting Progress Schedule: 6.6. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) adjust. ments in the progress schedule to reflect the impact thereon of new developments: these win conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. , SubstiJutes or "Or-Equal" Items: 6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by using the name o(a proprietary item or the name ofa particular Supplier the .naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by ENGINEER if sufficient information is submitted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by ENGINEER will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by ENGI- NEER from anyone other than CONTRACTOR. If CON- TRACTOR wishes to furnish or use a substitute item of materi"al or equipment. CONTRACTOR ~halI make writ- ten application to ENGINEER for acceptance thereof. certifying that the proposed substitute will perform ade- quately the functions and achieve the results called for by the general design. be similar and of eq.ual substance to that specified and be suited to the same use as that spec- ified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Comple- tion on time, whether or not acceptance of the "substitute for. use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and whether ". or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or 14 I I I I I I I I I I I I I I I I I I I royalty, All variations of the proposed substitute from that specified will be identified in the application and available maintenance. repair and replacement. service will be indi- caled. The appliCation will also contain an itemized esti- male of all costs that will'result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resultin" change. all of which shall be considered by ENGINEER in evaluating the proposed substitute, ENGINEER may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. 6,7.2. If a specific means. method. technique. sequence or procedure of construction is indicated in or required by r heContract Documents. CONTRACTOR may furnish or utilize a substitute means. method. sequenc~: technique or procedure of construction acceptable to ENGINEER. if CONTRACTOR submits sufficient information to allow ENGIN EER to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents, The procedure for review by ENGINEER will be similar to that provided in paragraph 6.7.1 as applied by ENGINEER and as may be supplemented in the Gen- e ral Requirements. 6.7.3. ENGINEER will be allowed a reasonable time within which to evaluate each proposed substitute. ENGI- NEER will be the sole judge of acceptability. and no .5 ubstitute will be ordered. installed or utilized without ENGINEER's prior written acceptance which will be evi- denced by either a Change Order or an approved Shop Drawing. OWNER may require CONTRACTOR to fur- nishat CONTRACTOR's expense a special performance guarantee or other surety with respect to any substitute" ENGINEER will record time required by ENGINEER and ENGINEER's consultants in eva:uating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not ENGINEER accepts a proposed substitute. CON- TRACTOR shall reimburse OWNER for the charges of .. ENGINEER and ENGINEER's consultants for evaluat- ing each proposed substitute. Concerning Subcontractors, Suppliers and Others: 6.8.1, CONTRACTOR shall not employ any Subcon- tractor, Supplier or other person or organization I including those acceptable to OWNER and ENGINEER as indi- cated in paragraph 6.8.2). whether initially or as a substi- tute. against whom OWNER or ENGINEER may ha\.e reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor. Supplier or other person or organization to furnish or pertorm any of the Work against whom CONTRACTOR has reasonableobjectiLln. 6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors. Suppliers or other per- sons or organizations (including those who are to furnish the principal items of materials and cquipmentl to be sub- mined to OWN ER in advance of the specified date prior to the Effective Datt: of the..Agreement for accr:prance b\' OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof in accordance with the Supp!e- mentaryConditions. OWNER's Or ENGINEER's accept- ance (either in writing or by failing to make written objec- tion thereto by the date indicated for acceptance or objec- tion in the bidding-documents or the Contract Documents) of any such Subcontractor. Supplier or other person or organization so identified maybe revoked on the basis of reasonable objection after due investigation. in which case CONTRACTOR shall submit an acceptable substitute. the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGIN EER of any such Subcontractor. Supplier or other person or organization shall constitute a waiverofany right of OWNER or ENGI- NEER to reject deleclil'e Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcon- iractors. Suppliers and other persons and organizations per- forming or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRAC- TOR is responsible for CONTRACTOR's own acts and omis- sions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any such Subcontractor. Supplier. or other person or organization. nor shall it create any obligiltion on the part of OWNER or ENGINEER to payor to see to the payment of any moneys due any such Subcontractor. Supplier or other person or organization except as may otherwise be required by Laws and Regulations, 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be perfonned by any specific trade. 6.1 I. All Work performed for CONTRACTOR bya Sub- contractor will be pursuant to an appropriate agreemem between CONTRACTOR and the Subcontractor which spe- cifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENG INEER and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under pol- icies issued pursuant to paragraphs 5.6 and 5.7. Patent Fees and Royalties: 6.11. CONTRACTOR shall pay all license fees and roy- alties and assume all costs incident to the use in [he perfor- mance of the Work or thi: .incorporation in the Work of any invention. design. process. produci or device w.hich is the subject of patent rights or copyrights held by others. If a particular invention. design. process. product or device is specified in the Contract Documents for use in lhe perfor- mance of the Work and ifll> the actual knowledge of OWN ER 15 I I I I I I I I I I 1 I I I I I I I I or B:NGINEER its use is subject to patent rights or copyrights calli"~ for the payment of any license fee or royaJty to others, the e::XlSlence of such rights shall be disclosed by OWNER in the Contract Documents. CONTRACTOR shall indemnify and hold hannless OwNER and -ENGINEER and a~yone dire:: c:: tJy or indirectly employed by either of them from and against all claims, damages, losses and expenses (including att<>rTleys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product or device not specified in the Contract Documents. and s halldefend all such claims in connection with any alleged infringement of such rights. Penniu: 6.1 J. Unless otherwise provided in the Supplementary Conditions, CONTRACTOR shall obtain and pay for all con- - struc~ion permits and licenses. OWNER shall assist CON- TRACTOR. when necessary, in obtaining such permits and - licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which arc applicable at the time of opening of Bids, or if there are no Bids on the Effective Date of the Agreement. CON-- TRACTOR shall pay all charges of utility owners for con~ nections 10 the Work, and OWNER shall pay all charges of such utility owners for capital costs related. thereto such as plant investment fees. Laws and Regulations: 6.14,1. CONTRACTOR shall give all notices and cornply with all Laws and Regulations applicable to fur- nishing and performance of the Work. Except where oth- erwise expressly required by applicable Laws and Regu- lations. neither OWNER nor ENGINEER shall be respon- sible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 6,14.2. If CONTRACTOR obserVes that the Specifi- cations or Drawings are at variance with any Laws or Regulations. CONTRACTOR shall give ENGINEER prompt written notice thereof. and any necessary changes will be authorized by one of the methods indicated in ~ paragraph 3.4. If CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations" and without. such notice to ENGINEER. CONTRACTOR shall bear all costs arising therefrom: however. it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specific-ations . and Drawings are in accordance with such Laws and Regulations. Taxes: 6.15. CONTRACTOR shall pay all sales., consumer, use and other similar taxes required to be paid by CONTRAC- TOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the perfor- mance of the Work. Use of Premises: 6.16. CONTRACTOR shall confine construction equip- ment, the storage of materials and equipment and the oper- ations of workers to the Project site and land and areas iden- tified in and permitted by the Contract Documents and other - land and areas permitted by Laws and Regulations, rights. of-way, permits and easements. and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall-assume full responsibility for any damage to any such land or area. or to the owner or occupant thereof or of any land or areascontig- uous thereto, resulting from the performance of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations. indemnify and hold OWNER and ENGINEER harmless from and against all claims. damages. losses and' expenses (including. but not limited 10, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action. legal or equi- table. brought by any such other party against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work. CONTRACTOR shall keep the premises free from accumulations of waste materials. rubbish and other debris resulting from the Work. . At the completion of the Work CONTRACTORshall remove all waste materials. rubbish and debris from and about the premises as well as all tools. appliances, construction equip- ment and machinery, and surplus materials. and shall leave the site clean and ready for occupancy by OWNER. CON- TRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any mannerthat will endanger the structure. nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Record Documents: 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments. Change Orders. Work Directive Changes. Field Orders and written interpretations and c1!rifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during con- struction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon com- 16 I I I I I I I I I I I I I I I I I I I ple:tion of the Work. {heserecord documents. samples'and Sh opDrawings will be delivered to ENGINEER for OWNER. Safe!) and Protection: 6.2J. CONTRACTOR shall be responsible for initiating. m ainlaining and ,supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of. and shall provide the necessary protection to prevent damage. injury or loss to: 6,20, I. all employees on the Work and other persons and organizations 'who may be affected thereby: 6.20.2. all the Work and materials and equipment to be incorporated therein. whether in storage on or off the site: and 6.20.3. other property at the site or adjacent thereto. including trees. shrubs. lawns. walks. pavements. road- ways. structures. utilities and Underground Facilities not designated for removal. relocation or replacement in the course of construction. CONTRACTOR shall comply with alIapplicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage. injury or loss: and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them. and shall cooperate with them in the pro- tection. removal. relocation and replacement of their prop- erty. ,-\11 damage. injury or loss to any property referred to in paragraph 6,20.2 or 6,20.3 caused. directly or indirectly. in \\:hole or in part. by CONTRACTOR. any Subcontractor. Supplier or any other person or organization directly or indi- rectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable. shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or anyone employoed by either of them or anyone for whose acts either of them may be liable. and not attributable. dire<.:tly or indi- rectly. in whole or in part. to the fault or negligeri<.:e of CON- TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue umil such time as all the Work is completed and ENG1::-.1 EER has issued a notice to OWN ER and CONTRACTOR in accord- ance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substan- tial Completionl. ' 6,21. CONTRACTOR shall designate a respl1nsible rep- resentative at the site whose duty shall be the pre\'ention l)f accidents. Thi~ person shall be CONTRACTOR's superin- tendent unless otherwise designated in writing by CO:-<- TR.-\CTOR to OWNER, Emergencies: 6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto. CONTRACTOR. without special instruction or authorization from ENGINEER orOWNER. is obligated to act to prevent threatened damage. injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby, If ENG I- NEER determines that a change in the Contract Documents is required because' of the action taken in response to an emergency. a Work Directive Change or Chang'e Order will be issued -to document the consequences of the changes or variations. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements. CONTRACTOR shall submit to ENGINEER for review and approval inaccbrdance with the accepted schedule of Shop Ora wing submissions (see para-, graph 1.9), or for other appropriate action if so indicated in the Supplementary Conditions. five copies (unless otherwise specified in the General Requirements) of all Shop Drawings. which will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsi- bilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as ENGINEER may require. The data'shown on the Shop Drawings will be complete with respect to quantities. dimen- sions. specified performance and design criteria. materials and similar data to enable ENGINEER to review the infor- mation as required. 6.24. CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work. allsamples required by the Contract Doc- uments. All samples will have been checked by and accom- panied by a specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the sub- mission and will be identified clearly as to material. SLJpplier. pertinent data such,as catalog numbers and,the use for which intended. 6.25.1, Before submission of each Shop Drawing or sample CONTRACTOR shall have determined and veri- fied all quantities. dimensions. specified performance cri- teria. installation requirements. materials. catalog num- bers and similar data \\'ith respect thereto and reviewed or coordinated each Shop Drawing or s<imple with other Shop Drawings and samples and with the requirements of the Work and the Contract Documents. 6.25;2. At the time of each submission. CONTRAC- TOR shall give ENGIN E ER spel:ific written notice of each variation that the Shop Drawings or samples may have from the requirements l)f the C llntract Documents. and. in addition. shall causel specific notation [0 be made on 17 I I I I I I I I I I I I I I I I I I I each Shop Drawing submitted to ENGINEER for review andapprovaJ of each such variation. 6.26, ENGINEER will review and approve with reason. able. promptness Shop Drawings and samples. but ENGI- NEER's review and approval will be only for conformanc~ wi-th the design concept of the Project and for compliance wi-th the infonnation given in the Contract Documents and shall not extend to means.methods. techniques. sequences or procedures of construction (except where a specific means. me t.hod, tei::hnique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safe ty precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CON- TRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new samples for review and approval. CONTRACTOR shall direct specific auention in wrifing to revisions other than the corrections called for by ENGINEER on previous submittals. . . . 6.27. ENGINEER's review and approval of Shop Draw- ings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.2 and ENGINEER has given written approval of each such varia- tion by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval; nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Draw. ings or from responsibility for having complied with the pro- visions of paragraph 6.25.1. 6.28. Where a Shop Drawing or sample is required by the Specifications. any related Work performed prior to ENGI- .NEER"s review and approval of the pertinent submission will . be the sole expense and responsibility of CONTRACTOR. Continuing the Work: 6.29. CONTRACTOR shau carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend. ing resolution of any disputes or disagreements. except as pennined by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise agree in writing. Indemnification: 6.30. . To the fullest extent p~rmitted by Laws and Regu- lations CONTRACTOR shall indemnify and hold hannless OWNER and ENGINEER and their consultants. agents and employees from and against all claims, damages. losses and expenses. direct. indirect or consequential (including but not limited to fees and charges of engineers. architects. attorneys and other professionals and court and arbitration costs) aris- ing out of or resulting from the performance of the Work. provided that any such claim..damage. loss or: expense (al is attributable to bodily injury. sickness. disease or death. or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR. any Subcontractor. any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable. regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence ofany such party. . 6.31. In any and all claims against OWNER or ENGI- NEER or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor. any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,the indemnification obligation under paragraph 6.30 shall not be limited in any way by any limitation on the amount or type of damages, . compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employe~ benefit acts. 6.32. The obligations of CONTRACTOR under para- graph 6.30 shall not extend to the liability of ENGINEER, . ENGINEER's consultants. agents or employees arising out of the preparation or approval of maps, drawings, opinions, reports, surveys. Change Orders, designs or specifications. ARTICLE 7-OTHER WORK Related Work at Site: 7.1. OWNER may perfonn other work related to the Proj- ect at the site by OWNER's own forces. have other work performed by utility owners .or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice. thereof will be given to CONTRACTOR prior to starting any such other . work; and, if CONTRACTOR believes that such perfor- mance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles II and 12. 7.2. CONTRACTOR shall afford each utility owner and other contractor who is a party to such a direct contract (or OWNER, if OWNER is perfonning the additional work with OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work. and shallproperly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the Work that may be requIred to make its several parts come together properly and integrate with such other work. CON. 18 I I I I I I I I I I I I I I I I I I I rRACTOR shall not endanger any work of others by cutting,' e x:.cavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER a n.d the others whose work will be affected. The duties and re5Ponsibilities of CONTRACTOR under this paragraph are fo r the benefit of such utility owners and other contractors to the extent" that there are comparable provisions for the be netit of CONTRACTOR in said direct contracts between o '\VN ER and such utility owners and other contrac[Qrs. 7.3. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or OWNERl. CONTRACTOR sh~1I inspect and promptly report to ENGINEER in writing an y delays. defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and re suIts. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integra- tion with CONTRACTOR's Work except forlatent or non- apparent defects and deficiencies in the other work, Coordination: 7.4. If OWNER contracts with others for the perfor~ mance ofother work on the Project at the site. the .person or organization who will have authority and responsibility for co ordination of tlie acti vities among the various prime con- tractors will be identified in the Supplementary Conditions.. and the specific matters to be covered by such authority and responsibility willbe itemized, and the extent of such author- ity and responsibilities will be provided. in the Supplementary Conditions. Unless otherwise provided in the Supplementary Co nditions. neither OWNER nor ENGINEER shall have any authority or responsibility in respect of such coordination. ARTICLE 8-0WNER'S RESPONSIBILITIES 8,1. OWNER shall issue all communications to CON- TRACTOR through ENGINEER. 8.2. In case of termination of the employment of ENGI- NEER. OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose sta~ tus under the Contract Documents shall be that of the former ENGINEER. Any dispute in connection with such appoint- ment shall be subject to arbitration. 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. . 8.4. OWNER's duties in respect of providing lands and easements and providing engineering surveys to l:stablish reference points are set forth in paragraphs 4.1 and 4.4, Para- graph 4,2 refers to OWN ER's identifying and making avail- able toCONTRACTOR copies of reports of explorations and tests ofsubsuli'ace conditions at the site and in existingstruc- tures which have been utilized by ENGINEER in preparing the Drawings and Specifications. 8.5. OWNER'~ responsibilities in respect of purchasing and maintaining liability and property insurance are set fOrth in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change .Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections. tests and approvals is set forth in paragraph 1304. 8.8, In connection with OWNER's right to stop Work or suspend Work. see paragraphs 13.IOand Ij,1.Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION Owner's Representative: 9. I. ENGINEER will be OWNER's representative dur- ing the construction period. The duties and responsibilities and the limitations of authority of ENGINEER asOWNER 's representative during construction are set forth in the Con- . tract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: _ 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to deter- mine. in general. if the Work is proceeding in accordance with the Contract Documents. ENGINEER will not be required to make exhaustive or continuous on-site inspections [Q check the quality or quantity of the Work. ENGINEER's effortS will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations as an experienced and qualified design profes- sional. ENGINEER will keep OWNER informed of the prog- ress of the Work and will endeavor to guard OWNER JgJinst defects and deficiencies in the Work. Project Representation: 9.3. If OWNER and ENGINEER agree, ENGINEER will furnish a Resident Project Representative to Jssist ENGINEER in observing the performance of the Work. The duties. responsibilities and limitations of. authority of any such Resident Project Representative and assistants will be Jsprovided in the Supplementary Conditions. If OWNER designates another Jgent to represent OWN ER at the site who is not ENGlNEER's agent or employee. the' duties. responsibilities and limitations of authority of such olher person will be as provided in the Supplementary Conditions, 19 I I I I I CJ.tp-ifications and Inurpreuuions: 9..4. ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the require- mertt:s of the Contract Documents (in the form of Drawings or ot.herwise) as ENGINEER may determine necessary, which shall be consistenl with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR beli eves that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the 'parties are unable to agree to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Article II or Article 12. I I I I AUlhonzed Var../llions in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Cont:ract Time and are consistent with the overall intent of thee ontract Documents. These maybe accomplished by a Field Order and will be binding on OWNER. and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unci.ble to agree as to the aniount or extent thereof, CONTRACTOR may make a claim therefor as provided in Article 11 or 12. I I I Rejecting Defective Work: 9.6_ ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective. and will al so have authority to require special inspection or testing . of the Work as provided in paragraph 13.9. whether or not the Work is fabricated, installed or completed. I I Shop Drawings, Change Orders and Paymerits: 9.7. In connection with ENGINEER's responsibility for Shop Drawings and samples, see paragraphs 6.23 through 6.29 inclusive. I 9.8. In connection with ENGINEER's responsibilities as to Change. Orders. see Articles 10, 11 and 12. . I 9.9. In connection with ENGINEER's responsibilities in respect of Applications for Payment. etc.. see Article 14. I Det;mnilUlJUJnS for Unit Prices: 9.10. ENGINEER will determine the actual quantJt1es and classifications of Unit Price Work performed by CON- TRACTOR. ENGINEER will review with CONTRACTOR EN G INEER' s preliminary determinations on such matters before rendering a written decision thereon (by recommen- dation of an Application for Payment or otherwise). ENd!- N EER' s 'written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless. within ten days after the date of any such decision. either OWNER or CON- TRACTOR delivers to the other party to the Agreemenl and I I to ENGINEER written notice of intention to appeal from such a decision. Decisions on Disputes: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contrac.t Documents pertaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Time will be referred initially to . ENGINEER in writing with a request for a formal decision in accordance with this paragraph, which ENGINEER will render in writing within a reasonable time. Written notice of each such claim, dispute. and other matter will be delivered by the claimant to ENGINEER and the other party to the Agreement promptly (but in no event later than thirty days) after the occurrence of the event. giving rise thereto, and written supporting data wilI..be submitted to ENGINEER and the other party within sixty days after such occurrence unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9. iO and 9.11, ENGINEER will not show par- tiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good fai.th in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other 'matter (except any which have been waived by the making or acceptance of final pay- ment as provided in paragraph 14.16) will be a condition . precedent to any exercise by OWNER or CONTRACTOR of such rights or' remedies as either may otherwise have under the Contract Documents or by Laws or .Regulations in respect of any such claim. dispute or other matter. Limiuuions on ENGINEER's Responsibilities: 9.13. Neither ENGINEER's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENG INEER ingood faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR. any Sub- contractor, any Supplier. or any other person or organization performing anyof the Work. or to any surety for any of them. 9.14. Whenever in the Contract Docul11ents the terms "as ordered", "as directed". "as required", "as allowed". "as approved" or terms of like effect or import are used. or the . adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory': or adjectives of like effect or import are used to describe a requirement. direction. review or judgment of ENGINEER as to the Work. it is intended that such requirement. direction, review or judgment will be sorely to evaluate the Work for compliance with the Contract Docu- ments (unless there is a specific statement indicating other- wise). The use of any such term or adjective shall not be 20 I I I I I I I I I I I I I I I I I I I effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or .any duty or authority to undertake responsibility contrary to ~he provisions of paragraph 9.15 or 9.16. ~.]-5. ENGINEER will not be responsible for CON- TR-ACTOR 's means. methods. techniques, sequences or pro- ced ures of construction. or the safety precautions and pro- gramS incident thereto. and ENGINEER will not be respon: sibl e for CONTRACTOR's failure to perform or furnish the Wo rl< in accordance with the Contract Documents. 9 - 16, ENGI.NEER will not be responsible fOr the acts or omi 5 sions of CONTRACTOR or of any Subcontractor. any Sup plier; or of any other person or organization performing or fu rnishing any of the. Work. ARTICLE IO-CHANGES IN THE WORK 10. 1. Without invalidating the Agreement and without notice to any surety. OWNER may. at any time or from time to time. order additions. deletions or revisions in the Work: these will be authorized by a Written Amendment. a Change Order.or a Work Directive Change. Upon receipt of any such document. CONTRACTOR shall promptly piOceed with the. Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided); 10.2. If OWNER and CONTRACTOR are unable to agree as to the extent. if any. of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made therefor as provided in Article II or Article 12. . 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended: modified and supple. mented as provided in paragraphs 3.4 and 3.5. except in the case of an emergency as provided in paragraph 6,22 and eXl:ept in the case of uncovering Work as provided in para- graph 13.9. 10.4. OWNER and CONTRACTOR shall execute appro- priate Change Orders (or Written Amendments) covering: lOA. I. changes in the Work which are ordered by OWN ER pursuant to paragraph 10.1. are required because of acceptam:e of Jefecril'e Work under paragraph 13. U or correcting d{~recril'e W~rk under paragraph 13.14. or are agreed to b~.the parties: 10".1.2. changes in the Contract Price or Contract Time which are agreed to by the parties: and 10.4.3. changes in the Contract Price orContract Time which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9.11: provided that. in lieu of executing any such Change Order. an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations. but during any such appeal. CON- TRACTOR shall carry on the Work and adhere to tneprog- ress schedule as provided in paragraph 6.29. JO.5. If notice of any chang~ affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to. Contract Price or Contrac.t Time) is required by the provisions of any Bond to be given to a surety. the giving of any such notjce will be CONTRAC- TOR's responsibility. and the amount of each applicable Bond will be adjusted accordingly. ARTICLE Il-CHANGE OF CONTRACT PRICE I J .1. The Contract Price constitutes the total compen- sation (subject to authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties.responsibil- ities and obligations assigned to or undertaken by CON- TRACTOR shall be at his expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by ~ Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct. indirect and con- sequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by ENGINEER-in accor- dance with paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment i~ the Contract Price will be valid if not . submitted in accordance with this paragraph 11.2. 11.3. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: .11.3.1. Where the Work involved is covered by unit prices contained in the Contract Documents. by applica- tion of unit prices to the quantities of the items involved (subject to the provisions of paragraphs 11.9, I. through 11.9.3. inclusive), 21 1'.- I I I I I I I I I I I I I I I I I I 11.3.2. By mutual acceptance of a lump sum (which r.n ay include an allowance for overhead and profit not rJe::cessarily in accordance with paragraph 11.6.2.1). 11.3.3. On the basis of th~ Cost of the Work (deter- mined as provided in paragraphs 11.4 and 11.5) plus a cONTRACTOR's Fee for overhead and profit (deter- mined as provided in paragraphs 11.6 and 11.7). Cost of the Work: II - 4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by CONTRACTOR.in the proper perfonnance of the Work. Exccpt as otherwise may be agreed to in writing by OWNER. such costs shall be in am ounts no higher than those prevailing in the locality of the Project. shall include only the following items andshall not include any of the costs itemized in paragraph J 1.5: 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the perfonnance of the Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apponioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions. unemployment. excise and payroll taxes. workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and hol- iday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The' expenses of perfonning Work after regular working hours. on Satur- day, Sunday br legal holidays, shall be included in the above to the extent authorized by OWNER. I 1.4,2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of trans- pOl-ution and storage thereof. and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts, rebates and refunds and all returns from sale of surplus 'materials and equipment shall accrue to OWNER. and CONTRACTOR shall make provisions so that they may be obtained. 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work perfonned by Subcontractors. If required by OWNER. CONTRACTOR shall obtain competitive bids from Subcontractors acceptable to CON- TRACTOR and shall deliver such bids to OWNER who will then detennine. with the advice of ENGINEER. which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on'the basis of Cost of the Work Plus a Fee, the Subcontractor's ,Cost of the Work shall be detennined in the same manner as CONTRAC- TOR's Cost of the Work. All subcontracts shall be subject 22 to the other provisions of the Contract Documents insofar as applicable. 11.4.4. Costs of special consultants (including but not limited to 'engineers. architects. testing laboratories. sur- veyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proponion of necessary transpona- tion, travel and subsistence expenses of CONTRAC. TOR's employees incurred in discharge of duties con- nected with the Work. 11.4.5.2. Cost. including transponation and main- tenance, of all materials. supplies. equipment. machin. ery, appliances, office and temporary facilities at the site and hand tools not owned by the workers. which are consumed in the perfonnance of the Work. and cost less market value of such items used but not consumed which remain the propel1y of CONTRACTOR. 11.4.5.3. Rentals of all construction equipment and ri1achin~ry and the pans thereof whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of ENGINEER. and the com of transponation, loading, unloading, installation, dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of any such equipment. machin. ery or pans shall cease when the use thereofis no longer necessary for the Work. . 11.4.5.4. Sales, consumer, use or similar taxes related to the Work. and for which CONTRACTOR is liable, imposed by Laws and Regulations. 11.4.5,5. Deposits lost for causes other than negli- gence of CONTRACTOR. any Subcontractor or any- one directly or indirectly employed by any of them or for whose acts any of them may be liable. and royalty payments and fees for pennitsand licenses. 11.4.5.6. Losses and damages (and related expenses). not compensated by insurance or otherwise. to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses' and damages within the deductible amounts of propeny insurance established by OWNER in accordance with paragraph 5.9), pro- vided they have resulted from causes other than the negligence of CONTRACTOR, any Subcontractor. or anyone directly or indirectly employed by any of them or for whose acts any of them maybe liable. Such , losses shall include settlements made with the written consent and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of detennining CONTRAC. TOR's Fee. If. however, any such loss or damage I I I 1 I I I I I I I I I I I I I I I requires reconstruction and CONTRACTOR is placed in charge thereof. CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. ' 11.4.5.7. The cost of utilities. fuel and sanitary facilities at the ~ite. 11.4,5.8. Minor expenses such as telegrams. long distance telephone calls, telephone service- at the site~ expressage and similar petty cash items in connection with the Work. 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in theWork and premiums for properry insuP'lce coverage within the limits of the deductible ameunts established b\' OWNER in accordance with paragraph 5.9. . I I J. The term Cost of the Work shall not include any of the following: . 11.5, I, Payroll costs and other compensati~n at' CON- TRACTOR's officers. exec~Jtjves. principals lef partner- ship and sole proprietorships), general managers. engi- neers. architects. estimators. attorneys. auditors. accoun- tams. purchasing and contracting agents. expeditors. timekeepers. Clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRAC- TOR ~s principal or a branch office for general administra- tionofthe Work and not specifically in;luded in the agreed' upon schedule of job classifications referred to in para- graph 11.4.1 or specifically covered by paragraph 11.4:4- all of which are to be considered administrative costs covered by the CONTRACTOR's Fee. 11.5.2. Expenses ()f CONTRACTOR's principal and branch offices other. than CONTRACTOR's office at the site, 11.5.3. Any part ofCONTRACTOR's capital expenses. including interest on CONTRACTOR'S capital employed for' the Work and charges against CONTRACTOR for delinquent payments. 11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by sub~ paragraph 1I,~,5.9 above). 11.5.5. Costs due to the negligence of CONTRAC- TOR, any Subcontractor. or anyone directly or indirectl~' employed by any of t;,em or for whose acts any of them may be liahk ir.cl'.iuinl; but notlimrted to. the corr'ection of dl'.!('( ri.: \','urk. disposal (If materials or equipment wrongly Sl1, ~d ,'., .: ":laking good any damage to prop- erty, 11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specitically and expressly included in paragraph 11.4. CONTRACTOR's Fee: 11,6, The CONTRACTOR's Fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: 11.6.1. a mutually acceptable fixed fee: or if none can be agreed upon. 11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 1104.1 and IlA.2. the CONTRACTOR's Fee shall be fifteen percent: 11.6.2.2. for costs incurred under paragraph 11.4.3. the CONTRACTOR:s Fee shall be F.vepercent: and if a subcontract is on the basis of Cost of the Work Plus a Fee. the maximum a1Jo~'vable to CONTRACTOR on account of overhead and profit of all Subcontractors . shall be fifteen percent: 11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs IIAA. II..U and 11.5: I J ,6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be .the amount of the actual net decrease plus a deduction in CONTRAC- TOR ~s Fee by aT) am'ount equal to ten percent of the net decrease: and 11.6.2.5. when both additions and credits are involved in anyone change. the adjustment in CON- TRACTOR's Fee shall be compu'ted on the basis of the net change in accordance with paragraphs 11.6,2,1 through 11.6,2.4. inclusive, 11.7, Whenever the cost of any Work is to be determined pursuant to paragraph 11.4 or 11.5. CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash Allowances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to ENGI- NEER. CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CON- TRACTOR (Jess any appliCable trade discounts I of matec rials and equipment required by the allowances to be deliv- ered at the site. and a1J applicable taxes: and 11.8.2. CONTRACTOR's costs for unloading and handling on the site. lahar. installation costs. overhead. profit and other expenses contemplated for the a1Jowances have been included in the Contract' Price and nol in the 23 I I I I I I I I I I I I I I I I I I I allowances. No demand for additional payment on account of any thereof will be valid. Prier to final payment. an appropriate Change Order will be issued as recommended by ENGINEER to reRect actual ame~nts due CONTRACTOR" on account of Work covered by allowances. and the Contract Price shall be correspond- inglyadjusted. Unu .JriceWork: 11.9.1. Where the Contract Documents provide that allor pan of the Work is to be Unit Price Work. initially th e Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum ofthe established LIoil prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indi- cated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quan- ti6es and classifications of Unit Price Work performed by CONTRACTOR. will be made by ENGINEER in accor- dance with Paragraph 9.10. 11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be adequate to co ver CONTRACTOR's overhead and profit for each sep- arately identified item. " 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred" additional expense" as a result thereof. CON- TRACTOR may make a claim for an increase in the Con- tract Price in accordance with Article 1 J if the panies are unable to agree as to the amount of any such increase. ARTICLE 12-CHANGE OF CONTRACT TIME 12.1. The Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered by the pany making the claim to the other pany and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supponing data shall be deliv- ered within sixty days after such occurrence (unless ENql- NEER all9ws an additional period of time to ascertain more accurate data in suppon of the claim) and shall be accom- panied by the c1aimant's written statement that the adjust- ment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence" of said event. All claims for adjustment in the Contract Time shall be determined by ENGINEER in accordance with para- graph 9.11 if OWNER and CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of CON~ TRACTOR if a claim is made therefor as provided in para- graph 12.1. Such delays shall include. but not be limited to, acts or neglect by OWNER or others performing additional work as contemplated by Article 7, or to fires. Roods; labor disputes. epidemics, abnormal weather conditions or acts of God. 12.3. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers , architects, attorneys and other professionals and coun and arbitration costs) for delay by either pany. ARTICLE I3-W ARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION, REMOVAL OR ACCEPT ANCE OF DEFECTIVE WORK Warranty and Guarantee: -J3.1. CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work will be in accor. dance with ttie Contract Documents and will not be defeCTive. Prompt notice of all defects shall be given to CONTRAC- TOR. All defeCTive Work. whether or not in place. may be rejected. corrected or accepted as provided in this Anicle 13. Access to Work: 13.2. ENGINEER and ENGINEER'srepresentatives, other representatives of OWNER. testing agencies and gov- ernmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting and testing. CONTRACTOR shall provide proper and safe conditions for such access. Tests and Inspections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the" Work for all tequired inspections. tests or approvals. 13:4. If Laws or Regulations of any public body having jurisdiction require any Work (or pan thereof) to specifically be inspected. tested or approved, CONTRACTQR shall assume full responsibility therefor, pay all costs in connection therewith and furnish ENGINEER the required cenificates of inspection. testing or approval. CONTRACTOR "shall also 24 I, I I I I I, I 1 I I I I I I I 1 I I I be responsible for and shall pay all costs in connection with al1 Y inspection or testing required in connection with OWN- E R' Sor ENG IN EER's acceptance of a Supplier of materials oc equipment proposed to be incorporated in the Work. or of m a.terials or equipment submitted for approval prior to CON- TR.ACTOR's purchase thereqffor incorporatiol'1 in the Work, Th e Cost of all inspections. tests and approvals in addition to th e above which are required by the Contract Documents stJall be paid by OWNER (unless otherwisespecifiedl. 13.i. All inspections. tests or approvals other than those re quired by Laws or Regulations of any public bod v having ju risdiction shall be performed by organizations ac~eptabl~ to OWNER and CONTRACTOR (or by ENGI;-"':EER if so sp'eci~ed). 13.!. .If any Work (including the work of others) that is to be inspected. tested or approved is covered without written co nCUrrence of ENGINEER. it must. if requested by ENGI- N E ER. be uncovered for observation, Such UnCO\'ering shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice of CONTRACTOR 's inten- tion to cover the same and ENGINEER has not acted with reasonable 'promptness in response to such notice, 13.7, Neither observations by ENGINEER nor inspec- tions. lests or approvals by others shall relieve CONTRAC- TOR from CONTRACTOR's obligations to perform the Work in accordance with the Contract Documents. Uncovering Work: 13,8, Ifany Work is covered contrary to the written request of E:--.tGINEER. jt must. if requested by ENGI:--.iEER. be uncovered for ENGI;\1EER's observation and replaced at CONTRACTOR's expense. 13.9, If ENGINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others. CONTRACTOR. at ENGINEER's request. shall uncover. expose or otherwise m'ake available for observation. inspection ~r testing as ENGI~EER may require. that portion of the Work in question. furnishing all necessary labor. material and equipment. If it is found that such Work is cll!fl!cli\'L'. CONTRACTOR shall bear all direct. indirectanu consequential costs of such uncovering. expo- sure. observation. inspection and testing and of satisfactory reconstruction. (including but not limited to fees and charges of engineers. architects. ~ttorneys and other professionals). and OWN ER shall be entitled to an appropriate decrease in the Contract Price. anJ. if the parties are unable to agre~ as to the amount thereof. m~iy make a claim therefor as pr~vided in A.rticle II, If. h011 eyer. such Work is not fl'und to be cle,fi'Clil'('. CO:\TRACTOR ~hall be allowed an increase in the Cllntract Pri-:~ ,r ..i1 c.\lcnsion of the Contra.:t Time. llr both. Jirectly attr'jl1l1lable to such uncovering. exposure, obsen.ation. inspection. testing and reconstructi,'n: anJ, if the parties are unable 10 agree as [0 the amount llr extent thereof. CONTRACTOR may make a claim therefor as pro- vided in Articles 11 and 12. Owner May Slop Ihe Work: 13.10. If the Work is defectil'e, or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment. or fails to furnish or perform the Work in such a way, that the completed Work will conform to the Contract Documents. OWNER may order CONTRACTOR to stopthe Work. or any portiontlrereof. until the cause for such order has been eliminated; however. this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party, Correction or Removal of Defective Work: 13.11. Ifrequired by ENGINEER, CONTRACTOR shall promptly. as dire.cted, either correct all defeclil'e Work. .whether or not fabricated. installed or completed. or. if ihe Work has been rejected by ENGINEER. remove it from the site and replace it with nondefecti\'e Work. CONTRACTOR shall bear all direct. indirect and consequential costs of such' correction or removal (including but riot limited to fees and charges of engineers. architects, attorneys and otherprofes- sionals)made necessary thereby. . One Year Correction Period: 13,12. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any appli- cable special guarantee required by the Contract Documents or by any specific provision 'of the Contract Documents, anv Work is found to be defectil'e, CONTR.-\CTOR shall promptly. without cost to OWNER and in accordance with OWNER's written instructions. either correct such defeclil'e Work, or. if it has been rejected by OWNER. remove it from the site and replace it with Ilondefectil'e Work. If CONTRACTOR does not promptly comply with the terms of such instructions. or in an emergency where delay would cause serious risk of , loss or damage. OWNER may have the defective Work cor- rected or the rejected Work removed and replaced, and all direct. indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects. atrorneys and other professionals) will be paid by CONTRACtOR, In special circumstances where a particular item of equipment isplaced in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. Acceptance of Defective Work: 13: 13. If. insteaJ of requiring correction or removal and replacement of (h/ectil'(' Work. OWNER (and. prior to ENGINEER's recommenJation of final payment. also ENGIN EER) prefers to accept it. OWNER may do so. CON- TRACTOR shall bear all direct. indirect and consequential 25 I CostS attributable to OWNER's evaluation of and determi- nation to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness and .to include but not be limited to fees and charges,of engineers, architects. attor- . neys and other professionals), If any such acceptance occurs prior to ENGINEER's recommendation of final payment, 3. Change Order will be issued incorporating the necessary revi- sions in the Contract Documents with respect to the Work; arid OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as .tci th e amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation. an appropriate amount will be paid by CONTRACTOR to OWNER. I I OWNER May Correct Defective Work: I 13.14. If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and . to correct defective Work or to remove and replace rejected Work as required _by ENGINEER in accordance with para- graph )3,11, or if CONTRACTOR fails to perform the Work in accordance with the Contract. Documents, or if CON- TRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven days' writ- ten notice to CONTRACTOR. correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously, To the extent necessary to complete corrective and remedial action. OWNER inay exclude CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend CON- TRACTOR's services related thereto, take possession of CONTRACTOR's tools. appliances, construction equipment and machinery at the site and incorponite in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER. OWNER's represen- tatives, agents and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under- this paragraph. All direct, indirect and con- sequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by ENGINEER. and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price. and, if the parties are unahle to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequen- tial costs will include but not be Jimited to fees and charges of engineers, architects. attorneys and other professionals, ail court and arbitration costs and all cost's of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an . extension of the Contract Time because of any delay in per- formance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. I I I I I I I I I I I ARTICLE I4-PAYMENTS TO CONTRACTOR AND COMPLETION Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Pay- ment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Paymen1: 14.2. At Jeast twenty days before each progress payment is scheduled (but not more often than once a month). CON- TRACTOR shall submit to ENGINEER for review an Appli. cation for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. Ifpayment is requested on the basis of materials and equipment not incorporated in the Wark but delivered and suitably stored at the site or at, another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale. invoice or other documentation warranting that OW1':lER has received' the materials and equipment free and clear of all liens , charges, security interests and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the materials and. equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein. all of which will be sat- isfactory to OWNER. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by any Appli. cation for Payment. whether incorporated in the Project or not, will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will, within ten days after receipt of each Application for Payment. either indicate in writing a recommendation of payment and present the Application to OWNER. or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to rec- ommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Applica- tion. Ten days after presentation of the Application for Pay- ment with ENGlNEER's recommendation. the amount rec- ommended will (subject to the provisions of the last sentence of parngraph 14.7) become due' and when due will be paid by OWNER to CONTRACTOR. (In accordance with the Georgia Prompt Pay Act ) 14.5. ENGINEER's recommendation of any payment requested in an Application for. Payment will constitute a 26 I I I I I I I I 1 I I I I I I I I I I representation by ENGINEER to OWNER. based on ENGI- 1'1EER's on-site observations of the Work in progress as an e/<perienced and qualified design professional and on ENGI- NEER's review Of the Application for Payment and the DcCompanying data and schedules that the Work has pro- gressed to the point indicated: that. to the best of ENGI- N EER's knowledge. information and belief. the quality of t l1.e Work is in accordance with the Contract Documents (5 ubject to an evaluation of the Work as a functioning whole priorto or Upon Substantial Completion. to the results of any ,s ubsequenr tests called for in the Contract Documents. to ~ fi nal determination of quantities and classifications for Unit Price Work under paragraph 9.10. and to any other qualifi- cations stated inthe recommendation): and that CONTRAC- TOR is entitled to payment of the amount recommended, However. by recommending any s~;h payment ENGINEER wi II not thereby be deemed to have represented that exhaus- tive or continuous on-site inspections have been made to check the quality or the quantity of the Work beyond the re sponsibilities specifically assigned to ENGINEER in the Contract Documents or that there may not be other maners or issues between the parties that might entitle CONTRAC- TOR to be paid additionallvbv OWNER or OWNER to wi thhold payment to CONTRACTOR, 14.6. ENGINE~R's recommendation of final payment wi 11 constitute an additional representation by ENGINEER to OWNER that the conditions precedent to CONTRAC- TOR"sbeing entitled to final payment as set forth in paragraph 14_ 13 have been fulfilled. 14.7. ENGINEER may refuse to rec~mmend the whole or any part of any payment if. in ENGINEER's opinion. it would be incorrect to make such representations to OWNER. ENGINEER may also refuse to recommend any such pay- me nt. or. because of subsequently discovered evidence or the results of subsequent inspections or tests. nullify any such payment previously recommended. to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: 14.7.1. the Work is defecril'e, or completed Work has been damage? requiring correction or replacement. ,I-U.:!, the Contract Price has been reduced by Writ- ten Amendment or Change Order, 14.7,3, OWNER has been required to correct defl!(,- ril'e Work or complete Work in accordance with paragraph 13.14. or 14.7.4. of ENGINEER's actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2.1 through 15.2.9 inclusive. OWNER may refuse to make payment of the full amount recommended by ENGIN EER because claims have been made against OWNER on accouilt of CONTRACTOR's per- formance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling OWNER to a set-off against the amount recom'mended, but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action. Substantial Completion: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall - notify OWNER and ENGINEER in writing that theemire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGI- NEERissue a certificate of Substantial Completion. Within a reasonable time thereafter. OWNER. CONTRACTOR and ENGIN EER shall make an inspection of the Work to deter- mine the status of completion, If ENGINEER does not con- sider the Work substantially complete. ENGINEER will notify CONTRACTOR in wri\ing giving the reasons therefor, If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion, There shall be attached ,to the certificate a tentative list of items to be completed or cor- rected before final payment. OWNER shall have ~even days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objec- tions. ENGINEER concludes that tlie Work is not substan- tially complete. ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If. after consideration of OWNER's objections~ ENGINEER considers the Work substantially complete. ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion Iwith a revised tentative list of items to be com- pleted or corrected) reflecting such changes from the tentative certificate as "ENG IN EER believes justified after consider- ation of any objections from OWN ER. At the time of delivery of the tentative certificate of Substantial Completion ENG 1- NEER will deliver to OWNER and CONTRACTOR a written recommendation as to division, of responsibilities pending final payment between OWNER and CONTRACTOR. with respect to security. operation. safety, maintenance. heat. utilities. insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to ENGINEER's issuing {he definitive certificate of Substantial Completion. ENGINEER's afore- 'said recommendation will be binding on OWNER and CON- TRACTOR until final payment. 14.9. OWNER shall have the right to exclude CON- TRACTOR from the Work after the date of Substantial Com- pletion. but OWNER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial Utiliwtion: 14.10. Use by OWNER of any finished part of the Work. which has specifically h~en identified in the Contract Docu- 27 I I I I I I I I 1 I I I I I I I I I I meats. or which OWNER, ENGINEER and CONTRAC- TOR agree constitutes a separately functioning and useable part Oflhe Work that can be used by OWNER without sig- nifi cant interference with CONTRACTOR's performance of the remainder of the Work, inay be accomplished prior to Substantial Completion of all the Work subject to the follow. ing: ]4,10.1. OWNER at anytime may request CON- TRACTOR in writing to permit OWNER to use any such p~mof the Work which OWNER believes to be ready for its intended use and substantially. complete. If CON- TRACTOR agrees. CONTRACTOR will certify to OWNER . and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of ~lJbstantial Completion- for that part of the Work. CON- TRACTOR at any time may notify OWNER and ENGI- NEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substan- tiallycomplete and request ENGINEER to issue a certif- icateof Substantial Completion for that part of the Work. Within a reasonable time after either such request. OWNER, CONTRACTOR and ENGINEER shall make an inspec- tion of that part of the Work to determine its s,atus of completion. _ If ENGINEER does not consider that part of the Work to be substantially complete~ ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete. the provisions of para- graphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 14.10.2. OWNER may at any time request CON-. TRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not su bstantiaIly complete. A copy of such request will be sent to ENGINEER and within a reasonable time there- after OWNER. CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion and wili prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writ- ingtoOWNER and ENGINEER that such part of the Work is not ready for separate operation by OWNER. ENGINEER will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security. operation. safety. maintenance. utilities. insur- ance. warranties and guarantees for that pan of the Work which will become binding upon OWNER and CON- TRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writ- ing and so informed ENGINEER). During such operation and prior to Substantial Completion of such part of the Work. OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complete other related Work. 14.10.3. No occupancy or separate operation of part of the Work will be accomplished priorto compliance with. the requirements of paragraph 5.15 in respect of property . insurance. Final Inspection: 14.11. Upon written notice fromCONTRACTOR thatthe entire Work or an agreed portion thereof is complete. ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective: CONTRACTOR shall immediately take such measures as are necessary t.o remedy such defi- ciencies. Final Application for Payment: 114.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered all maintenance and operating instructions. schedules. guaran- tees. Bonds, certificates of inspection. marked-up record documents (as provided in paragraph 6.191 and other docu- ments--all as required by the Contract Documents. and after. ENGINEER has indicated that the Work is acceptable (sub- ject to the provisions of paragraph 14.16). CONTRACTOR may make application for final payment following th.e pro- cedure for progress payments. The.finaI Application for Pay- ment shall be accompanied by all documentation called for in the Contract Documents. together with complete and legally effective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by OWNER. CONTRACTOR may furnish receipts or releases in full: an affidavit of CON- TRACTOR that the releases and receipts include all labor. services. material and equipment for which a Lien could be filed. and that all payrolls, material and equipment bills, and other indebtedness connected with the Work for which OWNER orOWNER's property might in any way be respon- sible, have been paid or otherwise satisfied: and consent of the surety, if any. to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full. CON- TRACTOR may furnish.a Bond or other collateral satisfac- tory to OWNER to indemnify OWNER against any Lien. Final Payment and Acceptance: 14.13. If. on the basis of ENGINEER's observation of , the Work during construction and final inspection. and ENGINEER'~ review of the final Application for Payment and accompanying documentation-all as required by the Contract Documents. ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. ENGI- NEER will. within ten days after receipt of the final Appli- cation for Payment. indicate in writingENGINEER's rec- ommendation of payment and present the Application to OWNER for payment. Thereupon ENGINEER will give Written notice to OWNER and CONTRACTOR that the Work is acceptable subject to the ,provisions of paragraph 14.16. 28 I I' I I I I I I I I I I I I I I I I I Ot hel'lvise. ENGINEER will return the Application to CON- T~ACTOR. indicating in writing the reasons for refusing to recOnmend final payment. in which case CONTRACTOR sho.ll make the necessary corrections and resubmit the Appli- ca!:i()n Thirty days after presentation to OWNER of the Ap plication and accompanying documentation. in appropri- ate fOlm and substance. and with ENGINEER's recommen- dati ()l1and notice of acceptability. the amou~trecommended by ENGINEER wiJl become due and will be paid by OWNER to CONTRACTOR. (In accordance with the Geo rgia Prompt Pay Act). I 4.14. If. through no fault of CONTRACTOR. finalcom- ple1:ion of the Work is significantly delayed and if ENG 1- NSER so confirms, OWNER shall. upon receipt of CON- TRACTOR's final Application for Payment and recommen- dation of ENGINEER. and witr'>ut terminating the Agree- men t. make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by OWNER for Work not fully completed or c omcted is le.ss than the retainage stipulated in the Agree- ment, and if Bonds have been furnished as required in para- graph 5,1. the written co'nsent of the surety. to the payment of the balance due for that portion of the Work fully com- pleted and accepted shall be submitted bv CONTRACTOR to ENGINEER with theA-ppliCiltion for s~ch payment. Such payment shaJl be ml.).de under the terms and conditions gov-' erning final payment, except that it shaJl not constitut~ a waiver of claims. Contractor} s Continuing Obligation: 14 .15. CONTRACTOR's obligation 10 perform and com. plete the Work in accordance with the Contract Documents shaJl be absolute. Neither recommendation of any progress or final payment by ENGINEER. nor the issuance of a cer- tificate of Substantial Completion. nor any payment by OWNER to CONTRACTOR under the Contract Documents. nor a ny use or occupancy of the Work or any part thereof by OWNER. nor any act of acceptance by OWNER nor any failure [0 do so. nor any review and appr'oval of a Shop Drawing or sample submission. nor the issuance of a notice of acceptability byENGINEER pursuant to paragraph 14,13. nor any correction of defective Work .by OWNER will con- stitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract DOl:uments (except as provided in paragraph 14.161. Wai~'er of Claims: 1-i,16. The making and acceptance of final payment will constitute: 1-i,16.1. a waiva of all claims by OWNER against CO~TRACTOR. e,":cept claims arising from unsettled Liens. from dl!.l1'ctil'(' Wurk appearing after nnal inspec- tilln pursuant to paragraph 14,11 or from failure tLl compl~' with [he Contruct Documents or the terms of al1~' special guarantees specified therein: however. it will I1Ll[ consti- {ute a waiver hy OWNER of uny rights in respect Llf CONTRACTOR's continuing obligiuions under the Con- tract Documents; and 14.16.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writ- ing and still unsettled: ARTICLE IS-SUSPENSION OF WORK AND TERMINA TION Owner May Suspend Work: 15.1; OWNER may, at any time and without cause. sus- pend the Work' or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time. or both. directly attributable to any suspension if CONTRACTOR makes an approved claim therefor. as provided in Articles II and 12. Owner May Terminate: 15.2. Upon the occurrence 'or anyone or more of the following events; 15.2.1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code (Title 11. United States Code), as now or hereafter in effect. or if CON- TRACTOR takes any equivalent or similar action by tiling a petition or otherwise under any other federal pr state . law in effect at such time relating to the bankruptcy or insolvency: 15.2.2. if a petition is tiled against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of tiling. or if a petition is tiled seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insoh:ency,: 15.2.3. if CONTRACTOR makes ageneral assignment for the benefit of creditors: 15.2.4. if a trustee. receiver. custodian or agent of CONTRACTOR is appointed under applicable law or under contract. whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit ofCONTRACTOR"s creditors:' 15.2.5. if CONTRACTOR admits in writing an inabil- ity to puy its debts generall~' as they become due: 15.2.6, if CONTRACTOR persistently rails to perform the Work in accordance \\'ith the Cuntract Documents 29 I I I I I I I I I I I I I I I I I I I (i Jlcluding, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time); 15.2.7. if CONTRACTOR disregards Laws or Regu- la tions of any public body ha ving jurisdiction: 15.2.8. if CONTRACTOR disregards the authority of ENGINEER; or 15.2.9. . if CONTRACTOR otherwise violates in any su bstantial way any provisions of the Contract Docu- ments; OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to the extent pennitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and ofal.! CONTRACTOR's tools. appliances, construction equipment and machinery at the si teand use the same to the fuIl extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion). incorporate in the Work aHmaterials and e:cfuipment stored-atihe~site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balan ce of the Contract Price exceeds the direct. indirect and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attor- neys and other professionals and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by ENGINEER and incor- porated in a Change Order. but when exercising any rights or remedies underthis paragraph OWNER shall notbe required to obtain the lowest price for the Work performed. 15.3. Where CONTRACTOR's services have been so terminated by OWNER. the termination wiIl not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue.. Any retention or payment of moneys due CONTRACTOR by OWNER wiIl not release CONTRACTOR from liability. 15.4. Upon seven days' written notice to CONTRAC- TOR and ENGINEER. OWNER may. without cause and without prejudice to any other right or remedy, elect toaban- don the Work and terminate the Agreement. In such case, CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable termination expenses. which will include, but not be limited to, direct. indirect and con- sequential costs (including. but not limited to. fees and charges of engineers. architects, attorneys and other professionals and court and arbitration costs). Contractor May Stop Work or TerminaJe: 15.5. If. through no act or fault of CONTRACTOR, the Work is suspended for a period of more than ni.nety days by OWNER or under an order of court or other public authority, or ENGI~EER fails to act on any Application for Payment within thirty days after it is submitted, or OWNER fails for thirty days to pay CONTRACTOR any sum finally deter- mined to be due, then CONTRACTOR may. upon seven days' written notice to OWNER and ENGINEER. terminate the Agreement and recover from OWNER payment for all Work executed and any expense .sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Appli- cation for Payment or. OWNER has failed to make any pay- ment as aforesaid, CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. . [The remainder of this page was left blank intentionally.J 30 1 I I I I I I I I I I I I I I I I I I ,A..RTICLE 17-MISCELLANEOUS Giving Notice: 17.1. Whenever any proVIsIOn of the Contract Docu- m ents requires the giving of written notice, it will be deemed t () have be'en validly given if delivered in person to. the indi- vi dual ar to. a member of the tirm or to an officer of the corporatian for wham it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address knawn to the giver of the notice. Computation of Time: 17.2.1. When any period of time is referred to. in the Contract Dacuments by days. it will be computed to exclude the tirst and include the last day of such period. If the last day af any such peric -i. falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdictian. such day will ~e omitted froin the camputa- tion. 17.2.2. A calendar day oftwenty-faur hours measured from midnight to the next midnight shall constitute a day. General: IU;~ Shauld OWNER~or CONTRACTOR suffer injury~ or damage to. person or property because of any errar, omis- sian or act of the other' party or of any af the ather party's emplayees ar agents or others for whase acts the other pany is legally liable, claim will be made in writing to. the other party within a reasonable time of the first observance of such injury or damage. The provisians of this paragraph 17.3 shall '. not. be construed as a substitute far or a waiver of the pra- visions of any applicable statute of limitations or repose. 17.4. The duties and obligatians impased by these Gen- eral Conditions and th,e rights arid remedies available here- under to. the parties hereto, and, in particular but withaut limitation. the warranties. guarantees and abligations imposed upanCONTRACTORbyparagraphs6.30, 13.], 13.12.13.14. 14.3 and 15.2 and all of the rights and remedies available to. OWNER and ENGINEER thereunder, are in addition to.. and are not to be construed in any way as a limitatian of. any rights and remedies available to. any or all of them which are otherwise impased or available by Laws or Regulations. by special warranty or guarantee or by ather provisions of the Contract Documents, and the provisions af this paragraph will be as effective as if repeated specifically in the Contract Documents in connectian with each particular duty. obliga- tian. right and remedy to which they apply. All representa- tions. warranties and guara~tl:~~m~~e Jn~t~eCOtllra~t Doc~~ uments wiU-survive~final payment and termination or com- pletian of the Agreement. 33 I I I I I I I I I I I I I I I I I I I SUPPLEMENTARY CONDITIONS 1.1 OWNER'S LIABILITY & PROPERTY INSURANCE: Section 5.5, 5.6, 5, 7, 5.8, 5.9, 5.10 of the General Conditions shall be amended as follows: No additional liability or property insurance will be purchased by Augusta- Richmond Country for this project. Current insurance coverage will remain in effect for the life of this Contract. 1.2 CONTRACTOR'S LIABILITY: As indicated under Section 5.3 of the General Conditions, the Contractor's LiabilIty Insurance shall be in an amount not less than $200,000 for injuries, including accidental death, to anyone person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident, and Contractor's Property Damage Insurance in an amount not less than $100,000 for all property damage sustained by anyone person in any one accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. The contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Liability and Property Damage Insurance of the tyPe and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractors in his own policy. 1.3 SPECIAL HAZARDS: The contractor's and his Subcontractor's Liability and Property Damage Insurance shall provide adequate protection against the following special hazards: (a) Work within the right-of-ways of the Augusta-Richmond County Road System. (b ) Work within easements granted by property Owners in connection with the construction of the project. (c) Work in close proximity to existing water lines, telephone lines, gas lines, other utilities, and private structures contiguous to the job site. 1.4 TESTING LABORATORY: , All testing and laboratory work in connection therewith shall be performed by an independent firm and paid for by the contractor. Copies of all test reports shall be forwarded to Augusta Engineering Department. There will be no separate payment for this work. SC - 1 I I I I I I I I I I I I I I I I I I I 1.5 SURVEYS: The Contractor will provide surveying for construction staking, horizontal control, and vertical control as necessary, utility staking, and as built. 1.6 PROGRESS PAYMENT: Section 14.2 of the General Conditions shall be amended as follows: The Contractor may submit monthly estimate for work completed and materials properly stored as approved by the Engineer. When an estimate includes materials stored, a bill of sale, invoice or other documentation warranting that the Owner is receiving the material free and clear of all l~..:ns, charges, security interest and of all liens, charges, security interest and other encumbrances shall be attached to the payment request. 1.7 ENGINEER: All references to "Engineer" shall be interpreted to mean the Director of Engineering, or their official designee. 1.8 UNDERGROUND UTILITIES: (References 4.3, 1.4,3.2) The Contractor shall coordinate with all utility companies through the "One Call" method or other appropriate steps to locate and avoid damage to all utilities that may affect or be affected by the Contractor's work. 1.9 SAFETY: (Reference 6.20) The Contractor shall use certified flagmen, barricades, and signs as necessary to notify the public, in particular, those persons driving in the vicinity of the project, of the construction and its affect on traffic. .. SC - 2 1/ I I I I I I 1 I 1 I I I I I I I I I SECTION P . PROPOSAL Date: . /J1-...---d? 1& 200"'" / , Gentlemen: . In compliance with your invitation for bids dated 3 //("I? , 200 ~ the undersigned hereby proposed to furnish all labor, equipment, and materiaIi, and to perform all work for the installation ofroadvvay improvements; and appurtenances referred to herein as: Paving Dirt Roads- Phase vm Contract 1 Proj~ct Number: 322-04-200823808 In strict accordance with the Contract Documents and in consideration of the amounts shown on ~ the Bid Schedule attached hereto~and totaling:_~ _ _ ~____ hvr" //v-e/-.ec/ ~~~ 5eve-r -rh!9vJ"c-...,.d ?he )/""...,eI~''/ ~t9~ --rb/ee /1f'I'IOO DOLLARS ($ 42-~ 12-"3 .~) . 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 req~ed by the COI;ltract Documents. The'undersigned hereby' agrees that, if awarded the contract, he will commence the work within lQ calendar days after the date of written notice to proceed, and that he will complete the work within 180 calendar days. ::Ii .'/.. . - :Ail dC4--Iz;-J ,z.-eyo(,p The undersigned acknowledges receipt of the following addenda:H 2- d~-IZ"d :l / z.-/ 0t4? -B.7 dcd-~d 3/f.I/o '"" Respectfully submitted 7J/c->- COdS-l;-Vc;,/,'(.,.-r. j...v?G.-. , (Name of Firm) 70. ~ 7')0 (Business Address) By: &_S/ 60.-1 J'o:!!J'O" , Title: --P~~,d_--I- P - 1 - I I I I I Ii I; I', 1 I I I I 1 I I I Paving Various Roads, Phase VTII Project: 323-04-200823808 ," . WHISNANT DRIVE IMPROVEMENTS PROJECT BID T ABULATJONs ; 001-1000 FORCE ACCOUNT NUMBER LS 1 :r , - i .. 150~ 1 000 TRAFFIC CONTROL LS .. '1' . .." .... '167-1000.. WATER QUALITY MONITORING AND SAMPLING EA. ' 167-1'500 WATER QUALITY INSPECTIONS. MO 230-1000 ." LUMP.SUM CONSTRUCTION LS '. GRADED AGGREGATE BASE'COURSE, INCL '. 310-1101 , MAn . TN . . ..,318-3000." .. AGGREGATE SURFACE COURSE' . TN '. RECYCLED AsPH CONC 9.5 mm SUPERPAVE, . 4'02-3110.. ,.GP 2 ONLY,INCL BITUM MATL & H LIME TN .. . RECYCLED' ASPH CONC 25 mm SUPERPAVE, , GP 1 OR GP 2 ONLY, INCL BITUM MA TL & H. 4.02-3121. : LIME..,. .,., TN RECYCLEiJ ASPH "CONC '1'2.5 mmSUPERPA VE, 402-3130 ,GP 2 ONLY,INCL SITUM MATL& H LIME TN . RECYCLED ASPH CONC 19mm"SUPERPAVE, GP': . 402-3190 . 1 OR GP 2 ONLY, INCl BITUM MA TL.& H LIME. TN 413-1000." BITUMTACK COAT GL' , '441-0740 CONCRETE MEDIAN,. 4 IN : 500-3101 ... .' CLASS A CONCRETE SY CY' , '550~1180 STORM DRAIN PIPE, 18 IN,.H 1-1.0, CLASS IV LF 550-1240 .' STORM DRAIN PIPE, 24 IN/H 1-10, CLASSJV . LF 550-2180 SIDE DRAIN PIPE, 18 IN, H.1~10, CLASS IV SAFETY END SECTION,'1 iJ"IN: STORM'DRAIN, 6:1 sAFETY END SECTION, 24 iN, STORM DRAIN, 6:1 ." ...., EA 6 '..EA 2 SY I . ... 59 LF , .,550-3518. EA 550-3524 '.550-3618 'SAFETY END SECTION, 18 IN, SIDE DRAIN,6:1 6.oa-201.8 ...: STONE DUMPED RIP-RAP, TP 1, 181N . 603-7000 PLASTIC ALTER FABRIC SY P-'2 '30,000. ..30,000 " , 382.i !:i: "3;;'; i:i ' ;:. i /4Go~' 2&01 ~.' : 2 6 . 4os- =:=' 2~3:1 ~ , , ; 1 22~. '" .., l . .., . '7"i .1 ..,-., ;/ ~L~/ 1962 '.:;.(P- /::>.....,..,...-.,...... . /0 I / ,. _0 Sc.> 35: --19--{- Ct:7U"O . 70-:" .L~:; ~.' ..~~~~ . UI- #- j)Z/.r/!-- ..281 6/- .~I ~ 3G;>Z.38'~ 588 . 70~ :7f3/fB7'"h 112 3~ ~2-? ~ 102 : 41, "'6'/.fJ 13 ~o-' 7.0:> - . , ... :/~;, ftl.s2n ~ 35. . - 49 . i 33!!.- .-:/rPlj!2--. '. 3'7' =:z . 71t? Z !.l-' , ...181 .. 35 31 ~ /1/3049 , "7'V 77'0 - ; /1~~~~pS-. 1 9'0' .... '1iO ,'770 - /5'13/ -.' , . 2S!!- /&::>71 !:2-i. . 2 59 4 !!-. 27.,,::l- . "h,:_..:!-*.:.t:,::",; I I I: I; I" I: I r L I f I WHISNANT DRIVE IMPROVEMENTS PROJECT 810 TABULATIONS .' , ',' 5'"~' ?-~~' (/& -,:' . ZfS' . tP~ ' LF., 63 . I~ -' /OZ~ - . EA.....82 . ~r,?& ~_' Z21D ~ · ;/ 9_' P L""/ 643-4000...WOVEN WIRE FENCE ' U=: 1620.. r.r /50:;> { '" THERMOPLASTIC PAVEMENTMA.RKIN, ARROW ., __~ 653:0120 TP 2 .. "-- . ...... ....EA..~. .2 .; THERMOPLASTIC SOLID TRAF STRIPE, 5 IN 653-1501 WHITE ., THERMOPLASTIC SOLID TRAF STRIPE,S IN , 653-1502' YELLOW , THERMOPLASTIC SOUD TRAF STRIPE, 24 IN"'''' 653-1704 WHITE" THERMOPLASTIC SOUD TRAF STRIPE, 10 IN 653-1810.. WHITE. THERMOPLASTICSOUD TRAF'STRIPE, 10 IN 653-1811 YELLOW .... , THERMOPLASTIC SKIP TRAF STRIPING, 5 IN, . 653-3501. WHITE.......... .. ".. .... .,/'; ?2' '" CY' ~ 1,000 / P _ 3 WJ];j'1~7-1 """2>",'ve.~ I 30Cf S-3 /" ~ , 610-9001 REMOVE SIGN '611-5551 .. RESET SIGN ; 636-0500 WOOD SIGN POST. HIGHWAY SIGNS, TP 1 MATL,REFlSHEETING, TP3 ./' HIGHWAY SIGNS, TP 1 MATL, REFl SHEETING, TP6 . 636-1020 6:::; .1 020 636-2070 '" GALVSTEEL POST, TP] . 636-5011 DELlNEATOR,TP 1A 653-6000 . THERMOPLASTIC TRAF STRIPING, WHITE: 668-5000 . JUNCTION BOX 670-1 060 ~~~~~R ~~'N.6~ DIA.~I~ .670-1120 . WATER MAIN. 12" OrA, DIP . . 670-9710 RELOCATE EXIST FIRE HYDRANT... 670-9720 f RELOCATED EXIST WATER VAL VE.I~CL B~~..' , 700-5000 " ",' -." . : 'GRASSING,COMPLETE .1.5AC. GRADING MODiFIED (NeL HAUL, ClJT (LOOSE MEASURE GRADING MODIFIED [NeL HAUL, FlU {LOOSE MEASURE 228-1000 . ..228.-1000 EA' '...7........ EA; 5 . . ;t!3"';~'2)S-~ LF .,,',1:; Ii IIb?!:- ! " '/113 ~. , 246 I. .' ." '; : '2' 0'" ;; , .r-c;,.- ~g , f; / -. i~ 1':;'... ---i SF..22 ~'~'r4.5 LF 800 1!!3?- .' ,.LF... I~ #~ 40 .. ~LF: ;;-~ .: PB~ 16 LF 2..~ ' 2- IS'S ~, 72 .LF. 100: 2 ~....~, 22Q~ . GLF /~ ,IB~~' 168 SY 120 EA 1. LF 18 LF EA EA , LS 600 1 .2.. ,1 ,3"7?? .,'.v~ : .'.. Cy. '2,,750 /C :"',:",..,'( I" I I I I I I I I' I.~. i." , ~ I I i I I I I I Paving Various Roads, Phase VIll Project: 323-04-200823808 .' HAU~MI'r\1 Hl~LRPAp_lMffioYEi'!'f$N;r$ 'p~a~Tafb Th\$QLAtiC~$ 001-1000 f FORCE ACCOUNT NUMBER ..150-1000 i TRAFFICCONTROL . . 228-1000' GRADING MODIFIED INCLUDING HAUL 23:0~~00~:r:UMP StJMCONSTRU~;JON., .. GRADED AGGREGATE BASE COURSE, INCL 310-1101..MATL 430-1001' RAISED ASPHAL T EDGE 441-0016." DRIVEWAY CONCRETE. 6 IN THICK 441-4125 ' CONCRETE ROLLED CURB 500-3200 " CLASS B CONCRETE 511-1000 BARREINFSTEEL', 603-2018 ". STo.f':lE DU~PED RIP-RAP, TP 3, 181N 603-7000 'PLASTICFIL TER FABRIC 610-9001 REMOVE SIGN 611-5551 . RESET SIGN 643-1132 CH LK FENCE. ZC COAT, 4 Ft,.9 GA CH LK FENCE WIEXT ARMS & BARBED WIRE 643::-2.t52.ZC..COAT,6 FT, 9 GA ' 700-5000 GRASSING, COMPLETE 0.25 AC. GRADING MODIFIED INCL HAUL, CUT (LOOSE MEASURE . ' . GRADING MODIFIED INCL HAUL, FILL (LOOSE MEASURE . I' 228-1000 ...,...... , 228-1000 .HAUCHMAN HILL ' TOTAL PROJECT COST. . ':"4 I MI I '.' LS ./ TN LS LS ;n1 10,000 10,000. i,o !!?-: tpt) ~ :.:1' 58Z2,)!!.., l/o~Jn 0.19 : 2Cj~ 735 , 39'--lb7~' 3';"'Zh? '/5~ 3'713 ~ ..25. . :./ "0 J/:Lu 327-' -tiP2-.Zo.,.--7o- .,.....N..."......,...:.. ;!-~ ::l" /1_... 00 1.625 . 2 - ..7_...--...... LF SY 96 4-0 e' 38713 rl-c> IS- !l /2/0 e ~?~ ~',' 23S-S!2. 318-3000 : AGGREGATE SURFACE COURSE TN 402-3130 ,~~~Yg~~~~~~~a~~~~~~~L~mHs~~~RPAVE. I. iN ."'LF-' .. ..80 CY 3.5 . LB 50.. SY 36 SY 36 EA 3 EA 3 : LF 140 LF 600 LS .... L CY' 630 ......CY z?:!:: Ilo~ 25~ 9'/B~ '7"1 ,0 4-- /)D ~ 55' ~ /t?5" ~ 5-5 ~. /t:.5:" ~ e:>~ ~.-;- /4:~ /IJ/ ~ /2t04- 2.0 7-;- .~-- ! 5""1 . L/2~/23.- I I I, I I I I I I I I I I I I I I II il LUlVIP SUM CONSTRUCTION PAVING. DIRT ROADS - PHASE VITI CONTRACT 1 PROJECT NuMBER: 323-04-200823808 . HAUCHMAN HILL ROAD WHISNANT DRIVE NOTE: List all Lump Sum Constniction items in detail with associated costs. FAILURE TO PROVIDE TIDS BREADKDOWN MAY DISQUALITY THE BID. 10 11 12 13 14 15 16 '\.\ /'/ W'7;jn~ ~"""c/e- $ $ $ . _.._~._$ $ $ > $ $ $ $ $ $ $ $ $ :> $ 1 i C::::;~~-o/v/-'~'7 L7 ac.>+- ~t9 5 , 'c::>-" ~-..---h--o&:> I 3 4 C' ,,-......... .~7-"/-G/...... {.b, ~7..~.- ~ I' I 'h> 6t- &> __ ..../s . 5 6 r 0&>...,&1, co;.. ~ y-..;'....."'--?G e / 7 - /-;;;-,.J 8 9 \ \ . / / 1'/ n~o;c.h_~ Hi/ /?oc-c1 c::;,... )/.-...vA~7 ~o?..,...t- &c.?7'~'7 C::;<7h- / . ( L"le_......7 'j 6;'"~tb,7 { , . I .A>e.-..,o.........a.--I:; "6~"7eh r ~ ~ 5"'''"cv-?C e / /&-1--".../ P -5-A 1 c:> c..> 3 c;>e;>o - 4-&30 ~ 0""" ~/O-~S:o-- - --, c;,;;, /2- e:- c;;. ~ 3$'""2-e> ~"'" 22- &300 / , 5;30 - 0<::;' 2&00 - 45-00 ~ '2c-/ ~.7 ~ .oc;> 3000 - or:::=- 3S-c>o - 34; z.&>7 , 0'0 ~ - $ $ $ , TOTAL LUMP SUM AMO~ $ P-5-A2 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 5'"7 Otb? ~- {/ I I BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-31 0 I KNOW ALL BY THESE PRESENTS, That we, Blair Construction, Inc. , P. O. Box 770, Evans, Georgia 30908 I as-Principal, hereinafter called the Principal, I and the Western Surety Company I of CNA Plaza, Chicago, III 60685 , a corporation duly organized under the laws of t..'1e State of South Dakota , as Surety, hereinafter called the Surety, are held and finnly bound unto I Augusta-Richmond County Commission, 530 Greene St., Room 605, Augusta, Georgia 30911 as Obligee, hereinafter called the Obligee, in the sum of 10% of bid -' - - - - - - - - - - - - - - -- - - _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ -Dollars ($ 1 00/0 of bid ----- )----;for the payment of which sum well and truly to be made, the-said-PfiiiCipal and thesaid ,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 Paving Dirt Roads, Phase 8 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 tenns of such bid, and give such bond or bonds as m'ay be specified in the bidding or Contract Documents with good and sufficient surety forthe faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof b.etween the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perfonn the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th March Blair Construction, Inc. POBox 770, Evans, Georgia 30809 day of 2006 ~~ S-.~~ (Sean Principal .i tD~~1f~~ \...--;) . / . "/ " rre>{-c:J.1:i!~ Title Witness Western Surety Company >~ A 2f ~ { ...,..~ ?I Witness By l3LU/<-L~L~A Buck Leigh Attorney-in-Fact 054/GEEF 12/00 FRP I I I I I I I I I I I I I Wstern Surety Company POW1i:Jil. OF ATTORNEY APPOU\l'TING Il"'i])JVIDlJAI, ATl'ORNEY-IN~FACT Kllow All Men B)' Thl'.~.e Presents, That WESTERN SURETY COMP A NY, a '<;olll.h Dakota. cO'lJOl"!It/on, is a duly organized a.nd existing cOI1J01"atiOll having it'! principal office in the Cif;y of Sioux Fa.lls, and Slate of South 1:'hknta, Hnd ihatit (loe~ by Vi,.tlIC of the sign'ature and 8M! hCJ'cin affi}:"r! herehy make, constitute and appoint. Thornas M Albus, Bud{ l,elgl~, IlH:HviduaHy ofColLlmbia, se, it~ tnlC and fawful Atl:orneY(B)-in-Pacl. wit), full pnWC1' and "ulhclI'iIY j,,,,.eby cnnf",'red to "ign, ileal c1l1{J execute fOl' and on itq behalf bonds, undertakings and other ohligaln,'y inBtn.1l11CI1I;'1 of similar nfJ1:u1"e - IJIl UnHmitedAmmmt.s _ and to bind il: tbereny a,~ nll1y and to the ,~al11e extent as if .such instruments werc ,'1igncd by a duly alJi:h01';zed officer of the cOfl)oration and all the Ilctg of :laid Attorncy, pur.~uant to t/1e ~uthority h~rehy given, arc hereby rntificd and confirmed, 111i5 Powe,. of Attorncy i,. made and executed pursuant to and by al.lth<l1'ity of thl~ 13y.Law printed on the revel~qe hcr~of, drJly adopted, a.q indicated, by . I:he shareholders of the corporation, In Witl1"_~s Wh"l'/~of, WESrl1RN SURETY COMPANY has c.m.lscd these pr~_~ents 1:0 he signed by its .'3e"iOl" Vice P''Csident and its COl'pOl'~te seal to be hereto nffixed on this 26th duy of Feb11.l!lry, 2004. 1I.\\\\"'~illF.~~""",1. ~.$-~, ~'''''''''''''' f.'",~~ "11V~I'O~"I\~ (lii't..c; ~\"'2 !"( i~! ~\\ ''l'.(' A..... i;r" \iI>o;')I.._.._:~~'::l ~"~,,~~~!1Il""\\" WESTERN SURETY COMPANY State of South Dakota County ofJl,1innchaha } 55 :6Z~-~. . ~."',....",-~ ----- --. .- - __L _._ ."_ Pa,ul . , BruflsH, Sei;~;~eP;:~;;;-d;;;i On.this 26th day of February, 2004, hefore me pcrsonAlly came Paul T nrullm to 111e known who beil1g IJY 111A (July 'W011 (I'" 1J J '. . , . .,. ... , .,.. ,.. ~ ., . 1 .' 1>.. ( epose an( say: t lat he re.~ides in the City of Sioux Falls, ,~tate of Souj.h Dakota; I:hat he i.l the Senic'll' Vicc PrcSl'tlClll n.r WES'rT:1RN o.r1/. 'ETY COMI'ANY I. 'J. J' d ,. . , .'. ., '''' . " '\." . '. . (Cscn le( In an which cxecuted the above instl11111cnt; that he k:!10W,~ the ,'1cal of said corporafion; tJ1M: the seal affixed to the said illMrul11cm i's such "01.'JOrol> Maj. '.h' t '( , . . .... f 1.1.'(...110;", rl.I 'Nr){i ,~o affixed !lUI'~llant to Authority given by the Board of Directors o{ said CnlllOl'flliol1 and I:h:\I" he ~igncd his name I:lll.lrel.0 IJ"l''lU"ll( t 1'1 I' .. . ,. '. .' '. ~'u .0 ((,~ aut 1onty, and acknOwledges Sl.1l11e In be the !let and deed or said corpOI'ation. I My commission expires __~~..1Ebcr .~, 200.Q.__ I I I .,. ^"........, f? "'7>""")~t"~.,f""'f~~lo)""~'~.t""'!It.,,.., ''':1''\'<1 .J. .r D r J'r . KRELL ~ '~. r :f .SE'>\l /iJC)T'MIY pwar...lC~.. ;, f ~ sownl JJAKOTA,I$NJ +"l:')Il:'lr~'o)r"~"'.l'''''''''''''f'')'''''~':'J'''~~''''~''.,.t'\f':\ ; j//]~I ,A ~~' ... -..-----L\g~__,_~~ .. ___.'_'_ D. KI'el1, No,.,')! rubric c~nTTFlCA n: r, L. NelSOn, A$sistanl Secretary of WE'lTET~N sr IRE'-Y COMPANV "I '. , . . .'. -, . . 00 nere lY certrfy thi:ll the Power' of Attorney her' h .'.'" fo."" "'" 'mho,. ,~ti fy ~~'" <ho By- f> W of "" om"o"" '" ~i 0 "" eo ~" ",,,,, ,,,,,",', ,,;U 10 em.". ,,, "'ho~, . . om". Mo '.'.1 ''''''' " ".U '" my ""~, >od .Il...; ., "" ,,' <>, ,." "".,.""" "," __~__ ,',,' ., _____~~____, .1li,,:,fI "YO '''''"''''''''""''00 ~..~\\~I~iUl!~"""~/1. ,,,,,,~,,.,,....,...r.('I'.?t-(.. 1'." ~Qi9 ',.,.~ .:\\: '1~\i!.~ S>~ A'r/;/ , ,.."~..;' 'OA~~~\\' HllIl"" WESTERN SURETY COMPANY Iroml P1280..()I_02 I -_...__.__.._~~ ~._.. ..-J?. ;-/ ~~---l!:~'L/ . .-L Net.~ol1~ X;;;;;;~~;;;:;;,al'Y I I I I I. I I I I I I I I I I I I I I ~ ,,/ N.S.A. R-2 (1.s--3.51 . ~at'3. Agg~. -- Geotex:tlls Underllner CRUSHED STONE CONSTRUCTION EXIT TO ae: USED -'S elRECTED BY lHE ENClNEER WHERE CONS'l"RUCnOH 1TW=Fic IS ENmINC," PUBUC PAVED Ro.A.O. PA'!1.(ENT TO BE INClUDED IN . PRra: ale FOR WI.lP SUU CONSTRUCTION OR. OTHER CONT!V,CT BlO ITEl.lS. CE-1 I I I I I I I I - ~-~~ I I 1 I I I I 1 I I, I GENERAL NOTES ADJUSTING MINOR STRUCTURES TO GRADE: This item consists of raising or lowering the upper portion of existing manholes, water valve boxes, gas valve boxes or any other miscellaneous structures within the area of construction. There will be no separate payment for this work unless shown as a separate pay item. *Prior to any resurfacing the contractor shall identify and reference all structures so the precise locations can be determined after resurfacing. This shall be done in the company of the ARC Inspector. This shall be the first order of work where minor structures requiring adjustment are included in the contract. AGGREGATE SURFACE COURSE: The item aggregate surface course is for use in inclement weather to facilitate the movement of local traffic along roadway construction and to permit ingress and egress at drives. When used for this purpose, Section 318, Georgia Standard Specifications, is modified to permit truck dumping on unprepared and muddy subgrade. Section 318 is further modified to permit the use of crusher run stone as described in Subsection 806.02. The-Contractor will-have the choice of the followingmaterials:~ Graded Aggregate Coarse Aggregate Size 467 Stabilizer Aggregate Type 1 or 2 . Crushed Stone Subsection 815.01 Subsection 800.01 Section 803 Subsection 806.02 c All materials to be used as directed by the Engineer. AS-BUILT PLANS: The Contractor shall furnish a complete, legible set of "as-built" plans, in good condition, to the Project Inspector prior to the date of the Final Inspection. Such plans shall have all significant changes marked in red. The Project Inspector shall review the marked plans for accuracy, legibility, and completeness. After the Project Inspector approves and signs the redlined plans, a qualified engineering firm, selected by the contractor, shall make arrangements to obtain the original approved plans from the Engineering Department Office. After originals have "as built" information incorporated, they shall be stamped and signed on the cover sheet by a Georgia Registered Professional Engineer and returned to the Project Inspector for final processing. The Project Inspector shall sign the as-built and place them in the permanent record files. There will be no separate payment unless otherwise shown. CASINGS: All steel casings being installed across any roadway and/or right-of-way shall have the joints continuously welded to obtain a watertight seal. The Contractor shall notify the Engineer when welds are ready for inspection. Welded casings backfilled without the Engineer's approval shall be uncovered for inspection at the Engineer's request. COMPACTION: All compaction shall be as defined in the current edition of Georgia department of Transportation Specifications. Special attention shall be given to the backfill of minor structures (pipe, box G - 1 , I I I I I I I I ---~.~~ 1 :1 I 1 I 1 1 1 I I I 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. 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- cubicyard.-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 GDOT Specifications. CONSTRUCTION: Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise noted. At locations. where new pavement is to be placed adjacent to existing pavement, without an overlay, or where curbing is to be placed across paved parking lots, a joint shall be sawed on a line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement will be paid for under the pay item-Sawed Joints. . . per Linear Foot. Where curb and gutter is used and the shoulder elevations are higher than adjacent ground, the. actual direction of drainage runoff shall be determined by the Contractor. He shall make such provisions as necessary to ensure that no ponding is caused by the new construction. He may place additional fill to provide drain inlets. Compensation will be under the price bid for the 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 Contni.ctor should use caution with standard variance and place special emphasis on hydraulic considerations. G-2 I I I I I I I I -- - -~----_..- I I I I I I I I I I I The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160 of the Standard Specifications and page PP A-I of this document. All. storm drainpipe, side drain pipe, pipe culvert wing-walls, steps, retaining walls, curbs and gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as a removal pay item will be removed as Clearing and Grubbing, Grading Complete, Grading Per Mile on Lump Sum Construction.. Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to remain within the right of way. Curb cut ramps in accordance with Standard 9031- Ware to be used at all street intersections on this 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 'l4" above the gutter line as shown on Georgia Standard 9031-J. CONSTRUCTION LAYOUT: Construction layout work shall be performed bytheContractor.-8ee Section 149 of the Standard - Specifications. CONSTRUCTION /uTILITY SCHEDULE: The contractor shall prepare an overall Time-Logic Schedule that includes all major utility .. - -- relocations,_prop9~ed utilities, and construction activities::_. ~,A detaiL schedule for utility relocations from all utility companies shall be submitted to the contractor prior to the PreConstruction meeting. The Contractor shall present this schedule at the Preconstruction meeting for discussion. The sc~edule shall consist of the following: 1. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility Company) 2. The ES-Early Start, EF-Early Finish, LS-Late Start, and LF-Late Finish dates. 3. The Project Critical Path. 4. Activity Durations. After the Preconstruction meeting, the Contractor shall provide a revised schedule with all issues and concerns addressed. The revised Time-Logic Schedule shall be color coded with respect to responsibility, and it shall be presented on D size paper (24" x 36"). The schedule shall be updated on a monthly basis displaying percentage of completion of all activities. The project baseline and current date line shall appear on all updates. The schedule shall be presented using Microsoft Project, or Primavera softwares. G-3 I I I I I I I I .~---_._---~-- I I 1 I I I I I I I I f ! I j i 1 j I I -)- - I I i Sample ConstructionlUtilitv Schedule "'_Y.'''W'.~_~,_ ,_......_ ......~.. ...__......._~"'__.. .... '" -. . '.' .. -- . ... ..........-........ ..... ..._~_.v"'.,_.,. ~.,.~" .,.,....."",.. "Y"'",,,,_,_,,,,,,:>~,,,.,,.,,,::,,,,,,,,"""',!!,,'4,,,,,,-">:~h,..-....,.,.,,...,...,,,,_,,,";.-i;~"~'-'--~._~~',';;.;' '~~.iO',...'...... <<--"''''.::. [1~. N d_~ G-4 ~ ~ '" .~ ~i Ri?! @~, j j ~ g [ Iii , ~-'--~_.~.~- I I I I I I I I EXCESS MATERIAL: All excess material is to be disposed of as directed by the Engineer or as noted in Sub-Section - -- ---~-~---1 07~23 of the Specifications and in accordance with page-PP A-l-. - .. ---- -~ -.---.. - -- I -I I I I I I I I I I DESIGN ALTERATIONS: The Commission-Council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment will be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by,the Engineer. ENGINEER: In all contract documents, specifications, supporting documents, etc., the term "ENGINEER" means, and shall be deemed to mean, the Augusta-Richmond County Engineering Department Director or his/her designated representative. EROSION AND SEDIMENT CONTROL: The contractor shall be responsible for all soil erosion and sediment cortrol practices. All on-site erosion control shall comply with local Augusta-Richmond County Erosion and Sediment Control Ordinances. The cost of the work shall be included in the cost of Lump Sum Construction unless shown as a separate pay item. 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 that are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing, and mulching of disturbed areas, unless specifically shown as a pay item. FLAGGING: Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. All Fla22ers shall meet the requirement of part 6F of the MUTCD Current Edition and must have received training and a certificate upon completion of the training from a Department approved training program. Failure to provide certified Flaggers' as required above shall be reason for the Engineer suspending work involving the Flagger(s) until the Contractor provides the certified Flagger(s). G- 5 I I I I I I I I I I I I I I I I I I I 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 trafficc 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: ---c--~ 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. GRADING: In contracts where grading, including excavation for drainage structures, is accomplished under Section 210 (Grading Complete or Grading Per Mile) or Section 230 (Lump Sum Construction), the Lump Sum amount bid. will include all work necessary to obtain the line, grade and compaction in accordance with the Specifications and other contract documents. There will be no separate payment for any work of this nature including borrow and the removal of unsuitable and/or unstable material. However, the Contractor shall make whatever investigations he deems necessary to determine the extent of any borrow or removal necessary to meet contract requirements. If it develops that removal of unsuitable/unstable materials quantities could not have been predicted by the contractor from a reasonably thorough investigation of project conditions, the Contractor may request negotiation for payment for excavation of this nature in areas where the depth exceeds three (3) feet below subgrade. The Owner will consider negotiation only when this type of removal is excessive and the Contractor provides evidence that he thoroughly investigated project conditions prior to entering his bid. Only those quantities in excess of three (3) below finished sub grade and/or normal excavation for drainage structures, ordered by the Engineer, will be considered for payment. - GRASSING AND EROSION CONTROL: The Contractor shall bid on grassing, lump sum, and it shall be his responsibility to determine the actual area to be grassed. No claims will be considered for extra compensation if the contractor relies on plan information to prepare his bid. G- 6 I I I I I I I, I ~--~-~ ..~ I ,I I I I I I I I I I All slope areas are to be grassed unless shown otherwise on plans. Temporary grass is required if permanent grass season is out. The Contractor shall be responsible for all soil erosion and sediment control measures. All on- site erosion control shall comply with local erosion and sediment control ordinances. The cost of this work shall be included in the cost of the project unless shown as a separate pay item. All unpaved and natural areas that 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. Discontinued roads or other areas inside or outside the project constrllction limits, but within the existing or required right-of-way, shall be obliterated and restored as nearly as possible to the original contour of the ground (see Section 205 of the Standard Specifications). No separate payment will be made for this work. Where item number 700-5000 is shown as a pay item, Georgia Department of Transportation specifications are modified to provide that the lump sum price bid shall be full payment for all fertilizer, -lime and, ni trogen.-,N o-separate measurementforpa yment-will be-made- for-any - work", or materials required to accomplish a stand of permanent grass. If a satisfactory stand of permanent grass has not been obtained prior to the Final Inspection the contractor shall begin watering and continue watering until a permanent stand of grass is c=~-co-:c accepted by-the Engineer; Water sources shall include public streams and/or farm ponds if Augusta Richmond County watering restrictions prohibit other sources. If for any reason watering is not a viable option, the Contractor shall treat all unaccepted areas with loose sod as described in Subsection 700.08A and 700.08C. There will be no additional pay for this work. 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 he 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 0-7 I I I I I I 1 I -------- I --1=:,::... I I I I I I I I I 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. NORMAL WORKING HOURS: The normal working hours for ARC Inspectors are from 8:30 AM to 5:00 PM. When the ~~ contractor elects.to work outside these hours, he shall be biHed:Jorcthe-Inspectors salary plus .- ---- -- benefits unless such work is initiated by the Owner. The contractor may utilize a certified testing company in lieu of the ARC Inspector when approved by the Engineer. Payment for the contractor's testing company will be the responsibility of the contractor. (See article below on - TESTING. PATCHING AND REPAIR OF MINOR DEFECTS: Where needed, the contractor is required to patch and repair existing potholes, minor pavement defects, and base failures in accordance with the Specifications. PAVEMENT CUTS: All pavement cuts shall be sawed with a neat vertical edge, regardless of material, consistently straight enough that a roller can follow the edge precisely to achieve the desired compaction. Irregular edges will not be accepted. Payment shall be included in the price of the pipe. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payillent 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. G- 8 I I I I I I I I I ---I-~ ~_'.W_, _.._ I I I I I I ,I I I 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 allowp(f by Georgia Department of Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall not be installed without written permission from the Engineer. Any such units installed without such written permission shall be removed from the project.. RELOCATED WATER METERS: Relocated water meters and water meter boxes may not be placed in the sidewalk. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD: It shall be the contractor's responsibility to remove and reset any and all existing ornamental C.~O:C_-C~~, shrubs c: and .bushes.,andc sod in ,conflict with proposed-construction.. ...-Goordination~'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 G-9 I I I I I I I I --- -- ~ ----~ I -,,-I.,. 'c.' - -" .,. I I I I I I I I I written agreement to the Engineer containing vital information such as limits of both area and time the property is to be utilized and a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and recorded by the Engineer. Such agreements must be submitted prior to the contractor's use of the property. All buildings located on newly acquired RIW and/or easements shall be relocated by the Contractor. Such buildings on existing RIW and/or easements shall be removed by the owner or will become the property ofthe Contractor. SALVAGEABLE MATERIALS: As directed by the Engineer or his representative, all salvageable materials, such as drainage pipe, which require removing but are not to be used on this project, are to be cleaned and stored within the right-of-way by the Contractor. These materials shall be picked up and transported by Augusta-Richmond County forces. The Contractor is responsible and shall make restitution to Augusta-Richmond County for materials. damaged through his negligence. SAW CUTS: When matching existing conditions, saw cuts shall be used as required by Augusta-Richmond County. Only saw cuts in Portland Cement Concrete, which are shown, as contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. Unless specifically noted-this does not apply to pipe trenches. .. -~-- SOD: Sod will not be paid for separately when used to match or replace sod on adjacent lawns as Aeplacement in kind. See GnOT specifications, subsection='ZOB;.04.E~c~.c_ ____,_,__~__.c:_~~_---' 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 EngiIieering 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'attentionof the bidder is specifically directed to Subsections 102.04, 102.05, and 104.03 of the Standard G - 10 STORAGE BUILDINGS: -- The existing-sheds and/or-building shown to be relocated-will-be-relocated-by-the contractor or reconstructed as required outside of the easement as noted on the plans, Unless otherwise specified, the costs associated with this shall be included in Bid Item 230'-1000 Lump Sum Constructions and described in the itemization of Lump Sum Construction. I SUB-CONTRACTORS: ~. :C:::~-'~"=':7:,"~~The~-Gontr.act()rshall fumish,the_official name, plus...thename-and,telephone_number..ofthe24- -~,--:-~ 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. I I I I I I I I I I I I 1 I I I I I 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 ea"-uings on a monthly basis. STORlVI DRAIN PIPE: Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete and shall include O-ring gaskets. NOTE: All submissions shall include the following information for each Subcontractor: . Name of Subcontracting Firm · Description of Work To Be Done · Contact Person's Name and 24 Hour Phone Number TESTING OF THE WORK: The Contractor shall employ a qualified materials testing laboratory to monitor more fully the quality of materials and work and to perform such tests as may be required under the contract documents as conditions for acceptance of materials and work. THE ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. All test results are to be submitted to the Engineer. No separate payment will be made for employing the testing laboratory or any required tests. TEST ROLLING: Prior to placing any base course, the sub grade shall be test rolled on six feet centers using a loaded dump truck or other equipment approved by the Engineer. G-ll I I I I I I -I I I ---1-- ._". .~..~ --..---- I I I I I I I I I TRAFFIC CONTROL: The Contractor shall provide construction signs in accordance with requirements of "Manual on Uniform Traffic Control Devices for Streets and Highways"; current edition with added supplements and special provisions. The attention of the Contractor is specifically directed to Subsection 107.09 of the Standard Specifications regarding barricades, danger, warning, and detour signs. All temporary signs, barricades, flashing lights, striping and any other traffic control devices required during construction of this project shall meet all requirements of the M.U.T.C.D., current edition, as directed by the Engineer and be furnished by the Contractor with payment in accordance with Section 150. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travel way. 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. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. cc,=",Alhtemporary-traffic:-control devices are to be placed in accordance-with Georgia DepartmentoL Transportation Standards and Specifications. .- ~ -'..--.-._-- - ~'--.-:-~.'::7:i~ 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. G -12 I I I I I I I I I 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.protectedduringconstruction.- 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. ,~~J,,-'-'~_-=~HEFOLLOWlNG-"'.UTILIT:Y-~tQMP ANIES ..SHALL::BE-~NJ).llFIED~BEFORE-W.ORK BEGINS: I I I I I I I .1 I (Contacts revised 10/2/03) Atlanta Gas Light Company 1840 Wylds Road Augusta, GA 30913 Phone:(706) 481-1452 FAX: (706) 481-1495 Attn: Carl Corley Bell South 3841 Wrightsboro Road Augusta, GA 30909 Phone: (706)860-8283 FAX: (706) 855-1917 Attn: Warren Geitgey Knology of Augusta 3714 Wheeler Road Augusta, GA 30909 Phone: (706) 364-1015 Fax: (706) 364-1011 Attn: Richard Strength . Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 Phone: (706) 798-0494 Fax: (706) 312-4123 Attn: Russell Thies Georgia Power 2103 North Leg Road Augusta, GA 30909 Phone: (706) 667~5538 FAX: (706) 667-5666 Attn: A1 Danner Jefferson Energy Cooperative P.O. Box 457 Wrens, GA 30833 Phone: (706) 547-5019 Fax: (706) 547-5051 Attn: Mike Wasden G-13 I I I I I I I I I I I I I I I I I I I Comcast Communications 105 River Shoals Parkway Augusta, GA 30909 Phone: (706) 739-1842 Fax: (706) 739-1842 Attn: Kevin O'Meara KMC Telephones Augusta Richmond County Information Technology Department Phone: (706) 821-2405 Fax: (706) 821-2530 Attn: Dennis Norviel -::-~ ::-:...~~~~!'S=:: 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 ret1ectorizedand/or lighted barricades as appropriate and as directed by the Engineer. Barricades sufficient to prevent a person from falling into an excavated or work area must be erected in areas where these conditions exist. WARRANTY: Unless otherwise specified, all contract work is subject to a l2-month warranty. The l2-month warranty is hereby modified to include the following: Any repairs, corrections, or modifications performed within the last six months of the original l2-month warranty shall have the original . l2-month warranty extended 180 calendar days past the date of such repairs, corrections, or modifications. G -14 I I I I I I I: I I I I I I, I 1 I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SECTION 150- TRAFFIC CONTROL August 28, 1995 First Use: October 20, 1995 Modification of Special Provision Section 150 - Traffic Control (Rev. June 21, 1994) Retain Section 150 as written and add the following: For this project, all references to flags on constructionwaming signs in the Standard Construction Details ' listed below are deleted except for signs which are mounted at less than seven (7') feet in height (portable signs). ' Standard Construction DetaiJs · Typical By-Pass Detour for Two-Lane Highway · ' Typical Detour Across Median · Transition of 4-Lane Divided Highway to 2-Lane Highway · Traffic Control General Notes, Standard Legend, Miscellaneous Details In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 910~,_.9107, ~@d_._ ~--applicable-Standard Construction Details.shall-confornffu Part VI of1heMUTCD, Revision 3,dated September 3,1993. 150.02 WORK-ZONES: Delete 'Work Zones" and ,substitute: Temporary Traffic Control Zones. 150.02. 8.2.: Delete last sentence and substitute: Channelization device spacing shall be 10 feet for 200 . ,feefma-dv'ance of the temporary gore, and 10 feet for the first 100 fe.et of the temporary gore; . 150.03. F.1. MATERIALS - INTERIM SIGNS: Retain as written and add secondparagra.ph. 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 "1985 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals".. Unprotected post splices will not be permitted any higher than four inches above the ground line ,to lessen the possibility of affecting the undercarriage of a vehicle. 150.03.H. CONSTRUCTION WARNING SIGNS: CONSTRUCTION WARNING SIGNS THAT ARE REQUIRED TO BE MOUNTED AT SEVEN FEETIN HEIGHT NO LONGER REQUIRE THE USE OF WARNING FLAGS. . Delete first sentence of second paragraph and substitute: ,Construction warning signs which are mounted at less than seven feet in height (portable signs) shall have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each sign. ) "/c-/ I I I I I I I I -------- I -I~ I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 150.04.E.2.a.2.: Retain as written and add: In lane shift areas skip lines are not allowed, Solid lines are required. 150.04. E.2.b.1.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are required. 150.05. D. TEMPORARY GUARDRAIL ANCHORAGE: Delete all references to Type 9 and substitute Type 11 (eleven). 150.10 PAYMENT: Item No. 641 - Delete reference to Type 9 and substitute Type 11 (eleven). SPECIAL PROVISION SECTION 150-TRAFFIC CONTROL June 22, 1994 First Use: July 24, 1994 Modification of Standard Specifications, 1993 Edition Retain Section 150 as written and add the following: For this project, all references in the Standard Construction Details listed below to Type I Barricades, Type II Barricades, Type "A" flashing-lights and Type "C" steady burn lights are deleted, except that Type "c" lights will be required for tapers in nighttime lane closures. Standard Construction Details. _ · Typical By-Pass Detour for Two-Lane Highway · Typical' Detour Across Median · Transition of 4-Lane Divided Highway to 2-Lane Highway · Traffic Control General Notes, Standard Legend, Miscellaneous Details In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 9106, 9107, and . applicable Standard Construction Details shall conform to Part VI of the MUTCD, Revision 3, dated September 3, 1993. Detail "A" as shown on Georgia Standard 4960 is deleted.. SPECIAL PROVISION SECTION 150-TRAFFIC CONTROL Rev. June 21, 1994 First Use: July 24,1994 Rev.: August 16, i994 Modification of the Standard Specifications, Current Edition Delete Section 150 as written and substitute the following: 150.01 DESCRIPTION: This section as supplemented by the Plans, Specifications, and MUTCD shall be considered the Traffic Control Plan. Activities shall consist of furnishing, installing, maintaining, and removing necessary traffic sigris,barricades, lights, signals, cones, pavement markings and other traffic control deviceS and shall include flagging and other means for ~idance and protection ofvehicuiar and -rc-z I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices (excluding Traffic Signals) and installing additional devices as necessary in construction: work zones. When any provisions of this Specification or the Plans do not meet the minimum requirements of the Manual on Uniform Traffic Control Devices (MUTCD), the MUTCD controls. The 1988 Edition ofthe MUTCD and Revision 3, dated Septe~ber, 1993, of Part VI shall be in etfe'ct for the duration of the project. A. The Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor'- C\VTCS) who shall be responsiblefor selectir1g, installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Special Provisions and the MUTCD. This individual's traffic control responsibilities shall have priority over all other assigned duties. As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the Contractor in administering the Traffic Control Plan. The WTCS shall have appropriate training ir1 safe traffic control practices in accordance with Part 'VI of the MUTCD. In addition to the \VTCS all others making decisions regarding traffic control must meet the training requirements of Part VI of the MUTCD. On projects where traffic control duties will not require full time supervision, the Engineer may allow the Contractor's Project Superintendent to serve as the meSas long as satisfactory resul ts are obtained. , - - The WTCS shall have a copy of the MUTCD on the job site. Copies of current MUTCD may be obtained from:.____.___ ___~_ ..._ _ ______~._ _.___ U.S. Government Printing Office Superintendent of Documents Mail Stop: SSOP Washington, D.C. 20402-9328 The WTCS shall be available on a 24"hour basis as needed to maintain traffic control devices with access to all personnel, materials and equipment necessary to respond effectively to an emergency situation within forty-five (45) minutes of notification ofthe emergency. The WTCS shall supervise the initial installation of traffic control devices which will be reviewed by the Engineer prior to the beginning of construction. Modifications to traffic control devices as required by sequence of operations or staged construction must be reviewed by the WTCS. The mcs shall regularly perform inspections to,ensure that traffic control is maintained. R 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 PlaIl$, and Special Provisions. Reference is made to Subsections 104.05, 107.07, and 107.09. C. All ref1ectorization for construction (black on orange) signs, object markers, and 'channfillization devices shall meet the requirements of Section 913, Type II or III unless otherwise specified. All other signs shall meet the requirerp:ents of Type I unless otherwise specified. D. No work shall be started on any project phase until the appropriate traffic control devices have been placed ir1 accordance with Project requirements. Changes to traffic flow shall not commence unless all labor, materials, and equipment necessary to make the changes are available on the Project. E. The Contractor shall secure the Engineer's approvaJ 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 should supplement the approved traffic control plan. Any major changes to the approved traffic control plan, proposed by the Contractor, are to be submitted to the Department for approval in accordance with Subsection 104.03 of the Standard Specifications. rC-5 I 1 I 1 I I; I' I 1 I,-~- 1 1 I 1 I 1 I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Some additional traffic control details will be required prior to any major shifts of traffic. The traffic control details shall include, but not be limited to, the following: 1. A detailed drawing showing traffic location and laneage for each step of the change. 2. The location, size, and message of all signs required by the MUTCD, Plans, Special Provisions, and other signs as required to fit conditions. 3. The method to be used in, and the limits of, the obliteration of conflicting lines and markings. 4. Type, location, and extent of new lines and markings. 5. Horizontal and vertical alignment and superelevation rates for detours, including cross section and profile grades along each edge of existing pavement. 6. Drainage details for temporary and permanent alignments. 7. Location, length, andlor spacing of channelization and protective devices (temporarY barrier, guardrail, barricades, etc.) . 8. Starting time, duration and date of planned change. . --~- ..---.- -------.------ 9. Forea-ell traffic shift, a paving plan, erection plan, or work site plan, as appropriat.8, de.tai1ing workforce, 'materials, and equipment necessary to accomplish the proposed work. This will be the minimum. resource allocation required in order to start the work. The above details shall be submitted to the Engineer for approval at least 14 days prior to the anticip~ted traffic shift. The Contractor shall have traffic controldetailsforRtrafficshift .which has been approved byHthe Engmeeipnorto commencement of the physical shift. All preparatory work . relative to the traffic shift which does not interfere with traffic shall be accomplished prior to the designated starting time. The Engineer .and the Contractor's representative will verify that all conditions have been met prior to the Contractor obtaining materials for the actual traffic shift. F. Traffic cOntrol devices shall be in acceptable condition when first erected on the project 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. If traffic control devices are left in place for more than ten days after completion oftheWork, 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 m:iy become due, the Contractor. G. The Department reserves the right to -restrict construction operations when, in the opinion of the Engineer, the continuance ofilie Work would seriously hinder traffic flow on days immediately before, on, or after holidays or other days in which unusual traffic conditions exist, including threatening or inclement weather. ' 150.02 WORK ZONES: A In addition to the other provisions contained herein, work zone traffic control shall be accomplished using the follOwing means and materials: 1. Portable advance warning signs as required by the contract or meeting the requirements of the MUTCD and Sub-Section 150.03. . 2. Portable sequential or flashing arrow panels as shown.in the Plans or Specifications for use on \ Interstate or multi-lane highway lane closure onJy, shall be a minimum size of 48" high by 96" 7/"'-4. I I I I I I I' I I -~~I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA wide with not less than 15 lamps used for the arrow. The arrow will occupy virtually the entire size of the arrow panel and shall have,a min~um legibility distance of one mile. The mininium 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 as shown in the MuTeD, The sequential or flashing arrow panels shall not be used for lane closures on two- lane, two-way highways when traffic is restricted to one-lane operations in which case, appropriate sign~g,f1aggersand when required, pilot vehicles will be deemed sufficient. 3. Portable changeable message signs meeting the requirements of Section 632 and the MUTeD. 4~ Channelization devices meeting the standards of the MUTCD and Subsection 150.05. 5. Precast concrete barrier meeting the requirements of Section 622. 6. Temporary traffic signals meeting the requirements of Section 647. 7. Pavement marking materials complying with Subsection 150.04.A. B. LANE CLOSURES: 1. All lane closures shall ha~e_pric>r. approval of the Engineer. Lane closures-that-require same -ciiieCtion tratnclo be split around the Work Area will not be approved for roadways with posted ' speeds of 35 mph or greater, excluding turn lanes. 2. Ozi multilane highways where traffic has been shifted to the inside lanes for overnight use, the entrance and exit ramps shall have channelization devices placed on both s}des of the ramp. The c~,~~lBR2!.~ramp taper length shall be greater than, or equal to,the existing taperlength. Interim ~EXIT gorfi' signs shall be placed at the ramp divergence. Charinelization device spacing in the first 100 feet of the temporary gore shall be 25 feet. 3. Termination Area: The transition to normal or full width highway at the end of a lane closure shall be a maximum of 150 feet. I I I I I 4, To provide !:.be 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, C. TRAFFIC PACING METHOD: . 1. PACING OF TRAFFIC: With prior approval from the Engineer, traffic may be paced allowing the ,Contractor up to'ten (10) minutes maximum to work in or above all lanes of traffic for the following purposes: ' a. Placing bridge members or other bridge work. b. Placing overhead sign structures. c. Other work items requiring interruption of traffic. I I The Contractor shall provide a unifonned police officer with patrol vehicle and blue flashing light for each direction ofpacing. 'l'he,police officer, Engineer, and f1aggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. TC-.s- I I I I I I. I: I -.--~ I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA When ready to start the work activitY, the police vehicle will pull into the travel lanes and act as a pilot vehicle slowing the traffic thereby providing a gap in traffic allowing the Contractor to perform the Work. Anyon-ramps between the pace and the work area shall be blocked during pacing of traffic, with a flagger properly dressed and equipped with a Stop/Slow paddl e. 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 imd 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 Detail150.A). Ap6rtable 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 orremoveci. W-special~~arereflectorizedblack on orange, Series '~C" letters-and border of the size ~- - --ipecmed.- . /c-c I I I I I I I I I ~-.-I-- _. I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA T ~ ~. ru.S/{ I *' LI eHl [Jj nun' I C S J Of: 1 P WoItG IN ',~. Baa:A 3. A.IoD I LIS $JP 111.5- .,- 71- ....,u [FJ ~~ ~ ~ ~ 10- t. SZ" '/'0" ~~(Q)I~~ 15 "j. ,(2" 'j-15 .~~~~~ - .~~-~---~-- ~~@fPJ]..~g~fAJ W 1"5PI. . St' j,.s,!-- · n' '0 . ." Sl:A. -C- 12" 12" SEA. -C" " 1,- t.l- SER. 'C" " 1Z- 12- SU. 'C' ~- ., ,- I-Sl'tc I AL S J ~ lTt~ 1"0$1 ~T(O) S J CH SH.4L l H" V'[ It. AO; L E c;( I() AJoI). IJCRt)( R 0( orwa REFLECTOR lIED aACKCROJHD DETAIL 150-A D. The Contractor's trucks and other vehicles shall travel in the direction of normal roadway traffic unless separated by a'positive barrier, or when construction activity necessitates otherwise, and shall not reverse direction except at intersections, interchanges, or approved temporary crossings. E. The Contractor shall ensure that dust, mud, and other debris from construction activities do not interfere with normal traffic operations or adjacent properties. . . . F. Existing street lighting shall remain lighted as long as practical and until removal is approved by the Engineer. G: Adequate temporary lighting shall be provided at all nighttime work sites where workers will be immediately adjacent to traffic. B. For their own protection, workers in or adjacent to traffic during nighttime operation shall wear reflectorized vests. /2:'-7 H.,I__. I I I I I I I I I DEPARTMENT OF TRANSPORTATION' . STATE OF GEORGIA 1. The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to traffic is prohibited. J. The Worksite Traffic Control Supervisor (WTCS) shall monitor the w:ork to ensure that all the rocks, . boulders, con.struction debris, stockpiled materials, eq~ipment, tools and other potent~al hazards are kept clear of the travel way. These items shall be stored in a location, in so far as practical, where they will not be subject to a vehicle running off the road and striking them. K All existing pedestrian walkways shall b~ maintained. Whenever changes to the worksite necessitate changes to existing walkways,temporary walkways shall be provided and maintained, with appropriate signs as necessary, to allow safe passage ofpedestriaiJ. traffic. 150.03 SJGNS: A When required for proper traffic control during con.structionofthe project, all existing guide, warning, and regulatory signs shall be maintained by the Contractor in. accordance with these Specifications. Existing street name signs shall be maintained at street intersections. All existing illuminated signs shall remain lighted and be maintained by the Contractor. B. When not in use, all inappropriate traffic signs or portion.s thereof shall be removed, placed or covered so as not to be visible to traffic. All con.stiuction warning signs shall be removed wi thin seven calendar da}'~~atter time charges are stopped or' pay items are complete.-Subsequentpunch;;;lisror~other workH to be performed shall be accomplished utilizing temporary construction warning signs that shall be removed daily. . C. 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 as . directed by the ~ngineer,and become the property of the'Depa:rtiii:erit Urilessotherwise specified in th'e contract documents. . D. Interim guide, warning, o~ regulatory signs required to direct traffic shall be furnished, installed, reused and maintained by the Contractor in accordance with the MUTCD, the Plans, Special Provisions, or as directed by the Engineer. These signs shall remain the property of the Contractor. The bottom of all interim signs shall beat least seven feet above the level of pavement edge. E. Existing special guide signs on the Project shall be maintained until conditions require a change in lOcation or legend content. When change is required, existing signs shall be modified and continued in use if the required modification can be made within existing sign borders using design requirements Oegend, letter size, spacing, border, etc.) equal to that 'of the existing signs, or of Subsection lS0.03.E:S. 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 Oegend) 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. 3, INTERIM OVERHEAD GillDE SIGN STRUCTURES: Interim overhead special guide sign structures are not required to be lighted unless specifically required by the Plans. Iflighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the Power Company at least thirty (30) days prior to desiring connection to the power source. ' , -rC-8 I I I I I I I I --_.~ - I -..1. I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 4. The installation of new permanent special guide signs and the permanent modification or resetting of existing special guide signs, when included in the contract, shall be accomplished as soon as practical to minimize the use of interim special. guide signs. If lighting is required by the Plans, all new permanent overhead special guide signs shall be lighted as soon as erected. 5. Interim special guide signs that may be required in addition to, or a replacement for, existing expressway and freeway (interstate) signs must be designed and fabricated in compliance with the minimum requirements for guide signing contained in Part 2E "Guide Signs Expressways" and Part 2F "Guide Signs Freeways" of the MUTCD, except that the minimum size of all letters and numerals in the names of places, streets and highways on all sigris 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-nuri:leral routes, respectively. Additionally, the exit road name or route shield shall be placed on the exit gore sign. F. MATERIALS - INTERIM SIGNS: 1. POSTS - Posts for all interim signs shall meet the requirements of Section 911 except that green or silver paint may be used in lieu of galvanization for steel posts or structural shape posts. Wood posts are not required to be pressure treated. 2. SIGN BLANKS AND PANELS -All sign blanks and panels shall conform w Section 912 of the . Specifica99~ex:c:eptJhat blanks and panels may be ferrous based or other metaIalloys;-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 w be incorporated into the work. Signs shall be paii1tedto prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be permitted. n_ _=~--:~.'.:.~: _ -=.. ~.::.__ n.:.~C--: ..: ,-- G. All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance distance in compliance with the MUTCD. Limbs, brush, construction equipment and materials shall be kept clear of the driver's line of sight to the signs. H. Advance waming signs shall be placed ahead of construction in accordance with Part VI of the MUTeD and shall include a series of at least three advance road construction (W20-l) signs placed . atthe termini of the project.. The series shall have the legend ROAD WORK (1500FEET, 1000 FEET, AND 500 FEET.) In addition to the above, multi-lane divided highways shall also have the legend . ROAD WORK (2 MILES, 1 MILE, AND 1/2 MILE.) On-ramps and at grade intersecting roadways shall be signed with a minimum of one ROAD WORKAHEADsign. . All construction warning signs shall have two 18 inch x 18 inch fluorescent red~orange or orange-red warning flags mounted on each including the project construction signs (G20-1 and G20-2A.) Project mileage indicated on the G20-1 sign shall be the actual project mileage rOunded up to the nearest whole mile. AJ] construction warning signs on divided highways shall be double indicated (i.e~, on the left and right sides of the roadway.) . . 1. The sequential or flashing arrow panels shall bepJaced 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. J. The portable changeable message sign, when specified, shall be placed ahead of construction activities and shall meet the requirements of Section 632 and the MUTCD. "/c- '7 I I I I I I I I I .-1 -- I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA . KThe 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 iristalled in accordance with the requirements of Section 647. 150.04 PAVEMENT MARKINGS A. Generally, full pattern pavement markings in accordance with Section 652 and in conformance with Section 3A and 3B,except 3B-3 and 3B-S, of the MUTCDare required on al,l courses before the roadway is opened to traffic. No passing zones shall be marked to ccinform to Section 150.04 E.-- During construction and maintenance activities on all highways open to traffic, both existing markirigs and markings applied under this Section shall be fulJy maintained until Final Acceptance. If the pavement markings are, or become, UIfSatisfactory in the judgement of the Engineer due to wear, weathering, or construction activities, they shall be restored immediately. On resurfacing projects pavement markings sh.all be provided on all surfaces that are placed over existing markings. On widening and reconstruction projects (where the lane configuration is altered from the pre-construction layout) pavement markings will be as required by the Plans or the Engineer. On new 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 and shall conforrii to the requirements of Section 652, except as modified herein. Raised pavement markers (RPMs~h.a11.B1e__et the requirements of Section 654._Markings on the fInal--surface course u'-~------Which must be removed shall be a removable type. The Contractor wilLbe 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. reflectorizingonly a portion of a stripe) will not be allowed. C._YSAGE: The Contractor shall sequence the workin such-amanner.as:toallow the installation of markings in thermal fans'cc)i1flgl.i"ration at the earliest possible stage. . Inappropriate or conflicting existing pavement markings shall be removed. When shifting of traffic necessitates removal of centerline, lane lines, or edge lines, all such 1 ines shall be removed prior to; during, or in:imediately after any change so as to presentthe least interference with traffic. Before any change in traffic lane(s) alignment, marking removal equipment shall be present on the project for immediate use. If marking removal equipment failures occur, the equipment shall be repaired or replaced (including leasing equipment if necessary), ,so" that the removal can be accomplished without delay. Except for the final surfac~, 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, On]y the minimum asphaltic concrete thickness required to cover lines (generally 60 lbJsq. yd. of Asphaltic Concrete "H") 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 656.02. The elimination of conflicting pavement markings by overpainting with paint or liquid asphalt is not acceptable. D.Raised pavement markers (RPMs) are required as listed below for all asphaltic concrete pavements before the roadway is open to traffic. When Portland Cement Concrete is an intermediate or fmal surface and is open to traffic, one calendar day is allowed for cleaning and drying before the installation of RPMs is required. TC-/eJ l I I I I I I I I I I. .' ,_'c. : - - _0 ::-_ ___~ __ u_ "_.~__.. __,.. I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 1. On Interstate and limited access highways under construction, excluding projects consisting primarily of asphalt resurfacing items, retro-reflective raised pavement markers CRPMs) shall be placed and/or maintained on intermediate pavement surfaces opened to traffic as follows: . a. SUPPLEMENTING ~ LINES: 80 foot centers on skip lines with curvature less than three degrees. (Includes tangents.) 40 foot centers on solid lines and all lines with curvature between three degrees and six degrees. 20 foot centers on curves over six degrees. 20 foot centers on lane transitions "r shifts. b. SUPPLEMENTING RAMP GORE LINES: 20 foot centers, two each, placed side by side. c. . OTHER LINES: . _~_~ As shown on.the.plans or directed by the Engineer.- 2. On other highways under construction RPMs shall be used and/or maintained on intermediate pavement sUTIaces as follows.: a. SUPPLEMENTING LANE LINES AND SOLID LINES;'"""" 40 foot centers except on lane shifts. C\Vhen required in the Plans or Contract.) . . 20 foot centers on lane shifts. (Required in all cases.) b. SUPPLEMENTING DOUBLE SOLID LINES: 40 foot centers (one each beside each line) except on lane shifts.CWhen required in the Plans. or Contract.) 20 foot centers on lane shifts. (Required in all cases.) RPMs are llQ.t allowed on right edge lines. E. EXCEfTIONS 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: AIl interiIn skip (broken) stripe shall conform to Section 652 except that stripes shall be at least four feet long with a maximum gap of 36 feet. On cUrves greater than six degrees, a two-foot stripe with a maximum gap of 18 feet shall be used. In lane shift areas skip lines will not be allowed, Solid Lines will be required. Interim skip lines will be permitted for a period not to exceed 14 calendar days. Interim skip lines must he replaced with markings in full .compliance with Section 652 prior to expiration of the 14 calendar day period. . .-;r-c-// I I I I I. If ; Ii - I! I I I I I I I I I '1 I DEPARTMENT OF TRANSPORTATION 'STATE OF GEORGIA Interim raised pavement markers may be substituted for the interim skip (broken) stnpes. Ifraised pavement markers are substituted for the four foot interim skip stripe, four markers spaced at equal intervals over a four feet distance will be required. No separate payment will be made if the interim raisedpavement 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 mUst be approved by the Office of Materials and Research but in no case will the markers be attached by the use of nails. The interim raised pavement markers must be maintained until the full pattempavemeht markings are applied. At the time full pattern pavement markings are a.pplied the interim raised markers shall be removed in a manner that will not interfere wi th application of the full pattern pavement markings.' ' b. NO PASSING BARRIER: On two-lane, two-way' roadways for periods not to exceed three calendar days where skip centerlines are in place, no-passing zones may be identified by using post or portable mounted DO NOT PASS regulatory signs (R4-1 24" x 30") at the beginning and at intervals not to exceed 1/2 mile within each no-passing zone. A post or portable mounted PASS-WITH CARE regu]atorysign(R4-l-24" x30"}-shalI'beplacedatthe end of each no-passing zone. Post mounted signs shall be placed in accordance with the MUTeD. Portable signs must have a minimum vertical height of three feet above the pavement surface to the bottom of the sign and be secured in such a manner as to not be easily blown over or misaligned. . c. " EDGELINES: (1) Bituminous Surface Treatment Paving: Edgelines will not be required on intermediate surfaces (including asphaltic concrete leveling for bitumiDous surface treatment paving) that . are in use for a period ofless than 60 calendar days except at bridge approaches, on lane transitions,lane shifts, and in such other areas as determined by the Engineer. On the final surface, edgelines must be placed within 30 calendar days of the time that the final surface was placed. (2) All Other Types of Pavement: Edgelines will not be required on intermediate surfaces that are in use for a period of iess 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 must be placed within 14 calendar days of the time that the surface was 'placed. . d. MISCELLANEOUS PAVEMENT MARKINGS: School zones, railroads, stopbars, symbols, words and other similar markings shall be placed on final surfaces conforming tD Section 652 within 14 calendar days of completion of the final surface. On intermediate surfaces these markings will generallynot be required unless specified by the Engineer because of special con,ditions or when the intermediate surface will be in use for more than 45 calendar ~ays. 2. MULTI-LANE HIGHWAYS- WITH NO PAVED SHOULDER(S) OR PAVED SHOULDER(S) FOUR FEET OR LESS . . . a. UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN !.t\NE) (1) Centerlines and No-Passing Barrier - Full pattern centerlines and no-passing barriers shall be restored before nightfall. . . . /c-/z I I I I I I I I -~-~- I I I I I I I I I. I I DEPARTMENT OF TRANSPORTATION , STATE OF GEORGIA (2) Lanelines - Interim skip (broken) stripe as described in Subsection 150.04.E.l.a. may be used for periods not to exceed three calendar days. . (3) Edgelines - Edgelines shall be placed on inte~ediate and final surfaces within three calendar days of obliteration. .. b. DIVIDED HIGHWAYS (GRASS OR RAISED MEDIAN) (1) Lanelines - Full pattern skip stnpe shall be restored before nightfall. (2) CenterlineJEdgeline ~ Solid lines shall be placed on intermediate and final surfaces within three calendar days of obliteration. c. Miscellaneous Pavement Markings Same as Subseetion l50.04.E.l.d. 3. LIMITED ACCESS ROADWAYS AND ROADWAYS WITH PAVED SHOULDERS GREATER . . THAN FOUR FEET a. Same as Subsection 150.04.E.2. except as noted in (b) below. . b. EDGELINES ~ . -(I)-Asphaltic Concrete- Pavement - Edgelmes shaln;;; placedon intermediate and fmal .surfaces prior to opening to traffic'. (2) Portland Cement Concrete Pavement - Edgelines shall be placed on anysurface open to traffic no later than' one calendar day after work is completed on a section of roadway. All water and residue shal] be removed prior to daily striping..c'=C'":..",::-:.. Oou.. _ F. APPLICATION OF PAVEMENT MARKINGS: The Contractor shall furnish layout, clean as necessary, and preline the surface for the placement of pavement markfugs applied under this Section. All existing marking tape on final surfaces shall be removed prior to placement of final markings. Pavement markings shall re-establish No-Passing Zones in the locations and configuration that existed prior to construction. Existing No-Passing Zones shall be clearly idEmtified as to location prior to construction by staking or erection of DO NOT PASS and PASS WITH CARE signs. On new locationprojects and on projects where either horizontal or vertical alignments have been modified, . the location of No-PasSing Zones will be identified by the Engineer. G. MOBILE OPERATIONS: When pavement markings (centerlines, lane lines,and edge lines) are applied in a continuous operation by moving vehicles and equipment, the following minimum equipment and warning devices shall be required in addition to the requirements of the MUTeD: 1. A lead vehicle is required for two-way traffic conditions and shall have an approved sequential or flashing arrow panel mounted so as to be easily visible to oncoming traffic. A lead vehicle is not required for low volume off-system routes and one-way traffic applications. 2. The work vehicle applying markings shall have i sequential or flashing arrow panel mounted on the rear. If the work vehicle is also functioning as the lead vehicle then an approved arrow panel shalJ be mounted so as to be easily visible to oncoming traffic. The .work vehicle shall follow directly behind the lead vehicle. 3. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. The cone work vehicle shall have a s~quentia1 or flashing arrow panel mounted on the rear.' . -/"'C-/3 I I I I I I I I I I....... ..... . . ~ ~ - ~ .-" .;: ~_.; ...::...'.....;.. i "--'-'---0. '-.-. . I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 4. For multi-lane roadways a proteCtion vehicle shall follow the above vehicles and the protection vehicle shall also display a prominent sign with the legend PASS ON LEFT (RIGHT). On interstate and limited access roadways, the protection vehicle shall be equipped with a truck mounted attenuator (TMA)that is certified for impacts not less than 45 mph in accordance with NCHRP 230. . 5. All vehicles shall be equipped with the official slow moving vehicle symbol sign and left and right- side rear mounted flashing yellow lights.--" - '-.. 150.05 CHANNELIZATION A GENERAL: Channelization should clearly delineate the travel way through the work zone and alert drivers and pedestrians to conditions created by work activities ill or near the travelway. Channelization shall be done in accbrdance with the plans and specifications, the MUTCD, and the follOwing requirements. .. 1. Types of Devices Permitted for Channelization in Construction Work Zones: a DRUMS: (1) DESIGN: Drums shall meet the minimum requirement of the MUTCD and shall be ___1_eflectorized as required in-.Subsection-i50~Ol--;C~----.--' -- -- ~ (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. (a) TRANSITION TAPERS AND LANE CLOSURES: Drums _shaJI be used on all transition tapers. The minimum length o(the appro3.ch.tra:nSition taper for a lane closure, shift; or encroaclunent for highways with posted speed of 45 mph or greater shall be equal to the lane width of lateral shift (Ft.) x the posted speed limit (Mph), (L = WS), but not less than 150 feet. For multiple lane closures, only one lane may be closed per taper with a JJiinimum tangent length of 2L between tapers. The length of a closed lane, excluding the transition taper, will be limited to two mile, unless otherwise approved or directed by the Engineer. Drums shall be placed the fulllengtb of the taper spaced at maximum intervals in feet equal to the numerical speed limit (EXAMPLE: 55 Mph Speed Limit = 55 feet maximum spacing). For taper lengths on urban, residential or other streets where the posted sp~ed is 40 mph or less, the minimum length of the approach transition taper may be computed using the formula L = WS2 160. Greater taper length shall be used when required for individual situations. . Drums with steady burning lights, for the length of the taper only, are required if the condition exists into the night. (b) LONGITUDINAL CHANNELIZATION: Drums shall be spaced as listed below for various roadsIde work conditions except as modified by Subsection 150.06. Spacing shall be used for situations meeting any of the conditions listed as follows: (1) 50 FOOT SPACING MAXIMUM: (a) For difference in elevation exceeding two inches. (b) For healed sections no steeper than 4:1 as shown in Subsection 150.06 Detail 150-E.. . , -r-/'- /4 I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA (2) 100 FOOT SPACING MAXIMUM: (a) For difference in elevation of two inches or less, (b) Flush areas where equipment or workers are within ten feet of the travel lane. (3) 200 FOOT SPACING MAXIMUM: Where equipment or workers are more than. ten feet from travel lane. Lateral offset clearance to be four feet from the travel lane. (a) For paved areas eight feet or greater in width that are paved flush with a standard width travel lane. (b) For disturbed shoulder areas not completed to typical section that are flush to the travel Ian:. and considered a usable shoulder. When the appropriate signs are posted advising of conditions such as soft or low shoulder, drums may be removed after shoulders are completed to typical section and grassed and after guardrail or other safety devices have been installed. I b. VERTICAL PANELS: . . --------------- ~__(1) DESIGN: A1Lvertica1 panels shall-have a minimum of-270square inches of retro;reflective- -~- area facing the traffic and shall meet the requirements of the MUTCD. I In I I I I I I I I I (2) APPLICATION: Lane encroachment by the drum on the travel way should permit a remair)ing lane width of ten feet. When encroachment reduces the travel way to I ess than ten feet, vertical panels shall be used to restore the travelway to ten feet or greater. No other application of vertical panels Will be permitted. - - c. CONES: (1) DESIGN: All cones shall be a minimum of28 inches, in height regardless of application and shall meet the requirement of the MUTCD. (2) APPLI CATION: 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. d. BARRICADES: (1) DESIGN: The use of Type I and Type II barricades will not be permitted. Type III barricades shall meet the minimum requirements of the MUTeD and shall be reflectorized as required in Subsection 150.01.C. . (2) APPLICATION: Type III barricades shall be placed as required by the plans, the Standards, and as directed by the Engineer. e. WARNING LI GHTS: (1) DESIGN: All warning lights shall meet the requirements of the MUTeD. (2) APPLICATI01\T:. (a) Typ'e 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 adv'ance warning signs in Subsection IS0.03.H. . /C'~/5 I I I I I I I I I .-.1 .---- -- I I I I I I I I I . DEP ARTMBNT OF TRANSPORTATION STATE OF GEORGIA (b) Type C Steady-Burn lights shall be usedon all tapers when the condition e:risU into the night. Steady-burn lights shall also be used as shown in the Plans, the StandardS, and as directed by the Engineer. f. PORTABLE BARRIERS: (1) DESIGN: Portable Barriers shall meet the requirements of Section 622 - PRECAST CONCRETE BARRIER. (2) APPLICATION: Portable Barriers shall be placed as required by the plans. standards, and as directed by the Engineer. When Portable Barrier is located 20 feet or less from a travel lane, yellow reflectors shall be fixed to the top of the barrier at intervals' not greater than 50 feet and shall he mounted approximately two inches above the barrier. The reflectors shall be either 10" x 10" square Type V (or equal) reflective sheeting mounted on flat-sheet panels, or 8" diameter center-mounted sealed prismatic reflex reflectors housed in an aluminum backing with a single grommeted hole. Approach end of Portable Barrier shall be flared or protected by an impact attenuator (crash cushion) or other approved treatment in accordance with Georgia Standard 4960, Construction Details and Standard Specifications. _On iIlterstate~ocother. controIl ed .access highways-where lane. s)::lifts-or-crossovers callS e--:"-~n opposing traffic to be separated by less than 40 ft., precast concrete barrier shall be used as a separator. B. TEMPORARY SAND LOADED A'ITENUATOR MODULES -'. . .n.~I.~..DESQR.rPTION:'I'hisworkconsistsofthe furnishing, installation, maintenance, relocation, reuse .~-~~ ._n.~-r~--_.-a.s-requhe((and removal of Temporary Sand Loaded Attenuator Modules for traffic impact attenuators. 2. MATERIALS: Materials uSed in the Attenuator shall meet the requirements of Subsection 648.02 for Type 2 Sand Loaded Modules - Cylindrical Drums or Type 2-A Sand Loaded Modules _ Stabilizer Drums with Wine Glass shaped Inner Containers. 3. CONSTRUCTION: Temporary Sand Loaded Attenuator Module installation shall conform to the requirements of Subsection 648.03, Manufacturer's recommendations, and Georgia Standard 4960 and shall be installed at locations designated by the Engineer. C. PORTABLE IMPACT ATTENUATORS: 1. DESCRIPTION: This work consists of the furnishing (including spare parts), installation, maintenance, relocation, reuse as required, and removal of Portable Impact AttenuatOrs. 2.. MATERIALS: Materials used in the Attenuator shall meet the requirements of Section 650 for Type A Portable Impact Attenuators. 3. CONSTRUCTION: Portable Impact Attenuator installationshall conform to the requirements of Subsection 650.03,Manufacturer's recommendations, and Georgia Standard 4960 and shall be installed at locations designated by the Engineer, and/or shoWn on the plans. D. TEMPORARY GUARDRAIL ANCHORAGE-Tyryl'\n: 1. DESCRIPTION: This work consists of the furnishing, installation, maintenance and removal of Temporary Guardrail Anchorage - Type 11 used for Portable Barrier or temporary guardrail end . treatment.' . /c-/? A. STONE BASES, SOIL AGGREGATE BASES, AND SOIL BASES: Drop-offs in el evation of more than . two inches between surfaces carrying, or adjacent to, traffic will not be allowed for more than 24 I hours. However, where the Contractor has demonstrated the ability to continuously excavate and~ - ~~ :i;:-.~..~:;;;;'::::-,,-:::;:"'::C-'::' ~a~lpni~:ap~oficien.t.Illann.er" a single 1 ength of excil'vated areanoCtO exc-eedTOOO feet may be.left . open as a start up area for penods not to exceed 48 hours. . I I I I I I I: I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA =- 2. MATERIALS: Materials used in the Temporary Guardrail Anchorage - 'I'jpe 11 shall meet the requirements of Subsection 641.02 of the Standard Specifications and current Georgia Standards and may be new or used. Materials salvaged from the Project which meet the requirements of Standards may be utilized if available. The use of any salvaged materials will require prior approval of the Engineer. 3. CONSTRUCTION: Installation of the Temporary Guardrail Anchorage - Type 11 shall conform to the requirements of the Plans, current Georgia Standards and Subsection 641.03 of the Standard Specifications. Installation shall also include sufficient additional guardrail and appurtenances to effect the transition and connection to Temporary Concrete Barrier as required by the details in Georgia Standard 4960. 150.06 EXCAVATION ADJACENT TO A TRAVEL LANE: Construction work involving trenching adjacent to a travel way shall not begin until ~he Contractor is able to continuously place the required typical section to within two inches of the existing pavement ~levation, or heal the remaining difference in elevation to the traveled way as shown in Detail ISO-E. Channelization devices and placement during the construction period shall conform to the requirements of Subsection 150.05 and Details l50-B, 150-C, 150-D, and 150-E shown herein. In addition to the signs specified in Section 150 and the MUTeD, a W-20 sign With the legend "(LEFI') ------~jBIGI1T)J...ANENARROWS"-withtwof1ags shall be-kept just off the paving edge anc:l.-500feetupstr-eam of the point where channelization devices are erected on the paVing edge. B, ASPHALT BASESIBINDERS: Drop-offs in elevation of more than two inches between surfaces carrying or adjacent to traffic will not be allowed for more than 48 hours. C. PORTLAND CEMENT CONCRETE AND CEMENT STABILIZED BAsES: conStruction work adjacent to the traveled way which involves these types of bases shall be healed within 48 hours after the curing period is complete for each section placed. During the placement period, traffic control devices will be in accordance with Subsection 150.05 and Detail150-B. D. MISCELLANEOUS EXCAVATIONS OR DROP-OFFS ADJACENT TO TRAVELWAY:Worksuch as drainage structures, utility facilities, or any other work which results in a drop-off adjacent to the travelway shall be performed expeditiously so as to minimize the exposure to the hazard. As soon as practical, the excavation shall be backfilled to the minimum requirements ofDetail150-E. In no case will the drop-offbe allowed to exist more than five calendar days. This may require stage construction, such as plating and backfilling the incomplete work. . -rc- /7 I I I I I I. I I I .. -- ----.-- - I I I I I I. I. I I 1( 1( DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA NOTE. Drums reQUIred for thIs 10cotlOn,spoced ot' 50 FT.lntervols. If the troveled woy wIdth Is reduced to leS5 thon /0 feet by' the use of drums. vertlcol ponela sholl be used In neu of drums. Locotlon of drums when drop-off exceeds ~ Inche~ ----------"1.. ---_...:_-------\ t . NEW CONSTRUCTION +..' TRAVEL LANE .~ DROP-OFF GREATER THAN 4 INCHES DETAIL 150-8 Drums spoced ot 50 feet Intervols. Locotlon of drums when drop-off Is 2+ Inches to ~ Inches. _1:,~~-:-_____~. -----------\ t NEW CONSTRUCTION ~( TRAVEL LANE' ~ DROP-OFF OF' 2 + INCHES TO 4 INCHES DET AIL 150-C -rc-/? NO STEEPER THAN 4:1 2 ft. +/- ~ ---------~\ ----------- . -( t NEW CONSTRUCTION + TRAVEL LANE b HEALED SECTION DET AIL 150-E I I. I I I I I, I I I I I I I I. I I I I Drums spocad ot 10.0. feet Interva/a. < t Compacted oroded aooreoote.$Ubbose materIal or dl,-t. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA LocatIon of dnSTI5 when drop-off la Z Inches or less.. ~ft ~/- ______\ -----------\ NEW CONSTRUCTION + .~ TRAVEL LANE DROP-OFF OF 2 INCHES. OR LESS DETAIL 150-D LocatIon of drums ImmedIately ofter completion of healed sectIon. spaced at 50. ft. Intervals. . TCP CF DRUM TO. BE LEVEL TC'- /t I I I I I I I I ~~-~- I --..1........ "::c. .,.:....~--.:.-:"- ~_ .__ I I I I I I' I I I ~ . DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 150.07 FLAGGING AND PILOT CARS: A FJaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. . '. B. All flaggers shall meet the requirements of the MUTCD 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 ':SU$p en ding work involving the flagger(s) until the Contractor provides the certified flaggerCs). . C. Flaggers shall wear high-visibiIityclothing in compliarice with the MUTCD and shall use a Stop/Slow paddle meeting the requirements of the MUTCD forcontrolling traffic. The Stop/Slow paddles shall have a shaft length of seven (7) feet minimum. In addition to the Stop/Slow paddle, a flagger may USe a 24 inches square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. , D. Pilot vehicles shall be provided if specified in the Plans or Specifications and meet the requirements ofthe MUTCD. E. Signs for flagg~r traffic control shall he placed in advance of the flagging operation in accordance with the MUTeD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the flagger shall.heplaced beyond the point where traffic can reasonably be -expected to stop.tinder the-most severe. conditions for that day's work. 150.08 ENFORCEMENT: The safe passage of pedestrians and traffic-through arid 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 Contractorto comply with the requirements ofSectlon 150 (TRAFFIC CONTROL) will result in non-refundable deductions of monies from th-e'C6ntract as shown ::ffi this-Subsectionfor non"performance of Work. - Failure of the Contractor to comply with this Specification shall be reason for the Engineer suspending all other work on t~e Project, except erosion control and traffic control, taking corrective action as specified in Subsection 105.15, and/or withholding payment of monies due the Contractor for any work on the Project until traffic control deficiencies are corrected. These other actions shall be in addition to the deductions for non-performance of traffic control. . TC-Z 0 I I I I I I I I ---~ --_. I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC CONTROL INSTALLATION AND/OR MAINTENANCE r ORIGINAL TOTAL CONTRACT AMOUNT I I , From More Than To and Including- Daily Charg-e ~- - - -- - ~u__ $0 $100,000 $100 100,000 1,000,000 250 1,000,000 5,000,000 . 500 5,000,000 20,000,000 750 . 20,000,000 40,000,000 1,000 40,000,000 - 1,500 150.09 MEASUREMENT: When th e first Construction Report is submitted, a payment of 25 (twenty-five)percent of the Lump Slim price will be made. For each progress payment thereafter, the total of the Project I. '. . . p.ercent complete shown onthe last pay statement plus 2? (twemty-five) percent wil. . 1 be paid (le~s c'. . -........ --.. previous payments), not to'exceedone hundred (100) perc'eiif-aJi"d sUDject to normal retainage. .z;-::.: :,j.~-"-:'-"-~-""'-":.~::'.ic..,~_~_~________._._.~......._.. . . - . When no payment. item for Traffic Control-Lump Sum is shown in the Proposal, all. of the requirements of Section 150 and the Traffic Control Plan shall be in full force and effect. The cost of complying with these requirements will not be paid for separately, but shall be included in- the overall bid submittal. . A. _TBAFFIQ CONTROL: When listed as a pay item inthe-Proposal;paymenfWill be maCe at the Lump ---- Sum price bid, which will include all traffic control not paid for separately, and will be paid as follows: I I. I I I I I I I. B. SIGNS: When shown as a pay item in the contract, interim special guide siglls :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 ~pports 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 regardl ess 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 remonnting as required. -rc-c/ I I I I I I I' I I ~~I~.c~ I I I. I I I I I I 'DEPARTM:ENT OF TRANSPORTATION STATE OF GEORGIA C. PRECAST MEDIAN BARRIER: Precast Median Barrier will be measured as specified in Sectio'n 622. D. CHANGEABLE MESSAGE SIGN, PORTABLE: Changeable Message Sign,Portable will be measured as specified in Section 632. E. TEMPORARY GUARDRAIL ANCHORAGE, Type 11: Temporary Guardrail Anchorage _ Type 11 will be measured by each assembly, complete in place and accepted according to the details shown in the plans, which shall also include the additional guardrail and appurtenances necessary for transition and cOnDection 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. TEMPORARY, SAND LOADED ATTENUATOR MODULES: Each Sand Loaded Attenuator Module of the type specified includes all material components, hardware, incidentals, labor, site preparation and maintenance. Each modUle will be measured for payment by the drum only once regardless of the number oflocations installed. Modules to replace those damaged or destroyed by traffic impact will. also be measured by the uni~Joi payment. Upon completionof-the-project,-the.modulesshall be-~~- -~removedandre-tamed by the Contractor. 1. PORTABLE IMPACT ATTENUATORS: Each Portable Impact Attenuator will be meaSured by the unit which shall include all material components, hardware, incidentals, labor, site preparation, and maintenance, includrng spare parts recommended by the manufacture for repairing minor accident damage. Each unit will be measured only once regardless ofthe-nllhber-oflocations]nstalled, moves _-C' ~-.,,:creqUireci;'or'fiumbei'of repairs necessary because of traffic damage. Upon completion of the project, . . the units shall be removed and retained by the Contractor. J. PA VEMENT MARKINGS: Pavement markings will be measured as specified in Section 150. 150.10 PAYMENT: When shown in the Schedule ofItems in the Proposal, the following items will be paid for separately. Item No. 150. Traffic Control. . . . . . . . . . . " . . . . . . . . . . . . . . .. . . . . . .'. . . . . . . . : . . . . . . . . LUmp Suni Item No.ISO. Traffic Control, Solid :r'raffic Stripe _ Inch, (Color) ............. per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe_ Inch, (Oolor) .............. per Linear Mile Item No. 150. Traffic Control, Solid Traffic Stripe, Thermoplastic Inch, (Color) .................-.......... per Linear Mile Item No. 150. TrafficControl, Skip Traffic St:ope, Thermoplastic Inch, (Color) . . . . . . . . . . . . . . . . . . . . .. . . . ~ . per LinearMiIe Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors ........... . . . . .. per Each Item No, 150. TrafficControl, 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 7D--Z Z I I I I I I I I I I-~.- I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 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, Temporary Sand Loaded Attenuator Modules ............ per Each Item No. 150. Traffic Control, Portable Impact Attenuator . .. .. : . . . . " .. . . . . . . . . . . . . " Per Each Item No. 150. Traffic Control, Pavement Markers, Words and Symbols. '. . . . . . . . " pe~ Square Foot Item No. 150. Traffic Control, Pavement Arrow (Painted) With Raised Reflectors. . . . . . " per Each Item No. 150.. Modify Spec' 1.1 Guide S{gn, Ground Mount. . . . . . . . . . . . . . . .. . . . . . :. per Square Foot Item No. 150. Modify Special Guide Sign, Overhead. . . . . . . '" . . . . . . . . . . . . . . . " per Square Foot Item No. 622. Precast Concrete Median Barrier. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . per Linear Foot Item No. 632. Ohangeable Message Sign, Portable .................................. perEach - ____._I.tem.No. 641~eIIlPorary Guardrail Anchorage, Type~ll-~'-;-;-. ~;-:-:~... .. :... . . . ..~ per Each Item No. 647. Traffic Signal Installation, Temp. . . . . . " . .. . . . . . . . . . . . . . . . . . . . . . . . . : Lump Sum Item No. 647. Flashing Beacon Assembly, Structure Mounted. . . . . . . . . . " . " . . . . . . " " per Each I Item No. 647. Flashing Beacon Assembly, Cable Supported::-:;;::T.::.~;~;. " .. . --.J'"~--"'-~i.+-....L ~~"-,~.;. ~ . _ . per Each 7C--Z .3 I I I I I I I I I I. I I I I I I I I I Section 167-- Water Quality ~onitoring Page 1 of 4 . Date: August 26, 2002 First Use Date 2001 Specifications: November 1,2002 Revised: January 16,2003 Revised: August !, 2003 Revised Apri!!, 2004 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 167-Water Quality Monitoring Add the following: 167.1 General Descrip'tion 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 defmed as persons who have successfully completed the Department's WECS Certification Course arid maintain a current WECS certification card. 167.1.02 Related References A. Standard Specifications Section l61-Control of Soil Erosion and Sedimentation B. Referenced Documents NPDES Infrastructure Permit No. GAR 100002, Part IV WECS Certification Course Environmental Protection Division~ 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 thTough 150. 167.2.01 Delivery, Storage, and Handling General Provisions 101 through 150. 167.3 Construction Requirements 167.3.01 Personnel Use qualified personnelto perform all monitoring, sampling, inspections, and rainfall data collection. Usethe Contractor designated WECS or select a prequalified consultant from the Qualified Consultant List CQCL) to perfonn 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 -- -::.::- .:'-':---'--~'_' .",.:.~;;,==~,- _.,=:'~.:_ ~.-o: --..;..~.,.,._-~.~.,.- va-/ nttn:/ltomcat2.dot.state. !:!a.us/thesource/odfi'soecial orovisions/shelf/sp 167 .html 7/30/2004 . I I I I I I I I I I I I I' I I I I I I Section 167 -- Water Quality Monitoring Page 2 of 4 General' Provisions 101 through 150. 167.3.05 Construction A. General Perform inspections, rainfall data collection, teiting 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 ofNTUs is what is provided, . Subrllit 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. Fail1;1re 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 mspections or submit the required ~eports 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-I. -1. Daily: ---~-- ~ ~--~~ a. Petroleum product storage, usage and handling areas b. All locations where vehicles enter/exit the site 2, Weekly and after Rainfall Events: Conduct inspections on these areas every seven calendar days and within_twenty-f~ll.r 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 fmal 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 re~in in place to verify the maintenance status and that the devices are functioning properly. Continue these inspections until the Notice of Tennination is submitted. C. Reports: 1. Inspection Reports: Summarize the results of inspections noted above in writing on form DOT - EC-I. Include the following information: . Date(s) of inspection . Name of personnel making inspection . Status of devices . Observations . Action taken . Signature of personnel making the inspection . Any incidents of non-compliance The EC-I form shall be signed by the project WECS. Submit all inspection reports to the Engineer within tweI?-ty-four hours of the inspection, The Engineer will review the reports, inspect the project for compliance, and issue concurrence with the submitted W ~D-2. nttn:l/tomcat2.dot.state. Qa. us/thesource/ndflsnecial nrovisions/shelf/sn 167 .html 7/30/2004 I I I I I I I I I I I I I I I I ,I I I Section 167 -- Water Quality Monitoring Page 3 of 4 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 ~~ ' Correct any items listed in the inspection report that require routine maintenance or correction within twenty-four hours of notification, ' Assume responsibility for all costs associated with additional sampling as specified in Part N.D.5.d.3.(c) and Part IV.D.5.d.3.(d), of the NPDES GAR 100002 permit if either of these conditions arise: · BMPs shown in the Plans are not properly installed and maintained, or . ._._~-- ~- ._-~- · BMPs designed by the Contractor are not properly designed, Installed and maintained. 2. Monitoring Reports a. Report Requirements ,Include in all reports, the following certification statement, signed by the WECS or consultant providing monitoring on the project: . "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 imprisonmentfor 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) DateOfsampling -~~- -- p- - ---~~- 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 s.ampling location. ' Submit this summary to the Engineer within 7 working days after the mass grading is complete or within 97 days of the completion of clearing and grubbing (whichever applies). c. Test Results Provide monitoring test results to the Engineer within 48 hours of the samples being analyzed. This notification may be verbal or written. This notification does' not replace the monitoring summary. ' 3. Rainfall Data Reports Record the measurement of rairifall 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. h/4J-3 h tto:/ /tomcat2. dot. state. ga.us/thesource/pdf/ special provisions/shelf! sp 167 .html 7/30/2004 I I I I I I I I I I I I I I I I I I I Section 167 -- Water Quality Monitoring Page 4 of 4 167.4 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 down~tream 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 16?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 eve1.lts 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: litem No. 167 ~ater quality inspections IPer month Water Quality Monitoring and Sampling will be paid per each. ' Payment will be made under: litem No. 167 ~ater quality monitoring and sampling 167.5.01 Adjustments General Provisions 101 through 150. IPer each WQ-f http;//tomcat2.dot.state.ga. us/thesource/pdflspecial provisions/shelflsp 167 .html ' 7/30/2004, I I ragt;; 1 U1 J . .. , . ~~,~ ~ '. ~'," (;e:orgi~'.:De~artm~nt. of ,Transportation ' K(;!(1ping Gfiorgl4 tm tho Move" : """ ' ' ;,. ',', \, .' . '.. . , ' , IAll consultants prequalified in 9.02 Rainfall and Runoff Reporting I~ Company I Acer Environmental. Inc. I ATC Group Services d/b/a ATC Associates. Inc. I Ayres Associates Brewer & Dudley, LLC I CCR Environmental. Inc. I Clean Water Consultants. Inc. . I Columbia Engineering Construction Materials Services. Inc. I Contour Engineering. LLC I Corporate Environmental Risk Management. LLC I Earth Tech Engineering Consulting Services. LTD I Focus Development & Engineering. Inc. IFountain Surveying IG. Ben Turnipseed Engineers Gallet & Associates of Georgia Inc. ' IGaSkins Surveying Company~ Inc. Address 1885 Lawrenceville-Suwanee Rd. Suite 150 1300 Williams Drive Suite A 225 Peachtree St., N.E. Suite 1400 South Towers 107 Davis Street 3783 Presidential Parkway --Suite 123- -,-~--- 955 Honeysuckle Trail 30C Business Center Drive 4405 International Blvd SuiteB-I0l 105 Park 42Drive Suite A 975 Cobb Place Blvd. Suite 308 2115 Monroe Drive Suite 110 1455 Old Alabama Road Suite 170 1800 Sandy Plains Pkwy Suite 208 1800 Parkway I>lace Suite 915 4136 Old Axson Road 2255 Cumberland Parkway, SE Bldg. 400 1341 Capital Circle Suite L 1266 Powder Springs Rd. City, State ZIP .- Phone Lawrenceville, GA 30043 (770) 682- 1861 (770) 427- 9456 (404) 658- 9320 (770) 267- 4703 (770) 458- Atlanta, GA 30340 -- -~ 7943 -, (770) 868- 1371 (770) 925- 0357 Locust Grove, GA 30248- (770) 914- 2545 1744 (770) 794- 0266 (678) 999- 0173 Roswell, GA 30076-2129 (770) 990- 1400 (770) 590- 1971 (678) 766- 0911 (912) 384- 0025 (706) 830- 8800 (770) 612- 0609 (770) 424- 7168 (770) 426- 7100 Marietta, GA 30066 Atlanta, GA 30303 Monroe, GA 30655 Winder, GA 30680 Norcross, GA 30093 Kennesaw, GA 30144 Atlanta, GA 30324 Marietta, GA 30066 Marietta, GA 30067 Douglas, GA 31535 Atlanta, GA 30339 Marietta, GA 30067 Marietta, GA 30064 1000 Cobb Place Blvd IGeoHYdro Engineers Suite 290 Kennesaw, GA 30144 Geotechnical & Environmental Consultants 5021 Mercer University Drive 11 J A' i Jttp://www.dot.state.ga.us/dot/preconstruction/consultantdesign/byclass/I902.htm W (J( C - ' (478) 757- 10/20/2005 (770) 933- 0280 (404) 255- 2650 (770) 752- 9205 (770) 962- 8000 (678) 566- 3578 (770) 424- 6200 (770) 476- 3555 (229) 382- 0009 (770) 427- 8123 Gainesville, GA 30501 (770) 718- , , 0600' 524 West Peachtree Street, NW Atlanta, GA 30308-3512 ~~~~ 876- 5555 Oakbrook Parkway (770) 209- Suite 460 Norcross, GA 30093 9550 Jttp:llwww.dot.state.ga.Usldot/preconstruction/consultantdesign/byclasslI902.htm W Q C - 2. 10120/2005 I(GEe) Suite D2 IGOlder Associates. Inc. Greenhorne & O'Mara. Inc. IHofstadter and Associates. Inc. 3730 Chamblee Tucker Road 2211 Newmarket Parkway Suite 104 4571 Arkwright Road 6445 Powers Ferry Road Suite 100 IJ. ~.Trimble. Inc. I John A. McGill. P.C. Jordan. Jones & Goulding. Inc. IKCI Technologies, Inc. 934 Shields Pond Road 6801 Governors Lake Pkwy. 3235 Satellite Boulevard Build 400, Suite 104 1720 Peachtree Street, NW IKiSinger Campo & Associates. Corp. Suite 1048 MACTEC Engineering and Consulting. 3200 Town Point Drive I Inc. Suite 100 .. 2211 Beaver Ruin Road -- Moreland AltobellI AssocIates. Inc. - --Suite-190 _ _____ INOVA E. . dE' t I 3640 Kennesaw North Industrial ngmeenng an nVlronmen a . P kw In ' ar ~ c. S 't E --- Ule 5665 New Northside Drive Suite 400 .-.:IPBS&J. Inc. IPeoples & Quigley. Inc. Piedmont Geotechnical Consultants. Inc. Iprecision Planning. Inc. 6059 Boylston Drive P.O.Box 1997 400 Pike Blvd. I Professional Engineering Consultants. Inc. 12600 Deerfield Parkway Suite 100 95 Chastain Road Suite 301 I Professional Service Industries, Inc. QORE Property Sciences I Rakestraw & Associates. Inc. 11420 Johns Creek Parkway 83 Ty Ty Omega Road I Rindt McDuff Associates. Inc. 334 Cherokee Street I Rochester & Associates. Inc. Rosser Civil Engineering (Division Of Rosser IntI. Inc.) I S&ME. Inc. 425 Oak Street, NW .... "5"'" ~ V..L. -J Macon, GA 31210-5691 1606 Atlanta, GA 30341 (770) 496- 1893 Marietta, GA 30067 (770) 988- 9555 Macon, GA 31210 (478) 757- 1169 Atlanta, GA 30339-2933 (770) 952- 1022 Thomson, GA 30824 . (706) 453- 1913 Norcross, GA 30071 (678) 333- 0422 Duluth, GA 30096 (678) 990- 6200 Atlanta, GA 30309 (404) 607- 1676 Kennesaw, GA 30144 (770) 421- 3344 ~Qfcross, _GA 3Q.o~_ (770) 263- 5945~~-- Kennesaw, GA 30144 (770) 425- 0777 Atlanta, GA 30328 Atlanta, GA 30328 Roswell, GA 30077 Lawrenceville, GA 30046-2210 Alpharetta, GA 30004 Kennesaw, GA 30144 Duluth, GA 30097 Tifton, GA 31793 Marietta, GA 30060