HomeMy WebLinkAboutBLAIR CONSTRUCTION POINT WEST SUBDIVISION DRAINAGE IMPROVEMENTS PROJECT NUMBER 323-04-203823372
CONTRACT DOCUMENTS
FOR
POINTE WEST SUBDIVISION DRAINAGE
IMPROVEMENTS
PROJECT NUMBER: 323-04-203823372
Abie L. Ladson. PE. Director
Augusta. Georgia Engineering Department
505 Telfair Street
Augusta, GA 30901
I
J
POINTE WEST SUBDIVISION DRAINAGE IMPROVEMENTS
PROJECT NUMBER: 323-04-203823372
Contract Document
Section
Pages
Invitation to Bid
Instruction to Bidders
IB-l thru IB-3
Georgia Prompt Pay Act
PPAl
Agreement
A -1 thru A - 4
Contractor's Conflict of Interest Statement
Contractor's Affidavit & Agreement
Contractor's Bid Bond
Bidder Qualifications Statement
General Conditions
GCl thru GC25
Supplementary Conditions
SUPl thru SUP2
Proposal
P -1 thru P - 3
Addendum(s)
General Notes
G -1 thru G -15
Traffic Control
1 thru 44
Water Quality Monitoring
1 thru 4
*Water Quality Consultants
1 thru 2
*Consultants Pre-Qualified by GDOT
Invitation To Bid
Sealed bids will be received at this office until 11 :00 a.m., Friday, May 23,2008
Bid Item #08-128 Pointe West Subdivision Drainage Improvements for Augusta Engineering
Department
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street
- Room 605, Augusta, GA 30901. Plans and specifications for the project can be made available upon
request to Digital Blue Print. The fees for the plans and specifications which are non-refundable is
$75.00
Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262
Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30901. It is
the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this
policy the Owner is providing the opportunity to view plans online (www.die:blueorint.com) at no charge
through Digital Blue Print (706 821-0405) beginning Thursday, April 10, 2008. Bidders are cautioned that
submitting a package without Procurement of a complete set are likely to overlook issues of construction
phasing, delivery of goods or services, or coordination with other work that is material to the successful
completion of the project. Bidders are cautioned that sequestration of documents through any other source is
not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre-Bid Conference will be held on Friday, May 2, 2008 @ 10:00 a.m. in the Procurement
Department - Room 605. All questions must be submitted in writing to the office of the Procurement
Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by
mail or hand delivered. All questions are to be submitted in writing by Tuesday, May 6, 2008 by 3:00
p.m.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10%
Bid bond is required to be submitted in a separate envelope so marked along with the bidders'
qualifications; a 100% performance bond and a 100% payment bond will be required for award.
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 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.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle
Metro Courier
cc: Tameka Allen
Abie Ladson
April 10, 17, 24, May 1, 2008
April 16, 2008
Interim Deputy Administrator
Engineering Department
SECTION IB
INSTRUCTION TO BIDDERS
IB-Ol. GENERAL:
A. All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal
must be filed with the Owner on or before the time stated in the invitation for bids. Mailed
proposals will be treated in every respect as though filed in person and will be subject to the
same requirements.
B. 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:
A. 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 INTERPRET A TIONS:
A. No interpretation of the meaning of plans, specifications, or other prebid documents will be
made to any bidder orally.
B. Every request for such interpretation should be in writing addressed to the Purchasing
Department, 530 Greene Street, Augusta, Georgia, 30911 and to be given consideration must
be received at least ten working days prior to the date fixed for the opening of bids. Any
and all such interpretations and any supplemental instructions will be in the form of written
addenda to the specifications which, if issued, will be sent to the Augusta-Richmond
County Purchasing Director at least five working prior to the date fixed for the opening
of bids. The Purchasing Director shall send by certified mail with return receipt
requested to all prospective bidders (at the respective addresses furnished for such purposes),
not later than three working days prior to the date fixed for the opening of bids. Failure of
any bidder to receive any such addendum or interpretation shall not relieve such bidder from
any obligation under his bid as submitted. All addenda so issued shall become part of the
Contract Documents.
IB-04. PREPARATION OF BIDS:
A. 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.
B. 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.
IB - 1
IB-04. PREPARATION OF BIDS (cont):
C. Alternative bids will not be considered unless specifically called for.
D. 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.
E. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of
corporations will be signed by an officer of the firm and his signature attested by the
secretary thereof who will affix the corporate seal to the proposal.
F. NOTE: A 10% Bid Bond is required in all cases.
IB-05. BASIS OF AWARD:
A. 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.
B. 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:
A. No proposal will be received from any bidder unless he can present satisfactory evidence that
he is skilled in work of a similar nature to that covered by the contract and has sufficient
assets to meet all obligations to be incurred in carrying out the work. He shall submit with
his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND
EQUIPMENT STATEMENT, giving reliable information as to working capital available,
plant equipment, and his experience and general qualifications. The owner may make such
investigations as are deemed necessary to determine the ability of the bidder to perform the
work and the bidder shall furnish to him all such additional information and data for this
purpose as may be requested. The Owner reserves the right to reject any bid if the evidence
submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is
properly qualified to carry out the obligations of the contract and to complete the work
contemplated therein. Part of the evidence required above shall consist of a list of the names
and addresses of not less than five (5) firms or corporations for which the bidder has done
similar work.
IB-07 CONTRACT TIME
A. The time of completion for the construction work will be within One Hundred Eighty (180)
calendar days from the date of the Notice to Proceed.
IB - 2
IB-08. PERFORMANCE AND PAYMENT BOND:
A. 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.
B. Attorneys-in-fact who sign bonds must file with each copy thereof, a certified and effectively
dated copy of the power of attorney.
IB-09. REJECTION OF BIDS:
These proposals are asked for in good faith, and awards will be made as soon as practicable,
provided satisfactory bids are received. The right is reserved, however to waive any
informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest
submitted if such action is deemed to be in the best interest of the Owner.
IB - 3
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
Engineering Department
Pointe West Drainage Improvements
SECTION A
AGREEMENT
THIS AGREEMENT, made on the day of ,200 by and between the
AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY
COMMISSION, a party ofthe first part, hereinafter called the OWNER, and
party of the second part, hereinafter called the
CONTRACTOR.
WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter names,
agree as follows:
ARTICLE I - SCOPE OF THE WORK:
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor
necessary, and to perform all of the work shown on the plans and described in the specifications
for the project entitled:
POINTE WEST SUBDIVISION DRAINAGE IMPROVEMENTS
PROJECT NUMBER: 323-04-203823372
and in accordance with the requirements and provisions of the Contract Documents as defined in
the General and Special Conditions hereto attached, which are hereby made a part of this
agreement.
ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES:
The work to be performed under this Contract shall be commenced within 10 calendar days after
the date of written notice by the Owner to the Contractor to proceed. All work shall be
completed within 180 calendar days with such extensions of time as are provided for in the
General Conditions.
It is hereby understood and mutually agreed, by and between the contractor and the Owner, that
the date of beginning, rate of progress and the time for completion of the work to be done
hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work
shall be executed regularly, diligently, and uninterruptedly at such rate of progress as will insure
full completion thereof within the time specified. It is expressly understood and agreed by and
between the Contractor and the Owner, that the time for completion of the work described herein
is a reasonable time for completion of the same, taking into consideration the average climatic
range and construction conditions prevailing in this locality.
A-I
ONCE MOBILIZED, THE CONTRACTOR SHALL NOT STOP MAJOR
CONSTRUCTION ACTIVITIES FOR MORE THAN 14 DAYS, UNLESS APPROVED
BY THE AUGUSTA-RICHMOND COUNTY ENGINEERING DEPARTMENT. IN THE
EVENT THAT UNAPPROVED MAJOR CONSTRUCTION ACTIVITIES ARE CEASED
FOR MORE THAN 14 DAYS, A TOTAL OF ONE THOUSAND DOLLARS ($1.000)
SHALL BE PAID TO THE OWNER FOR EACH AND EVERY CALENDAR DAY THE
CONTRACTOR DOES NOT COMMENCE MAJOR CONSTRUCTION ACTIVITIES.
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 One
Thousand Dollars $1.000 not as a penalty, but as liquidated damages for such breach of contract
as hereinafter set forth, for each and every calendar day that the contractor shall be in default
after the time stipulated in the Contract for completing the work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner because
of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the
Owner would, in such event, sustain, and said amounts shall be retained from time to time by the
Owner from current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract and the
specifications wherein a definite portion and certain length of time is fixed for the additional
time is allowed for the completion of 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
final completion and acceptance of all work under the Contract.
A -2
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
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each of which shall be deemed an original, in the year and day first mentioned
above.
AUGUSTA, GEORGIA
COMMISSION-COUNCIL
(Owner)
By:
cf) .;('11, [
~~~~:~~~{.;':-1. ~1.
"'~ ,\tiLd;,U) \ ~'\"
tfI/6!'~...~~""'- 6~'iJ.<i"'f'5.<ot'; .~, :_..1.~,.
S~~ ....0 "~'? -'~i
F~ ... ~._ ~I~ ~J
i! ~ ,. . A ,. '>. Ii
iI! . .'-'..
~: . . _ ,t
~ ... ,
Slt)ret~,,~; ..".eTA~
q, .".,M....;> 8(,;\ ,AU
~\\ GeORG1~ .,,;?'_"'Y
'#Q ~"',~,..~- . ?iy-
.J)1::{ a ll) /J;~
Witness .
~ ~\'~
t\\'
CONTRACTOR: '6/~,:,- c:::;."f-//':/v-rL/~~ / ~'7C- ,
/
~ \ IJiA~JJy
By: M4.~f( ~:._-~-'f
Title: \h?e ~~N~'7.,c SEAL
';:", ::
-:::-
.. '....
--
.~
Address:
~o_ /?&X '/) 0
.&;_~f, C;;;fl- 3~807
/
~~5~~
Witness
A -4
Bond No. 929 461 421
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. Chicaqo. Illinois 60685
(Here insert full name and address or legal title of Surety)
as Surety, hereinafter called Surety, are held and finnly bound unto Augusta-Richmond County Commission, 530 Greene St.,
Room 605, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner)
as Obligee, hereinafter called Owner, in the amount of Seven Hundred Forty Eight Thousand Four Hundred Seventy Nine
and 03/100 -- -- - -- -- - -- -- -- -- -- -- -- - -- - -- - -- -- -- -- -- -- - - - - - - -- - - Dollars ($ 748,479.03 ).
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally, finnly by these presents.
WHEREAS,
Contractor has by written agreement dated
, entered into a contract
with Owner for Pointe West Subdivision Drainage Improvements
(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.
S-1219/GEEF 10/99
Page 1 of 2
PERFORMANCE BOND
929 461 421
NOW, THEREFORE, THE CONDITION OF THIS OBLlGA TION is such that, if Contractor shall promptly and faithfully perform said
Contract, 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
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be
in default under the Contract, the Owner having performed
Owner's obligations thereunder, the Surety may promptly remedy
the default, or shall promptly
1) Complete the Contract in accordance with its terms and
conditions, or
2) Obtain a bid or bids for completing the Contract in accordance
with its terms and conditions, and upon determination by Surety of
the lowest responsible bidder, or, if the Owner elects, upon
determination by the Owner and the Surety jointly of the lowest
responsible bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even though there
should be a default or a succession of defaults under the
Signed and sealed this
/Z 717"
day of
/Zyvrr
~
r
p~<;~~
~
(Witness)
'7J1"CtJ:p~
" #
(Witness)
S-1219/GEEF 10/99
Page 2 of 2
contract or contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the balance of the
contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth
in the first paragraph hereof. The term "balance of the contract
price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by Owner to
Contractor.
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final payment
under the Contract falls due.
No right of action shall accrue on this bond to or for the use of
any person or corporation other than the Owner named herein or the
heirs, executors, administrators or successors of the Owner.
....
l
\.
.y
--
,2-008.
.:......
.:.
(1
..,
\
/,.. ,\... '.:.) - -
Blair Construction, Inc., PO Box 770;,Evans, .
Georgia 30809
_ (Seal)
(Principal)
.,
Ud~~.
\hee ?/'tNrde-7f-
(Title)
Western Surety Company, CNA Plaza, Chicago, r
Illinois 60685
-.i:5eal)
(S.urety)
\"
.1
,
f
13~ '
Buck Leigh, Att~t
(Title)
LABOR AND MATERIAL PAYMENT BOND
Bond No. 929 461 421
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, ChicaQo, 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.,
Room 60S, Augusta, GA 30911 (Here insert full name 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 Seven Hundred
Forty Eight Thousand Four Hundred Seventy Nine and 03/100 - - - - - - - - - - - - - - - -. Dollars ($ 748,479.03 .).
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 Pointe West Subdivision Drainage Improvements
(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.
S-1220/GEEF 10/99
Page 1 of 2
LABOR AND MATERIAL PAYMENT BOND
929 461 421
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter
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 shall
remain in full force and effect, subject, however, to the following conditions:
1. A claimant is defined as one having a direct contract with the
Principal or with a Subcontractor of the Principal for labor, material, or
both, used or reasonably required for use in the performance of the
Contract, labor and material being construed to include that part of water,
gas, power, light, heat, oil, gasoline, telephone service or rental of
equipment directly applicable to the Contract.
2. The above named Principal and Surety hereby jointly and
severally agree with the Owner that every claimant as herein defined, who
has 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
done or performed, or materials were furnished by such claimant, may sue
on 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
execution thereon. The Owner shall not be liable for the payment of any
costs or expenses of any such suit.
3. No suit or action shall be commenced hereunder by any claimant:
a) Unless claimant, other than one having a direct contract with the
Principal, shall have given written notice to any two of the following: the
Principal, the Owner, or the Surety above named, within ninety (90) days
after 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
with substantial accuracy the amount claimed and the name of the party to
whom the materials
Signed and sealed this
/,?, ~
day of
4"'~F -r-
/
~
r~t--s ---=o~
c-
(Witness)
>n,7J(-(J~
(Witness)
.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 or
certified mail, postage prepaid, in an envelope addressed to the Principal,
Owner or Surety, at any place where an office is regularly maintained for
the transaction of business, or served in any manner in which legal process
may be served in the state in which the aforesaid project is located, save
that such service need not be made by a public officer.
b) After the expiration of one (1) year following the date on which Principal
ceased Work on said Contract, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof such limitation shall be deemed to be amended so as to
be equal to the minimum period of limitation permitted by such law.
c) Other than in a state court of competent jurisdiction in and for the county
or other political subdivision of the state in which the Project, or any part
thereof, is situated, or in the United States District Court for the district in
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 of
any payment or payments made in good faith hereunder, inclusive of the
payment by Surety of mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount of such lien be
presented under and against this bond.
;...
, 2!.e:;>c>g .
f'
).
::::.. :.
Blair Construction, Inc., PO Box 'l7Q, Evans;
Georgia 30809 -
v-_.-::-;-::-~-
:-~ (Seal)
(principal)
/#
/
(jL
Lh~;jt:t;:, ;
\h'ce ---;Z>H? $ I'd 6'-7--,L
(Title)
Western Surety Company, CNA Plaza, Chicago,
Illinois 60685
(Seal)
(Surety)
"
13~ L..tLL~
Buck Leigh, Attorney-~Fact
(Tige)
~~.
,,- ,
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 Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- 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 17th day of October, 2006.
\\\l"n....~_
"'~~~.!~!.)'~~
f/!:~9D1P".:i;,\\\
i:l<i ~):J
\:.r~~~~i-t$
~/
WESTERN SURETY COMPANY
r0~;",Vk''''~;d'",
State of South Dakota
County of Minnehaha
} ss
On this 17th day of October, 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
November 30, 2012
+"'."........".."'..,............"..."..."'.......... +
$ D. KRELL $
r r
$~NOTARY PUBLIC~$
.r~SOUTH DAKOTA r
r r
+...............,....~....~....~..~..........~+
~
~t"P,b;;,
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 / Z r'N day of AVGv>"r . 2-~g .
WESTERN SURETY COMPANY
Form 1'4280-09.06.,...
c'J! ?{.~.~_."
ACORD
TM
CERTIFICATE OF LIABILITY INSURANCE
OA TE (MM/DDIYYYY)
08/06/2008
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THISCERTIFICA TE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
PRODUCER (770) 246-8300 FAX (770) 246-8301
Sutter, McLellan & Gilbreath, Inc.
1424 North Brown Road
Suite 300
Lawrenceville, GA 30043-8107
INSURED Bl ai r Construction, Inc.; Evans Grading &
Paving, LLCj Southern Asphalt, LLC.
P. O. Box 770
Evans, GA 30809
INSURERS AFFORDING COVERAGE
INSURER A: National Trust Insurance
INSURER B: FCCI Insurance CO.
INSURER c:
INSURER 0:
INSURER E:
NAIC#.
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECt TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR DD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
GENERAL LIABILITY CPPOO04476 02/14/2008 02/14/2009 EACH OCCURRENCE $ I,OOO,Ooc
7 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50,OOC
f-- =:J CLAIMS MADE 00 OCCUR 5,OOe
MED EXP (Anyone person) $
f-- I,OOO,OOC
A PERSONAL & ADV INJURY $
GENERAL AGGREGATE $ 2,OOO,OOC
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,OOO,OOC
II POLICY [Xl ~~8i n LOC
AUTOMOBILE LIABILITY CA 0005458 02/14/2008 02/14/2009 COMBINED SINGLE LIMIT
f-- (Ea accident) $ I,OOO,Ooe
X ANY AUTO
f--
ALL OWNED AUTOS BODILY INJURY
f-- (Per person) $
SCHEDULED AUTOS
A 7
HIRED AUTOS BODILY INJURY
7 (Per acadent) $
NON.DWNED AUTOS
r--
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESSIUMBRELLA LIABILITY UMBOO02841 02/14/2008 02/14/2009 EACH OCCURRENCE $ 5,OOO,ooe
o OCCUR D CLAIMS MADE AGGREGATE $ 5 , 000 , ooe
B $
~ DEDUCTIBLE $
X RETENTION $ 10,OOe $
WORKERS COMPENSATION AND 01O-WC08A-54981 02/14/2008 02/14/2009 X IT~~T~JN;,I IOJ,tl-
EMPLOYERS' LIABILITY OFFICERS INCLUDED EL EACH ACCIDENT $ I,OOO,OOC
A ANY PROPRIETORlPARTNERIEXECUTIVE
OFFICER/MEMBER EXCLUDED? EL DISEASE - EA EMPLOYEE $ I,OOO,OOC
mMt~~"60:~16'NS below EL DISEASE - POLICY LIMIT $ I,OOO,OOC
OTHER
rP.ESCRIPTlON OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
roj: Pointe West Subdivision Drainage Improvements, August, GA Contract Amount $748,479.03
CERTIFICA TE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXP~RATlON DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Augusta GA Commission
Room 60S, Municipal Building
August, GA 30911
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
-?-?~ c h--
Mark Ja nes CSP/LINDAM
ACORD 25 (2001/08)
@ACORDCORPORATION 1988
. I U,
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.
ACORD 25 (2001/08)
~
A
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 fmandal 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 fmancial interest is authorized as per a.c.G.A. 36-1-14, or the
procurement contract is awarded pursuant to a.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 concerning
prospective employment is involved in the procurement contract.
Any employee or official or any member of an employee's or official immediate family who
holds a substantial interest or fmancial interest in a disclosed blind trust shall not be deemed to
have a conflict of interest with regard to matters pertaining to that substantial interest or fmancial
interest.
I, (vendor) ~/J~.-..... :;k>,
/l1' ~.-- C':'r ::r;;,
/
/
have read and understand the information
contained in the bid specifications.
Vendor Name:
.D4/~
~-?Fh</c--h-c> -r :.:;:;z::--~c .-
/
,
Address:
~o _ 00><-. 7) C/
City & State:
---
.c:::-VC-""4' 64- 3 ogo?
/
gibe - /C;;S-c:> Fax # (~) fj0g-/8S--:>
Signature:
Phone #: (/l-::tb)
t/d),Vlt~ t.
?=-~-./e
D A~ ., :< "0= g
ate: /'?~ ~.// ~
I /
~tf'r,c fl,'c..-r7 c
NO EXCEPTION(S) WILL BE GRANTED
Bid Item Number and Name:
THIS FORM MUST BE SUBMITTED WITH BID PACKAGE.
BidlRFP /RFQ# 0& - /2-g
CONTRACTORAFBDA~T~NDAGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91,
stating affirmatively that the individual, finn, or corporation which is contracting with Augusta Richmond
County Board of Commissioners has registered with and is participating in a federal work authorization
program* [any of the electronic verification of work authorization programs operated by the United States
Department of Homeland Security or any equivalent federal work authorization program operated by the
United States Department of Homeland Security to verify information of newly hired employees, pursuant
to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the
applicability provisions and deadlines established in O.C.G.A 13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection
with the physical performance of services pursuant to this contract with Augusta Richmond County Board
of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance
with O.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially
similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each
such verification to the Augusta Richmond County Board of COnuInssioners at the time the
subcontractor(s) is retained to perform such service.
~/ ~~ 41. ..~ ~~ .~/~/ -:b?
E- Verify * User Iflentification Number
?4~>- C:::p";Jh..--c~'c,-7' / ~c..,
/
2&k'>7
500 or More
Please Check One.
100 or more
100 or less t/"
Number of Employees
{~l{' ;~ ;(.liit~ ill
BY: Authonzed Officer or Agent \.i-
(Contractor Signature)
Vc..e ~N"/~-c/.e__r
Title of Authorized Officer or Agent of Contractor
Date:
~__y 2-3 ZC?l?8
I /'
Company Name
M//r~~.-;? /71'~~e./ ~,
. , /
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
BEFORE 'ME ON THIS THE
"./ A/
23'-:- DAY OF /y/.?~ ~ ' ~?O g
Notary Public ~CuJn"~ txpIles
My Commission Expires: __,,21006
~s~~~
LEASE RETURN \VITH YOUR SUBMITTAL
BidIRFPIRFQ # oB- /Z-g
SUBCONTRA.CTOR AFFIDAVIT
By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91,
stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance
of services under a contract with 'Nc..--;/- ~.//vJ~ on behalf of Augusta Richmond County
Board of Commissioners has registered with and is participating in a federal work authorization program *
[any of the electronic verification of work authorization programs operated by the United States Department
of Homeland Security or any equivalent federal work authorization program operated by the United States
Department of Homeland Security to verify information of newly hired employees, pursuant to the
Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability
provisions and deadlines established in O. C. G. A 13-10-91.
~-5 //o-r A ~7 ':r: zc;>c:;>7'
E-Verify * User Ide fication Number
~,..4>-- ~-? r'?;'<vc;,-h'o '7 ~;
//
Company Name
piease Check One;
500 or More
100 or more 100 or less
Number of Employees .
,/
. iA;;j2A~~ . i;(Mt..~\~/-.
BY: Authorized Officer or Age
(Subcontractor Signature)
V:e e Prc-)r-~~-+-
Title of Authorized Officer or Agent of Subcontractor
/,,2/,0-'W"'-7 :;?>; . ~~/;~..- / 77-,
., -....-- /
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN
Date:
~7
2--3 26>6'/ g
/
I
BEFORE ME ON TillS THE
Z)d- DAY OF
/'/7
,200.g
Notary Public
My Commission Expires:
M)'~~
~7,:moe
~~~'.~;~
PLEASE RETURN WITH YOUR SUBMITTAL
. . ,
-,
BID BOND
Conforms with The American Institute of
Architects, A.I.A. Document No. A-310
KNOW ALL BY THESE PRESENTS, That we, Blair Construction, Inc., PO Box 770, Evans, Georqia 30809
as Principal, hereinafter called the Principal,
and the Western Surety Company
of CNA Plaza, Chicago, Illinois 60685
, a corporation duly organized under
, as Surety, hereinafter called the Surety, are held and firmly bound unto
the laws of the State of South Dakota
Augusta Commission, 530 Greene Street, Room 605, Augusta, GA 30911
as Obligee, hereinafter called the Obligee,
in the sum of 10% of Bid Amount - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Dollars ($ 10% of Bid Amount ) , for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Pointe West Subdivision Drainage Improvements
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and 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 between the amount specified in said bid and such
larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this
obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this
23rd
day of
Mav ., ....?-OOL .
Blair Construction, Inc., PO Box no,
Evans, Georgia 30809 (Seal)
. , _ ,() . Principal
.4ijluJ ;1~~.~~
\/rc.e -----;O"e5,cIe-rf- (/ Title
~s~~
Witness
~ocXr u,~
(!
Western Surety Company
Witness
13
By . l ( cj<
Buck Leigh
L (lJ-:;J /v _
"- Attorney..m-Fact
S-0054/GEEF 12/00
FRP
" 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 Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalfbonds.
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 29th day of January, 2008.
~\\'~R'Er"~
A~'''''''''~(\:~~
f~'} Q..f10",,/;;\~\
~:::i<i "'1;1
\'''' ~ l: "" i lJ
,.r:.... ...~~~
,~~~~
WESTERN SURETY COMPANY
~~~;"'Vk' P,,,id~,
State of South Dakota
County of Minnehaha
} ss
On this 29th day of January, 2008, 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 ~
~ ~
$~NOTARY PUBLIC~$
r~SOUTH DAKOTA~~
~ r
+~~~~~~~~~~~~~~~~~~~~~~~+
~
~t.ry P,bI;,
November 30,2012
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 _~ R-l> day of AA ^- '-i , 2- 0 0 ~'.
/
WESTERN SURETY COMPANY
\\"""w..~
~;' ..~!:~.rl- C;-',.
f~/ 90Q"',.oV
~${~o~ . ~~\~
""'I ,zj
\\1., ~l: "" /li
~"'i>.'. ....~...~-
'.-"l~"-'~O~'
.-....:.~,..
Cf
~~Is~secretary
Form F4280-09-06
Blair Construction, Inc.
P.O. Box 770
Evans, Georgia 30809
Phone (706) 868-1950 Fax (706) 868-1855
BIDDERS QUALIFICATION STATEMENT
with Proposed Subcontractors/Suppliers
In the early 1950's Blair L. Mutimer began the Augusta located company Blair Construction. In 1973 the business
was incorporated in the State of Georgia as Blair Construction, Inc.
Blair Construction, Inc. has at some time performed grading, paving and underground utility construction for most
every municipality within a 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 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 $12,000,000.
Approximately 80 percent of our work is large diameter 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.
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.
Below are qualified Subcontractors we propose to utilize for this project.
.
Country Boy Farms
Nexton, Inc.
Empire Tree Service
East Georgia Fence Co.
H&R Surveying
for grassing & soil erosion measures
for clearing & grubbing
for tree removal at yards
for fencing & gates
for staking & layout
.
.
.
.
Below are qualified Suppliers we propose to utilize for this project.
· Ferguson or Hanson Precast
· Hanson Precast
· Rinker Materials
forRCP pipe
for precast structures
for Stone and Rip-Rap
Listed on the following page are recent projects of similar size and/or nature to which Blair Construction, Inc. has
successfully completed.
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: $1,096,770.33
7. Kissingbower Road Area Water and Sewer Improvements
City of Augusta, GA
Contract Amount: $1,633,317.92
8. Spirit Creek Force Main
City of Augusta, GA
Contract Amount: $5,485,149.66
9. Olive Road Sanitary Sewer Improvements
City of Augusta, GA
Contract Amount: $764,322.37
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.
Respectfully submitte~: . 0_
t.J.di~/ /lIdiM-u-r
William R. Mutimer, Jr., Vice President
Date:
%7
"7:2 ? ~'O;!.
v-:// ~ -
/
GC-Ol.
GC-02.
GC-03.
GC-04.
GC-05.
GC-06.
GC-07.
GC-08.
GC-09.
GC-I0.
GC-ll.
GC-12.
GC-13 .
GC-14.
GC-15.
GC-16.
GC-17.
GC-18.
GC-19.
GC-20.
GC-21.
GC-22.
GC-23.
GC-24.
GC-25.
GC-26.
GC-27.
GC-28.
GC-29.
GC-30.
GC-31.
GC-32.
GC-33.
GC-34.
GC-35~
GC-36..
GC-37.
SECTION GC
GENERAL CONDITIONS
INDEX TO ARTICLES OF GENERAL CONDITIONS
Section
. Page No.
Definitions ............. . . . . . . . . . . . . . . '. . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
Additional Instructions and Detail Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
Schedules, Reports and Records ...................................... 5
Drawings and Specifications ......................................... 5
Shop Drawings. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . ... . . .. . . . . . . .. . 6
Materials, Services and Facilities. . . . . . . . . . . . . . : . . . . . . . .. . . . . . . . . . . . . . . 7
Inspection and Testing. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 7
Substitutions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ; . . . . . . . . . 8
Patents ...................................:..............;........ 9
Surveys, Permits and Regulations ....................................... 9
Protection of Work, Property and Persons . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . 9
Supervision by Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10
Changes in the Work ......................................; . . . . .. . 10 ..
Changes in Contract Price .......................................... 11
Time for Completion and Liquidated Damages . . . . . . . . . . . . . . . . . . . . . . . . . . 11
Correction of Work .. ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . ..12
Subsurface Conditions . . . . . . . . . . . . . . . . . . . . . . . .. . . . .. . . . . . . . . . . . . . . . 12
Suspension of Work, Termination and Delay. . . . . . . . . . . . . . . . . . . . . . . . . . . . 13
Payments to Contractor ............................................ 14
Acceptance of Final Payment as Release . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16
Insurance ......................................................... 16
Contract Security . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18
Assignments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18
Indemnification ........:......................................... 18
Separate Contracts .......................:.......... . . . . . . . . . . . . . . 19
Subcontracting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
Engineer's Authority ........................ .' . . . . . . . . . . . . . . . . . . . . . 20
Land and Rights-of-Way ........................................... 20
Guarantee. . . . . . . . . . . . . . .. . . . . . . . . . . '.' . . . . . . . . . . . . . . . . . . . . . . . . . . . 21
Taxes .................................... ... . . . . . . . . . .. .. . . . . . ..21
Work Adjacent to Railway or Other Property. . . . . . . . . . . . . . . . . . . . . . . .. . . 21
Order and Discipline .............................................. 21
Warning Devices and Signs . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . 22
Special Restrictions ~ . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . ~ . . . . . . . . . . 22
As-Built Drawings . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . 22
Contractor Not to Hire Employees of the Owner . . . . . . . . . . . . . . . . . . . . . . . . . 22
Drawings ....................................................... 22
GC-l
GC-38.
GC-39.
GC-40.
GC-41.
GC-42.
GC-43.
GC-44.
GC-45.
GC-46.
GC-47.
GC-48.
GC-49.
GC-50.
Field Office Facilities. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . 22
Rights-of-Way ................. . '. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 23
Estimate of Quantities ............................................... 23
Existing Structures and Utilities ............................:........ 23
Contractor's Breakdown of Lump Sum Payment Items. . . . . . . . . . . . . . . . . . ..23
Prior Use By Owner. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . ..24
Cleaning Up . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24
Maintenance of Traffic. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24
Maintenance of Access ......................................... ~ . . 24
Erosion Control and Restoration of Property . . . . . . . . . . . . .. . . . . .. . . . . . . ..24
Bypassing Sewage. . . . . . . . . . . . . . . . . . . . . . . . . . . . . '.' . . . . .. . . . . . . . . . . . . . 25
Safety and Health Regulations. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25
Pre-Construction Conference . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . 25
GC-2
GC-Ol.
DEFINITIONS:
Wherever used in the Contract Documents, the following terms shall have the
meanings indicated which shall be applicable to both the singular and plural thereof.
1. ADDENDA: Written or graphic instruments issued prior to the execution of the
Agreement which modify or interpret the Contract Documents, Drawings and
Specifications, by addition, deletion, clarifications or corrections.
2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting
forth the prices for the work to be performed.
3. BIDDER: Any person, firm or corporation submitting a bid for the work.
4. BONDS: Bid, Performance and Payment Bonds and other instruments of security.
furnished by the Contractor and his Surety in accordance with the Contract
Documents.
5. CHANGE ORDER: A written order to the Contractor authorizing an addition,
deletion or revision in the work within the general scope of the Contract Documents
or authorizing an adjustment in the contract price or contract time.
6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids,
Information for Bidders, Proposal, Bid Bond, Notice of award, Agreement,
Performance Bond, Payment Bond, Notice to Proceed, Change Order, General
Conditions, Supplemental. General Conditions, Special Conditions, Technical
Specifications, Drawings and Addenda.
7. CONTRACT PRICE: The total monies payable to the ContraCtor under the terms
and conditions of the Contract Documents.
8. CONTRACT TIME: The number of calendar days stated in the Contract Documents
for the completion of the work.
9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to
Proceed to completion of all the work.
10. CONTRACTOR: The person, firm or corporation with whom the Owner has
executed the Agreement.
11. DRAWINGS:. Thepart of the Contract Documents which show the characteristics
and scope of the work to be performed and which have been prepared or approved
by the Engineer.
12. ENGINEER: The person, firm or corporation named as such in the Contract
Documents.
GC-3
13. FIELD.ORDER: A written order effecting a change in the work not involving an
adjustment in the contract price or an extension of the contract time issued by the
Engineer to the Contractor during construction.
14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the
Owner to the successful Bidder.
15. NOTICE TO PROCEED: Written communication issued by the Owner to the
Contractor authorizing him to proceed with the work and establishing the date of
commencement of the work.
16. OWNER: A public or quasi-public body or authority, corporation, association,
partnership or individual for whom the work is to be performed.
17. PROJECT: The undertaking to be performed as provided In the Contract
Documents.
18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the
Owner who is assigned to the project site or any part thereof:
19. SHOPDRA WINGS: All drawings, diagrams, illustrations, brochures, schedules, and
other data which are prepared by the Contractor,.a Subcontractor, Manufacturer,
-Supplier or Distributor, which illustrate how specific portions of the work shall be
fabricated or installed.
20. SPECIFICATIONS: A part of the Contract Documents conslstmg of written
descriptions of a technical nature or materials, equipment, construction systems,
standards and workmanship.
21. SUBCONTRACTOR: All individual, firm or corporation having a direct contract
with the Contractor or any other Subcontractor for the performance of a part of the
work at the site.
22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the
construction of the project or a specified part can be utilized for the purposes for
which it is intended.
23. SUPPLEMENTAL GENERAL CONDmONS: Modifications andlor additions to
the General Conditions of a specific nature generally aimed at the specific contract I
o~ which it is a part.
24. SUPPLIERS: Any person, supplier or organization who supplies materials or
equipment for the work, including that fabricated to a special design, but who does
not perform labor at the site.
GC-4
25. WORK: All labor necessary to produce the construction required by the Contract
Documents and all materials and equipment incorporated or to be incorporated in the
project.
26. WRrITEN NOTICE: Any notice to any party of the Agreement relative to any part
of this Agreement in writing and considered delivered and the service thereof
completed, when posted by certified or registered mail to the said party at his last
. given address or delivered in person to said party or his authorized representative on
the work. . .
GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS:
1. The Contractor may be furnished additional instructions and detail drawings, by the
Engineer, as necessary to carry out the work required by the Contract Documents.
2. The additional drawings and instructions thus supplied will become -a. part of the
Contract Documents. The Contractor shall carry out the work in accordance with the
additional detail drawings and instructions.
GC-03. SCHEDULES, REPORTS AND RECORDS:
1. The Contractor shall submit to the Owner such schedule of quantities and costs,
progress schedules, payrolls, reports, estimates, records and other data as the Owner
may request concerning the work performed or to be performed.
2. Prior to the first partial payment estimate, the Contractor shall submit schedules
showing the order in which he proposes to carry on the work,inc1uding dates at
which he will start the various parts of the work, estimated date of completion of
each part and as applicable:
2.1' the dates at which special detail dr'awings will be required; and
2.2 respective dates for submission of shop drawings, the beginning of
manufacture, the testing. and the installation of materials, supplies and
equipment.
3.
The Contractorshall also submit a schedule of payments that he anticipates he will
earn during the course of the work.
GC-04.
DRA WINGS AND SPECIFICATIONS:
1.
The intent of the drawings and specifications is that the Contractor shall furnish all
labor, materials, tools, equipment and transp()rtationnecessary for the proper
execution of the work in accordance with the Contract Documents and all incidental
work necessary to complete the project in an acceptable manner, ready for us,
occlipancy or operation by the Owner.
GC-5
2. In case of conflict between the drawings and specifications, the specifications shall
govern. Figure dimensions on drawings shall govern over general drawings.
3. Any discrepancies found between the drawings and specifications and site conditions
or any inconsistencies or ambiguities in the drawings or specifications shall be
immediately reported to the Engineer, in writing, who shall promptly correct such
inconsistencies or ambiguities in writing. Work done by the Contractor after his
discovery of such discrepancies, inconsistencies or ambiguities shall be done at the
Contractor's risk.
4. All work that may be called for in the specifications and not shown on the drawings,
or shown and not called for in the specifications, shall be executed and furnished by
the Contractor as if described in both these ways and should any work or material be
required which is not detailed in. the specifications or drawings, either directly or
indirectly, but which is nevertheless necessary for the proper carryIng out of the
intent thereof, the Contractor is to understand the same to be implied and required
and shall perform all such work and furnish any such material as fully asif they were
particularly delineated or described. .
5. It is understood and agreed that the Contractor, by careful examination, has satisfied
himself as to the nature and location of the work, the conformation of the ground, the
character, quality arid quantity of the materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the
work, the general and local conditions and all other matters which can in any way
affect the work under this contract. No verbal agreement or conversation with any
officer, agent or employee of the Owner, either before or after the execution of this
contract, shall affect or modify any of the terms or obligations herein contained.
GC-05. . SHOP DRAWINGS:
1. The Contractor shall provide shop drawings as may be necessary for the prosecution
of the work as required by the Contract Documents. The Engineer shall promptly
review all shop drawings. The Engineer's approval of any shop drawings shall not
release the Contractor from responsibility for deviations from the Contract
Documents. The approval of any shop drawing which substantially deyiates from the
requirement of the Contract Documents shall be evidenced by a Change Order.
2. . When submitted for the Engineer's review, shop drawings shall bear the Contractor's
certification that he has reviewed, checked and approved the shop drawings and that
they are .in conformance with the requirements of the Contract Documents.
3 . Portions of the work that requiIe shop drawing or sampl~ submission shall not begin
until the shop drawing or submission has.been approved by the Engineer. A copy of
each approved shop drawing and each approved sample shall be kept in good order
by the Contractor at the site and shall be available to the Engineer. .
. GC-6
GC-06.
GC-07.
MATERIALS. SERVICES AND FACILITIES:
1.
It is understood that, except as otherwise specifically stated in the Contract
Documents, the Contractor shall provide and pay for all materials, labor, tools,
equipment, water, light, power, transportation, supervision, temporary construction
of any nature and all other services and facilities of any nature whatsoever necessary
to execute, complete and deliver the work within the specified time.
2.
Materials and equipment shall be so stored as to insure the preservation. of their
quality and fitness for the work. Stored materials and equipment to be incorporated
in the work shall be located so as to facilitate prompt inspection.
3.
Manufactured articles, materials and equipment shall be applied, installed, connected, .
erected, used, cleaned and conditioned as directed by the manufacturer. '
4.
Materials, supplies or equipment shall be in accordance with samples submitted by
.the Contractor and approved by the Engineer.
5.
Materials, supplies or equipment to be incorporated into the work and purchased by
the Contractor of the Subcontractor will be subject to a chattel mortgage or under a
conditional sale contract or other agreement by which an interest is retained by the
seller.
INSPECTION AND TESTING:
1.
All materials and equipment used in the construction of the project shall be subject
to adequate inspection and testing in accordance with generally accepted standards.
2.
The Contractor shall provide, at his expense, the necessary testing and inspection
services required by the Contract Documents, unless otherwise proyided._
3.
The Owner shall provide all other inspection and testing services required by the
Contract Documents.
4.
If the Contract Documents, laws, ordinances, rules, regulations or orders of any
public authority having jurisdiction require any work to specifically be inspected,
tested or approved by someone other than the Contractor, the Contractor will give the
Engineer timely notice of readiness. The Contractor will then furnish the Engineer
the required certificates of inspection, testing or approval.
5.
Neither observation by the Engineer nor inspections, tests or approvals by persons
other than the Contractor shall relieve the Contractor from his obligations to perform
the work in accordance with the requirements of the Contract Documents.
6.
The Engineer and his represehtatives will at all times have access to the work. In
addition, authorized representatives and agents of any participating Federal or State
GC-7
GC-08.
Agency shall be permitted to inspect all work, materials, payrolls, records of
personnel, invoices of materials and other relevant data and records. The Contractor
will provide proper facilities for such access and observation of the work and also for
any inspection or testing thereof.
7.
If any work is covered contrary to the written request of the Engineer, it must, if
requested by the Engineer, be uncovered for his observation and replaced at the
Contractor's expense.
8.
If any work has been covered which the Engineer has not specifically requested to
observe prior to its being covered or if the Engineer, considers it necessary or
advisable that covered work be inspected or tested by others, the Contractor at the
Engineer's request, will uncover, expose or otherwise make available for observation,
inspection or testing as the Engineer may require; that portion of the work in
question, furnishing all necessary labor, materials, tools and equipment. Hit is found
that such work is defective, the Contractor will bear all the expenses of such
uncovering, exposure, observation, inspection and testing and of satisfactory
reconstruction. If, however, such work is not found to be defective, the Contractor
will be allowed an increase in the contract price or an extension of the contract time,
or both, directly attributable to such uncovering, exposure, observation, inspection,
testing and reconstruction and an appropriate change order shall be issued.
9.
The Contractor shall give the Engineer 24 hours notice of starting ~y new work. No
work shall be done or materials used without suitable supervision and inspection by
the Engineer. . The Contractor shall furnish the Engineer with necessary samples of
material for testing purposes.
SUBSTITUTIONS:
1.
When a material, article or piece of equipment is identified on the drawings or
specifications by reference to brand name or catalogue number, the performance or
other salient requirements and that other products of equal capacities, quality and
function shall be considered. The Contractor may recommend the substitution of a
material, article or piece of equipment of equal substance and function for.those
referred to in the Contract Documents by reference to brand name or catalogue
number and if, in the opinion of the Engineer,. such material, article or piece of
equipment is of equal substance and function to that specified, the Engineer may
approve its substitution and use by the Contractor. Any cost differential shall be
deducted from the contract price and the Contract Documents shall be appropriately
modified by change order. The Contractor warrants that if substitutes are approved,
no major changes in the function or general design of the project will result.
Incidental changes or extra component parts required to accommodate the substitute
will be made by the Contractor without a change in the contract price or contract
time.
GC-8
GC-09.
GC-I0.
GC-l1.
PATENTS:
1.
The Contractor shall pay all applicable royalties and license fees. He shall defend all
suits or claims for infringement of any patent rights and save the Owner harmless
from loss on account thereof except that the Owner shall be responsible for any such
loss when a particular process, design or the product of a manufacturer or
manufacturers is specified, but if the Contractor has reason to believe that the design,
process or product specified is an infringement of a patent, he shall be responsible
for such loss unless he promptly gives such information to the Engineer. .
SURVEYS. PERMITS AND REGULATIONS:
1.
The Owner shall furnish all land surveys and establish all base lines for locating the
principal component. parts of the work together with a suitable number of
benchmarks adjacent to the work as shown in the Contract Documents. From the
information provided by the Owner, unless otherwise specified in. the Contract
Documents, the Contractor shall develop and make all detail surveys needed for
construction such as slope stakes, batter boards, stakes for pile locations and other
working points, lines, elevations and cut sheets.
2.
The Contractor shall carefully preserve benchInarks, reference points and stakes and
in case of willful or careless destruction, he shall be charged with the resulting
expense and shall be responsible for any mistakes that may be caused by their
unnecessary loss or disturbance.
3.
. Permits and -licenses of a temporary nature necessary forthe prosecution of the work
shall be secured and paid for by the Contractor. Permits, licenses and easements for .
permanent structures or permanent changes in existing facilities shall be secured and .
paid for by the Owner, unless otherwise specified. The Contractor shall give all
notices and comply with all laws, ordinances, rules and regulations bearing on.the
conduct of the work as drawn and specified. If the Contractor observes that the
Contract Documents are at variance therewith, he shall promptly notify the Engineer
in writing and any necessary changes shall be adjusted as provided in Section 13,
Changes in the Work.
PROTECTION OF WORK. PROPERTY AND PERSONS:
1.
The Contractor will be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the. work. He will take all
necessary precautions for the safety of and will provide the necessary protection to
prevent damage, injury or loss to all employees on the work and other persons who
may be affected thereby, all the work and all. materials or equipment to be
incorporated therein, whether in storage on or off the site or other property at the site
or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways,
structures and utilities not designated for removal, relocation or replacement in the
course of construction.
GC-9
GC-12.
GC-13.
2.
The Contractor will comply with all applicable laws, ordinances, rules, regulations
and orders of any public body having jurisdiction. He will erect and. maintain, as
required by the conditions and progress of the work, all necessary safeguards for
safety and protectidn. He will notify the owners of adjacent utilities when
prosecution of the w6rk may affect them. The Contractor will remedy all damage,
injury or loss to any property caused, dir~ctly or indirectly, in whole or in part, by the
Contractor, and sub~ontractor or anyone directly or indirectly employed by any of
them or anyone for I whose acts any of them are liable, except damage or loss
attributable to the fault of the Contract Documents or to the acts or omissions of the
Owner or the Enginder or anyone employed by either of them or anyone for whose
acts either of them m~y be liable and not attributable, directly or indirectly, in whole
or in part, to the fault or negligence of the Contractor.. .
In emergencies affecling the safety of persons or the work or property at the site or
adjacent thereto, the [Contractor, without special instructions or authorization from
the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He
will give the EngineJr prompt written notice of any significant changes in the work
or deviations from thb Contract Documents caused thereby and a Change Order shall
be issued covering the changes and deviations involved.
3.
4.
The work under this Contract in every respect shall be at the risk of the Contractor
until finished and accepted, except to damage or injury caused directly by the
I
Owner's agents or employees.
I
SUPERVISION BY CONTRACTOR:
The Contractor will Lpervise and direct the work. He will be solely responsible for
the means, methods!, techniques, sequences and procedures of construction. The
Contractor will em:ploy and maintain on the work a qualified supervisor or
superintendent who 'shall have been designated in writing by the Contractor as the
. Contractor's represeritative at the site. The supervisor shall have full authority to act
I
on the behalfofthe f:ontractor and all communications given to the supervisor shall
be as binding as if gi~en to the Contractor. The supervisor shall be present on the site
at all times as requirJd to perform adequate supervision and coordination of the work.
I .
CHANGES IN THE WORK:
The Owner may at ly time as the need arises, order changes within the scope of the
work without invalidating the Agreement. If such changes increase or decrease the
amount due under the Contract Documents or in the time required for performance
,
of the work, an equitable adjustment shall be authorized by Change Order.
1.
1.
2.
The Engineer, also, may at any time, by issuing a field order, make changes in the
details of the work. The Contractor shall proceed with the performance of any
changes in the work so ordered by the Engineer unless the Contractor believes that
.. I
such field order entitles him to a change in the contract price or time or both, in
GC-I0
GC-14.
GC-15.
4.
which event he shall give the Engineer written notice thereof within ten (10) days
after the receipt of the ordered change pending the receipt of an executed change
order or further instruction from the Owner.
CHANGES IN CONTRACT PRICE:
1.
The contract price may be changed only by a change order. The value of any work
covered by a change order or of any claim for increase or decrease in the contract
price shall be determined by one or more of the following methods in the order of
precedence listed below:
1.1 Unit prices previously approved.
1.2 An agreed lump sum.
1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and
other services necessary to complete the work. In addition there shall be
added an amount to be agreed upon but not to exceed fifteen (15) percent of
the actual cost of the work to cover the cost of general overhead and profit.
TIME FOR COMPLETION AND LIOUIDATEDDAMAGESi
1.
The date of beginning and the time for completion of the work are essential
conditions of the Contract Documents and the work embraced shall be commenced
on the date specified in the Notice to Proceed.
2.
The Contractor will proceed with the work at such rate of progress to insure full
completion within the contract time. It is expressly understood and agreed, by and
between the Contractor-and the Owner, that the contract time for the completion of
the work described herein is a reasonable time, taking into consideration the average
climatic and economic conditions and other factors prevailing in the locality of the
work.
3.
If the Contractor shall fail to complete the work within the contract time or extension
of time granted by the Owner, then the Contractor will pay to the Owner the amount
for liquidated damages as specified in the Agreement for each calendar day that the
Contractor shall be in default after the time stipulated in the Contract Documents.
The Contractor shall not be charged with liquidated damages or any excess cost when
the delay in completion of the work is due to the following and the Contractor has
promptly given written notice of such delay to the Owner or Engineer.
4.1 To any preference, priority or allocation order duly issued by the Owner.
4.2 To unforeseeable causes beyond the control and without the fault of
negligence of the Contractor, including but not restricted to, acts of God or
of the public enemy, acts of the Owner, acts of another Contractor in the
performance of a contract with the Owner, fires, floods, epidemics,
GC-l1
GC-16.
GC.;17.
quarantine restnctIons, strikes, freight embargoes and abnormal and
unforeseeable weather; and
4.3 . To any delays of subcontractors occasioned by any of the causes specified in
Paragraphs 4.1 and 4.2 of this Article.
CORRECTION OF WORK:
1.
The Contractor shall promptly remove from the premises all work rejected by the
Engineer for failure to comply with the Contract Documents, whether incorporated
in the construction or not and the Contractor shall promptly replace and re-execute
the work in accordance with the Contract Documents and without expense to the
Owner and shall bear the expense of making good all work of other Contractors
destroyed or damaged by such removal or replacement.
2.
All removal and replacement work shall be done at the Contractor's expense. If the
Contractor does not take action to remove such rejected work within ten (10) days
after receipt of written notice, the Owner may remove such work and store the
materials at the expense of the Contractor.
3.
Any omissions or failure on the part of the Engineer to disapprove or reject-anywork
or material shall. not be construed to be an acceptance of any defective work or .
material. The Contractor shall remove, at his own expense and shall rebuild and
replace same without extra charge and in default thereof the same may be done by the
Owner at the Contractor's expense or in case the Engineer shall not consider the
defect of sufficient importance to require the Contractor to rebuild or replace any
imperfect work or material, he shall have the power and is hereby authorized to make
an equitable deduction from the stipulated price.
SUBSURFACE CONDITIONS:
1.
The Contractor shall promptly and before such conditions are disturbed, except in the
event of an emergency, notify the Owner by written notice of:
1.1 Subsurface or latent physical conditions at the site differing materially from.
those indicated in the Contract Documents.
1.2 . Unknown physical conditions at the site, of an unusual nature, differing
materially from those ordinarily encountered and generally recognized as
inherent in work of the character provided for in the Contract Documents.
2. The Owner shall promptly investigate the conditions and if he finds that such
conditions do so materially differ and cause an increase or decrease in the cost of, or
in the time required, for performance of the work, an equitable adjustment shall be
made and the Contract Documents shall be modified by a Change Order. Any claim
of the Contractor for adjustment hereunder shall not be allowed unless he has given
GC-12
GC-18.
the required written notice; provided that the Owner may, if he determines the facts
so justify, consider and adjust any such claims asserted before the date of final
payment.
SUSPENSION OF THE WORK. TERMINATION AND DELAY:
1.
The Owner may, at any time and without cause, suspend the work or any portion
thereof for a period of not more than ninety days or such further time as agreed upon
by the Contractor, by written notice to the Contractor. The Engineer shall fix the date
on which work shall be resumed. The Contractor will resume that work on the date
so fixed. The Contractor will be allowed an increase in the contract price, an
extension of the contract time, or both, directly attributable to any suspension.
2.
If the Contractor is adjudged bankrupt or insolvent, or if he makes a general
assignment for the benefit of his creditors or if a trustee or receiver is appointed for
the Contractor or for any of his property or if he files a petitionto take advantage of
any debtor's act to reorganize under the bankruptcy or applicable laws or if he
repeatedly fails to supply sufficient skilled workmen or suitable materials or
equipment, or ifhe repeatedly fails to make prompt payments to subcontractors or for
labor, materials or equipment or if he disregards laws, ordinances, rules, regulations
or orders of any public body having jurisdiction of the work or if he disregards the
authority of the Engineer, or if, in the opinion of the Engineer, the Contractor fails
to make satisfactory progress in prosecuting the work, or ifhe otherwise violates any
provision of the Contract Documents, then the Owner may, without prejudice to any
other right or remedy and. after giving the Contractor and his Surety a minimum of
ten (10) days from delivery of a written notice, terminate the services of the
Contractor and take possession of the Project and of all materials, equipment, tools,
construction equipment and machinery thereon owned by the Contractor and finish
the work by whatever method he may deem expedient. In such case, the Contractor
shall not be entitled to receive any further payment until the work is finished. If the
unpaid balance of the Contract Price exceeds the direct and indirect costs of
completing the Project, including compensation for additional professional services,
such excess shall be paid to the Contractor. If such costs exceed such unpaid
balance, the Contractor will pay the difference to the Owner. Such costs incurred by
the Owner will be determined by the Engineer and incorporated in a Change Order.
3.
The Contractor must obtain permission from the Engineer before any equipment can
be removed from the job site. In the event such equipment is removed without the
Engineer's approval, the job will be terminated until such time as the equipment is
returned to the project and any time and money lost by the Contractor as a result of
moving the equipment shall be absorbed by the Contractor.
4.
. Where the Contractor's services have been so terminate by the Owner; said
termination shall not affect any right of the Owner against the Contractor then
existing or which may thereafter accrue. Any retention or payment of monies by the
GC-13
GC-19.
Owner due the Contractor will not release the Contractor from compliance with the
Contract Documents~
5.
After ten (10) days from delivery of a written notice to the Contractor and the
Engineer, the Owner, may, without cause and without prejudice to any other right or
remedy, elect to abandon the Project and terminate the Contract. In such case, the
Contractor shall be paid for all work executed and any expense sustained plus
reasonable profit.
6.
If, through no act or fault of the Contractor, the work is suspended for a period of
more than ninety (90) days by the Owner or under an order of court or other public
authority of the Engineer fails to act on any request for payment within thirty (30)
days after it is submitted or the Owner fails to pay the Contractor substantially the
sum approved by the Engineer within thirty (30) days of its. approval and
presentation, then the Contractor may after ten (10) days from delivery of a written
notice to the Owner and.the Engineer, terminate the Contract and recover from the
Owner payment for all work executed and all expenses sustained. In addition, and
in lieu of terminating the Contract, if the Engineer has failed to act on a request for
payment or if the Owner has failed to make any payment as aforesaid, the Contractor
may, upon ten (10) days. notice to the Owner and the Engineer, stop the work until
he has been paid all amounts then due, in which event and upon resumption of the
work, Change Orders shall be issued for adjusting the contract price or extending the
contract time or both to compensate for the costs and delays attributable to the
stoppage of the work.
7.
If the performance of all or any portion of the work is suspended, delayed, or
interrupted as a result of a failure of the Owner or the Engineer to act within the time
specified in the Contract Documents, or if no time is specified, within reasonable
time, aD. adjustmentin the contract price or an extension of the contract time or both,
shall be made by Change Order to compensate the Contractor for the costs and delays
necessarily caused by the failure of the Owner or the Engineer.
PA YMENTS TO THE CONTRACTOR:
1.
Between the first (1st) and the fifth (5th) of each month, the Contractor will submit
to the Engineer a partial payment estimate filled out and signed by the Contractor on
an approved form covering the work performed during the period covered by the
partial payment estimate and supported by such data as the Engineer may reasonably
require. If payment is requested on the basis of materials and equipment not
incorporated in the work but delivered and suitably stored at or near the site, the
partial payment estimate shall also be accompanied by such supporting data,
satisfactory to the Owner, as will establish the Owner's title to the material and
equipment and protect his interest therein, including applicable insurance. The
Engineer will, within thirty days after receipt of each partial payment estimate, either
indicate in writing his approval of payment and present the partial payment estimate
to the Owner, or return the partial payment estimate to the Contractor indicating in
GC-14
writing his reasons for refusing to approve payment. In the latter case, the Contractor
may make the necessary corrections and resubmit the partial payment estimate. The
Owner will, within thirty days of presentation to him of an approved partial payment
estimate, pay the Contractor a progress payment on the basis of the approved partial
payment estimate. The Owner shall retain ten (10%) percent of the amount of each
payment until final completion and acceptance of all work covered by the Contract
Documents. The Owner at any time, however, after fifty (50%) percent ofthe work
has been completed, if he finds that satisfactory progress is being made, shall make
payment on the current and remaining estimates, in full, so that the retained
percentage at the completion of the work will be approximately five (5%) percent.
On completion and acceptance of a part of the work on which the price is stated
separately in the Contract Documents, payment may be made in full, including
retained percentages, less authorized deductions.
2. The request for payment may also include an allowance for the cost of such major
materials and equipment which are suitably stored either at or near the site.
3. All work covered by partial payment shall thereupon become the sole property of the
Owner, but this provision shall not be construed as relieving the Contractor of the
sole responsibility for the care and protection of the work upon which payments have
been made or the restoration of any damaged work, or as a waiver of the right of the
Owner to require the fulfill'ment of all terms of the Contract Documents.
4. Upon completion and acceptance of the work, the Engineer shall issue a certificate
attached to the final payment request that the work has been accepted by him under
the conditions of the Contract Documents. The entire balance found to be due the
Contractor, including the retained percentages shall be paid to the Contractor, except
such sums as may be lawfully retained by the Owner for saving the Owner or the
Owner's agents harmless from all claims growing out of the lawful demands of
Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of
machinery and parts thereof, equipment, tools and supplies, incurred in the
furtherance of the performance of the work. The Contractor shall, at the Owner's
request, furnish satisfactory evidence that all obligations of the nature designated
above have been paid, discharged, or waived. If the Contractor fails to do so, the
Owner may, after having notified the Contractor, either pay unpaid bills or withhold
from the Contractor's unpaid compensation a sum of money deemed reasonably
sufficient to pay any and all such lawful claims until satisfactory evidence is
furnished that all liabilities have been fully discharged whereupon payment to the
Contractor shall be resumed, in accordance with the terms of the Contract
Documents, but in no event shall the provisions of this sentence be construed to
impose any obligations upon the Owner to either the Contractor, his Surety, or any
third party. In paying any unpaid bills of the Contractor, any payment so made by the
Owner shall be considered as a payment made under the Contract Documents by the
Owner to the Contractor and the Owner shall not be liable to the Contractor for any
such payments made in good faith.
GC-15
GC-20.
GC-21.
5.
If the Owner fails to make payment 30 days after approval by the Engineer, in
addition to other remedies available to the Contractor, there shall be added to each
such payment, interest at the maximum legal rate commencing on the fIrst day after
said payment is due and continuing until the payment is received by the Contractor.
ACCEPTANCE OF FINAL PAYMENT AS RELEASE:
1.
The acceptance by the Contractor of fInal payment shall be and shall operate as a
release to the Owner of all claims ~d all liability to the Contractor other than claims
in stated amounts as may be specifIcally excepted by the Contractor for all things
done or furnished in connection with this work and for every act and neglect of the
Owner and other relating to or arising out of this work. Any payment, however, final
or otherwise, shall not release the Contractor or his Sureties from any obligations
under the Contract Documents or the Performance Bond and Payment Bonds.
INSURANCE:
1.
The Contractor shall purchase and maintain during the life of this Contract such
insurance as will protect him from claims set forth below which may arise out of or
result from the Contractor's execution of. the work, whether .such execution by
himself or by any Subcontractor or by anyone directly or indirectly employed by any
of them or by anyone for whose acts any of them may be liable.
1.1 Claims under Workman's Compensation, disability benefit and other similar
employee benefit ads,
1.2 Claims for damages because . of bodily injury, occupational sickness or
disease or death of his employees,
1.3 Claims for damages because of bodily injury, sickness or disease or death of
any person other than his employees,
1.4 Claims for damages insured by usual personal injury liability coverage which
are sustained (1) by any person .as a result of an- offense directly or indirectly
related to the employment of such person by the Contractor or (2) by any
other person; and
1.5 Claims for damages because of injury to or destruction of tangible property,
including loss of use resulting therefrom.
2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior
to commencement of the work. These Certificates shall contain a provision that
coverages afforded under the policies will not be canceled unless at least fifteen (15)
days prior written notice has been given to the Owner and Program Manager.
GC-16
3. The Contractor shall procure and maintain, at his own expense, during the life of the
Contract, liability insurance as hereinafter specified.
3.1 Contractor's General Public Liability and Property Damage insurance
including vehicle coverage issued to the Contractor and protecting him from
all claims for personal injury, including death, and all claims for destruction
of or damage to property, arising out of or in connection with any operations
under the Contract Documents, whether such operations be by himself or by
any Subcontractor under him or anyone directly or indirectly employed by the
Contractor or by a Subcontractor under him. Insurance shall be written with
a limit of liability of not less than $200,000 for all damages arising out of
bodily injury, including death, at any time resulting therefrom, sustained by
anyone person in anyone accident; and a limit of liability of not less than
$500,000 for any such damages sustained by two, or more persons in anyone.
accident. Insurance shall be written with a limit of liability of not less than
$100,000 for all property damage sustained by anyone person in anyone
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. Contractor's
insurance policy shall name Owner and Program Manager as insureds under
this policy.
3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended
Coverage insurance upon the Project to the full insurable value thereof for the
benefit of the Owner, the Contractor and Subcontractor as their interest may
appear. This provision shall in no way release the Contractor or Contractor's
Surety from obligations under the Contract Documents to fully complete the
Project.
4. The Contractor shall procure and maintain, at his own expense, duringthe life of the
Contract, in accordance with the provisions of the laws ofthe state in which the work
is performed, Workman's Compensation Insurance, including occupational disease
provisions, for all of his employees at the siteof the project and in case any work is
sublet, the Contractor shall require such Subcontractor similarly to provide
Workman's Compensation Insurance, including occupational disease provision for
all of the latter's employees unless such employees are covered by the protection
afforded by the Contractor. In case any class of employees engaged in hazardous
work under this Contract at the site of the Project is not protected under Workman's
Compensation statute, the Contractor shall provide and shall cause each
Subcontractor to provide adequate and suitable insurance for the protection of his
employees not otherwise protected.
5. The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance
for work to be performed. Unless specifically authorized by the Owner, the amount
of such insurance shall not be less than the contract price totaled in the bid. The
policy shall cover not less than the losses due to fire, explosion, hail, lightening,
vandalism, malicious mischief, wind, collapse, riot, aircraft and smoke during the
GC-17
GC-22.
GC-23.
GC-24.
contract time and until the work is accepted by the Owner. The policy shall name as
the insured the Contractor, the Engineer and the Owner.
Contractor shall provide a Builders Risk All Risk insurance policy for the full
replacement value of. all Project work including the value of all onsite Owner-
furnished equipment and/or materials associated with Program Manager's services.
Such policy shall include coverage for loss due to defects in materials and
workmanship and errors in design, and will provide a waiver of subrogation as to
Program Manager and the Owner, and their respective officers, employees, agents,
affiliates, and subcontractors.
CONTRACT SECURITY:
1.
The Contractor shall, within ten (10) days after the receipt of the Notice of Award,
furnish the Owner with a Performance Bond and a Payment Bond in penal sums
equal to the amount of the contract price, conditioned upon the performance by the
Contractor of all undertakings, covenants, terms, conditions and agreements of the
Contract Documents and upon the prompt payment by the Contractorto all persons
supplying labor and materials in the prosecution of the work provided by the Contract
Documents. . Such bonds shall be executed by the Contractor and a corporate bonding.
company licensed to transact business in the state in which the work is to be
performed and named on the current list of "Surety Companies Acceptable on
Federal Bonds" as published in the Treasury Department Circular Number 570. The
. expense of these bonds shall be borne by the Contractor. If at any time a Surety on
any such bond is declared a bankrupt or loses its right to do business in the state in .
which the work is to be performed or is removed from the list.of Surety Companies
accepted on Federal Bonds, Contractor shall within ten (10) days after notice from
the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum
and signed by such other Surety or Sureties as may be satisfactory to the Owner. The
premiums on such bonds shall be paid by the Contractor. No further payments shall
be deemed due nor shall be made until the new Surety or Sureties shall have
furnished an acceptable bond to the Owner.
ASSIGNMENTS:
.1.
Neither the Contractor nor the Owner shall sell, transfer, assign or otherWise dispose
of the Contract or any portion thereof, or his right, title or interest therein, or his
obligations thereunder, without written consent of the other party.
INDEMNIFICATION:
1.
The Contractor will indemnify and hold harmless the Owner and Program Manager
and the Engineer and their agents and employees from and against all clairris,
damages, losses and expenses including attorney's fees arising out of or resulting
from the performance of the work, provided that any such claim, damage, loss or
expense is attributable to bodily injury, sickness, disease Slr death, or to injury to or
GC-18
GC-25.
destruction of tangible property, including the loss of use resulting therefrom; and is
caused in whole or in part by any negligent or willful act or omission of the
Contractor and Subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable.
2.
In any and all claims against the Owner or the Engineer or any of their agents or
employees, by an employee of the Contractor, Subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be
liable, the indemnification obligation shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable by
or for the Contractor or any Subcontractor under Workman's Compensation acts,
disability benefit acts or other employee benefits acts.
3.
The obligation of the Contractor under this paragraph shall not extend to the liability
of the Engineer, his agents or employees arising out of the preparation or approval
of maps, drawings, opinions, reports, surveys, change orders, design or
specifications.
SEPARATE CONTRACTS:
1.
The Owner reserves the right to let other contracts in connection with this Project.
The Contractor shall afford other contractors reasonable opportunity for the
introduction and storage of their materials and the execution of their work and shall
properly connect and coordinate his work with theirs. If the proper execution or
results of any part of the Contractor's work depends upon the work of any other
Contractor, the Contractor shall inspect and promptly report to the Engineer any
defects in such work that render it unsuitable for such proper execution and results.
2.
The Owner may perform additional work related to the Project by himself or he may
let other contracts containing provisions similar to these. The Contractor will afford
the other Contractors who are parties to such contracts (or the Owner, if he is
performing the additional work himself), reasonable opportunity for the introduction
and storage of materials and equipment and the execution of the work and shall
properly connect and coordinate his work with theirs.
3.
If the performance of additional work by other Contractors or the Owner is not noted
in the Contract Documents prior to the execution of the Contract, written notice
thereof shall be given to the Contractor prior to starting any such additional work.
If the Contractor believes that the performance of such additional work by the Owner
or others involves him in additional expense or entitles him to an extension of the
contract time, he may make a claim therefor as provided in SectionsGC-13 and GC-
14.
GC-19
GC-26.
GC-27.
GC-28.
SUBCONTRACTING:
1.
The Contractor may utilize the services of specialty Subcontractors on those parts of
the work which, under normal contracting practices, are performed by specialty
Subcontractors.
2.
The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%)
percent of the Contract Price, without prior written approval of the Owner.
3.
The Contractor shall be fully responsible to the Owner for the acts and omissions of
his Subcontractors, and of persons either directly or indirectly employed by them, as
he is for the acts and omissions of person directly employed by him.
4.
The Contractor shall cause appropriate provisions to be inserted in all subcontracts
relative to the work to bind the Subcontractors to the Contractor by the terms of the
Contract Documents insofar as applicable to the work of Subcontractors and to- give
the Contractor the same power as regards terminating any subcontract that the Owner
may exercise over the Contractor under any provision of the Contract Documents.
5.
Nothing contained in this Contract shall create any contractual relation between any
Subcontractor and the Owner.
ENGINEER'S AUTHORITY:
1.
The Engineer shall act as the Owner's representative during the construction period.
He shall decide questions which may arise as to quality and acceptability of materials
furnished and work performed. He shall interpret the intent of the Contract
Documents in a fair and unbiased manner. The Engineer will make visits to the site
and determine if the work is proceeding in accordance with the Contract Docu-ments. .
2.
The Contractor will be held strictly to the intent of the Contract Documents in regard
to the quality of materials, workmanship and execution of the work. Inspections may
be made at the factory or fabrication plant or the source of material supply.
3.
The Engineer will not be responsible for the construction means, controls,
techniques, sequences, procedures, or construction safety.
4.
The Engineer shall promptly make decisions relative to interpretation of the Contract
Documents.
LAND AND RIGHTS-OF-WAY:
1.
The Owner will furnish all land and rights-of-way necessary for carrying out and for
the completion of the work to be performed pursuant to the Contract Documents. If
all land and rights-of-way are not obtained prior to the issuing of the Notice to
Proceed, the Contractor shall begin work upon lands and rights-of-way that have
been acquired.
GC-20
GC-29.
GC-30.
GC-31.
GC-32.
2.
The Owner shall provide to the Contractor information which delineates and
describes the lands owned and rights-of-way acquired.
3.
The Contractor shall provide at his own expense and without liability to the Owner
any additional land and access thereto that the Contractor may desire for temporary
construction facilities, or for storage of materials.
GUARANTEE:
1.
The Contractor shall guarantee all materials and equipment furnished and work
performed for a period of one (1) year from the date of substantial completion. The
Contractor warrants and guarantees for a period of one (1) year from the date of .
substantial completion of the system that the completed system is free from all
defects. due to faulty materials or workmanship and the Contractor shall promptly
make such corrections as may be necessary by reason of such defects including the
repairs of any damage to other parts of the system resulting from such defects. The
Owner will give notice of observed defects with reasonable promptness. In the event
that the Contractor should fail to make such repairs, adjustments or other work that
may be necessary by such defects, the Owner may do so and charge the Contractor
the cost thereby incurred. The Performance Bond shall remain in full force and effect
though the guarantee period.
TAXES:
1.
The Contractor will pay all sales, consumer, use and other similar taxes required by
. the law of the place where the work is performed.
WORK ADJACENT TO RAILWAY OR OTHER PROPERTY:
1.
Whenever the work embraced in this Contract is. near the tracks, structures or
buildings of the Owner or of other railways, persons, or property, the work shall be
so conducted as not to interfere with the movement of trains or other operations of
the railway, or, if in any case such interference be necessary, the Contractor shall not
proceed until he has first obtained specific authority and directions therefor from the
proper designated officer of the Owner and has the approval of the Engineer.
ORDER AND DISCIPLINE:
1.
The Contractor shall at all times enforce strict discipline and good order among his
employees and any employee of the Contractor who shall appear to be incompetent,
disorderly or intemperate or in any other way disqualified for or unfaithful to the
work entrusted to him, shall be discharged immediately. on the request of the
Engineer and he shall not again be employed on the work with the Engineer's written
consent.
GC-21
GC-33.
GC-34.
GC-35.
GC-36.
GC-37.
WARNING DEVICES AND SIGNS:
1.
The Contractor shall furnish, erect, paint and maintain warning devices when
construction is on or near public streets for the protection of vehicular and pedestrian
traffic. Such devices will be in accordance with the Georgia Manual on Uniform
Traffic Control Devices for Street and Highways, "Traffic Control for Highway
Construction and Maintenance Operations," latest edition.
2.
A 20" x 30" sign, mounted on a solid post, 8 feet above the ground, indicating the
name and a 24-hour phone number of the Contractor in 4" letters, shall be erected at
prominent locations on the construction site as directed by the Engineer. The
Contractor may remove the sign following the maintenance period.
SPECIAL RESTRICTIONS:
1.
No work shall be allowed after the hours of darkness or on Sunday without
permission of the Owner.
2.
If Contractor wishes to work before 8 a.m. or after 5 p.m. Monday through Friday,
on weekends, or Augusta;Georgia legal holidays refer to Special Condition SC-25.
AS-BUILT DRAWINGS:
1.
The Contractor shall furnish to the Engineer three (3) sets of marked up drawings for
an "As-built" record showing all deviations from the Contract Drawings. The
marked up sets shall include actual dimensions from permanent markers accurately
locating all underground piping.
CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER:
1.
The Contractor shall not employ or hire any of the employees of the Owner.
DRAWINGS:
The Owner will furnish to the Contractor, free of charge, up to five (5) sets of direct
black line prints together with a like number of complete bound specifications for construction
purposes. Location of all features of the work included in the Contract are indicated on tlie Contract
Drawings. The following drawings comprise the plans for the Contract:
Note:
GC-38.
The Contract Drawings are listed under Special Condition SC-02., LIST OF
DRAWINGS:.
FIELD OFFICE FACILITIES:
The Contractor shall provide, at a point convenient to the work, suitable office
facilities for housing records, plans and contract documents. A telephone shall be provided at the
Contractor's office for expediting the work and be made available for the use of the Engineer. A
GC-22
complete and up-to-date set of the plans and specifications shall be available at the field office at all
times that the work is in progress.
GC-39.
RIGHTS-OF - WAY:
The Owner will furnish all land and rights-of-way necessary for the carrying out of
this contract and the completion of the work herein contemplated and will use due diligence in
acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and
rights-of-way may not be obtained as herein contemplated before construction begins, in which event
the Contractor shall begin his work upon such land and rights-of-way as the Owner may have
previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in
obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from
proceeding with the work or from authorizing its prosecution, either before the commencement, by
reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said
work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said
delay or to withdraw from the contract except by consent of the Owner; but time for completion of
the work will be extended to compensate for the time lost by such delay; such determination to be
setforth in writing and approved by the Owner.
GC-40.
ESTIMA TE OF QUANTITIES:
The estimated quantities of work to be done and materials to be furnished under this
contract if shown in any'of the documents including the bid are given only for use in comparing bids
and to indicate approximately the total amount of the contract and the right is especially reserved
except as herein otherwise specifically limited to increase or diminish them as may be deemed
reasonably necessary or desirable by the Owner to complete the work contemplated by this contract
and such increase or diminution shall in no way vitiate this contract nor shall any such increase or .
diminution give cause for claims or liability for damages.
GC-41.
EXISTING STRUCTURES AND UTILITIES:
The existence and location of structures and underground utilities indicated on the
plans are not guaranteed and shall be investigated and verified in the field by the Contractor before
starting work. The Contractor shall be held responsible for any damage to and for maintenance and
protection of existing utilities and structures.
GC-42.
CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS:
The Contractor shall, immediately after the contract has been awarded, submit to the
Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major
elements of equipment, material and labor comprising the total work included under any of the lump
sum items shown in the proposal. These estimates as approved will serve as the basis for estimating
of payments due on all progress estimates.
GC-23
GC-43.
PRIOR USE BY OWNER:
Prior to completion of the work, the Owner may take over the operation and/or use
of the uncompleted project or portions thereof. Such prior use of the facilities by the Owner shall
not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of
the Contract Documents.
GC-44.
CLEANING UP:
The Contractor shall keep the premises free from the accumulation of waste material
and rubbish and upon completion of the work, prior to final acceptance of the completed project by
the Owner, he shall remove from the premises all rubbish, surplus materials, implements, tools, etc.,
and leave his work in a clean condition, satisfactory to the Engineer.
GC-45.
MAINTENANCE OF TRAFFIC:
In any work within the public right-of-way, the Contractor shall provide adequate
warning and protection for pedestrian and vehicular traffic from any hazard arising out of the
Contractor's operations and will be held responsible for any damage caused by negligence on his part
or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes,
sidewalks and driveways will be kept open and clear. at all times except as provided below. The
Contractor shall not block traffic on any street more than 30 minutes or without written permission
from such agency. Before leaving the work each night, it shall be placed in such condition as to
cause the least possible hazard therefrom: Should the Contractor fail to comply with the provisions
of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or
passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor.
GC-46.
MAINTENANCE OF ACCESS:
The Contractor will be required to maintain access to business establishments during
all time they are open for business, to churches; schools and other institutions during the time they
are open and to all residential and other occupied buildings or facilities at all times. Bridges across
open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges
with handrail protection will be required for crosswalks at street intersections. It is recognized that
it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The
Contractor shall, however, plan and pursue his operations so as to minimize the time that direct.
entrance is blocked.
GC-47.
EROSION CONTROL AND RESTORATION OF PROPERTY:
The Contractor will be required to schedule his work and perform operations in such
a manner that siltation and bank erosion will be minimized during all phases of construction. Any
areas disturbed during the. course of construction shall be restored to a condition equal or better than .
the original condition. The Contractor will be required to submit a Soil Erosion and Sedimentation
Control plan that is in. compliance with the work site erosion control plan, per the Georgia
Department of Transportation.
GC-24
GC-25
GC-48.
BYPASSING SEW AGE:
The Contractor will be required to schedule and coordinate construction sequences
and to use temporary construction and other approved methods which will minimize the bypassing
of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or
streams will not be permitted.
GC-49.
SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31-
596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54).
GC-50.
PRECONSTRUCTION CONFERENCE:
A preconstruction conference shall be held at an acceptable time to the Owner and
the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements
of the Contract Documents.
SUP - 1
Engineering Department
PointeWest Drainage
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.
SUP-2
Engineering Department
PointeWest Drainage
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
liens, 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.
Respectfully submitted
~/~I'.> ~'/5-hv'(::_/;:o-/, ~c_ ,
(Name of Firm) /
?o. /3c?~ ?)O &c..-?) &# ;70:0='7"
(Business Address)
By: C..llvL .~V~ I Jl{(;:l:-~
SECTIONP
PROPOSAL
Date: ~--y 23 1'. 2vog
I /
Gentlemen:
In compliance with your invitation for bids dated S-- 2-3 , 200g, the undersigned hereby
proposed to furnish all labor, equipment, and materials, and to perform all work for the
installation of roadway improvements, and appurtenances referred to herein as: .
Pointe West Subdivision Drainage Improvements
Project Number: 323-04-203823372
In strict accordance with the Contract Documents and in consideration of the amounts shown on
the Bid Schedule attached hereto and totaling:
I"
sev~l?...,.ck/ hr &,- ~/~- /7;J,,:v.Jc.-:1'd /i;..,/ ~'"7cr"~~ 5ecve--A ,N!{'-, e.. ~_
o !I/o = DOLLARS ($ ?,t--B, (?)'j' =:.!.- ) /
, /
The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days
of receipt of such notice execute a formal contract agreement with the OWNER, and that he will
provide the bond or guarantees required by the Contract Documents.
The undersigned hereby agrees that, if awarded the contract, he will commence the work within
1Q calendar days after the date of written notice to proceed, and that he will complete the work
within 180 calendar days.
The undersigned acknowledges receipt of the following addenda:
Addendum No. / d"Jed ~~t>
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Addendum No.
Title: 0c.e (--;U/'r!:"J(de~-f-
p - ]
Pointe West Subdivision Draina2"e Improvements
Proiect Number: 323..,04-203823372
c;>G'
001-1000 FORCE ACCOUNT LS 70 t;?c:>c::;> -
161-9999 CONTROL OF SOIL EROSION AND SEDIMENTATION
. TYPE "C" SILT FENCE
. TEMPORARY.GRASSING
. CONSTRUCTION EXITS
. CHECK DAMS
. INLET SEDIMENT TRAPS
. ROCK FILTER DAMS
. FILTER RINGS
. RETROFITTING MISCELLANEOUS EROSION CONTROL
STRUCTURES
. MAINTENANCE OF SOIL f;ROSION AND
SEDIMENTATION .~ ~
. LUMP SUM LS 323cr)- 3237) -
205 -0001 UNCLASSIFIED EXCAVATION TRENCH ROCK CY 250 3)~
BORROW EXCAVATION, INCLUDiNG MATERIAL (PIPE 7 f/2- ~2 2-"7'
206-0002 . BACKFILL CY 5.700
SELECTED BORROW EXCAVATION, INCLUDING MATERIAL &> ~B
206-0020 DAM REPAIR CY 500 z;.> -
FOUNDATION BACKFILL MATERIAL, TYPE II (#57 STONE), /&E!-. 05""? 2-
207 -0203 FOR ADDITIONAL UNCLASSIFIED EXCAVATION CY 400
210-0250 UNDERCUT EXCAVATION UNSUITABLE MATERIAL CY 400 5~ 2/2-0
230-1000 LUMP CONSTRUCTION
. REMOVE AND RESET FENCES, ALL TYPES
. REMOVE AND RESET GATES, ALL TYPES
. REMOVE AND RESET YARD LAMPS, TYPE VARIES
. REMOVE AND RESET SIGNS, TYPE VARIES
. TRAFFIC CONTROL
. CLEARING AND GRUBBING, INCLUDING POND
. MISCELLANEOUS GRADING, INCLUDING POND
. PROPERTY RESTORATION
. REMOVAL OF EXISTING STORM HEADWALLS
. MOBILIZATION & DEMOBILIZATION
. BONDS AND INSURANCE
. PERMANENT GRASSING
. RESTORATION INCLUDING CONCRETE CURB AND
GUTTER, STONE BASE AND ASPHALT PAVING
. BYPASS PUMPING
. RAISE/LOWER MANHOLE TOPS AND VALVE BOXES TO
GRADE SHORING, IF REQUIRED
. TIES TO EXISTING STORM SEWER
. RECONSTRUCT RETAINING WALLS, AS NECESSARY hf?
. LUMP SUM L5 I &>2-gg b ~z g -
P-2
ARC Ellf!ineerilH! Denartmellt
..
I.
.. ~
GRADED AGGREGATE SURFACE COURSE, 4 INCH, ~ /S- 5 =
310-7040 INCLUDED MATERIAL SY 1,250 ..;- S'/B') --
CLASS A CONCRETE, FILLER (SANITARY SEWER ?/.~ ?/~~
500-3108 ENCASEMENT) CY 10
CLASS A CONCRETE, INCLUDING STEEL REINFORCEMENT 5'5'3 ?f: /3 B0-3 5'&>
500-3800 (STORM HEADWALLS) CY 25
550-1181 STROM DRAIN PIPE, 18" C,P,P.,H1-10 LF 130 25 .~ 33 Cp/-e 0
:....--
STORM DRAIN PIPE, 36" RC.P., 47o~ &//-5~ .Z-S
550-1360 H1-10 LF 1,025
STORM DRAIN PIPE, 36" RC.P., [PiP !l- 3fL--z;P, lL-
550-1361 H 10-15 LF 525
STORM DRAIN PIPE, 54" RCP., /2-6 ?2. /2- 2-3/ S-
550-1541 H 10-15 LF 95
STORM DRAIN PIPE, 60" RC.P., /~I ?:::- :5'0 '735' 50
550-1600 H 1-10 LF 315
STORM DRAIN PIPE, 72" RC.P., /7/ !!: G:P&~ 2-
550-1720 H 1-10 LF 360 ..-
STORM DRAIN PIPE, 84" RC,P., 3ot;J '!!- g")~/S c:>
550-1840 H 1-10 LF 285
STORM DRAIN PIPE, 84" RC.P., 305" ~ /20-:7~ rz:.
550-1841 H 10-15 LF 35
550-4236 FLARED END SECTION; 36" RC., STORM DRAIN EA 1 /2-5 2- ~ /2-52. -Z 2-
~
550-5110 REINFORCED CONCRETE PIPE, 5'x3' BOX LF 50 308 3~ /S-f?-/iS $'0
550-5120 REINFORCED CONCRETE PIPE, 8'x4' BOX LF 25 4?B:/ ~ /2/86 75
603-2012 STONE DUMPED RIP RAP, TYPE I, 12" SY 350 /b~. 5~'7g c:> .
~
CHAIN LINK FENCEW/EXT. ARMS AND BARBED WIRE, ZINC 'f?6-f5 2oS-s2 =<-
643-2152 COATED, 6 FT., 9 GA. LF 1400 /: -
20 FT. DOUBLE GATE (10 FT EACH), CHAIN LINK W/EXT. ? 7'S-~ /570 ~ e:;>
643-8010 ARMS AND BARBED WIRE, ZINC COATED - 6 FT., 9 GA. EA 2 -
SANITARY SEWER PIPE, 8" D.l.P. (INCLUDING TRANSITION g0~.' /,}22- t: ~
660-0808 COUPLINGS FOR TIE) LF 20
668-1100 CATCH BASIN, GROUP I EA 4 2P73 ~ 9 <Y?-;L-- ~=
668-1110 CATCH BASIN, GROUP I, ADDITIONAL DEPTH VF 25 /ot;;;. ~ 2&s-=' ~
668-1200 CATCH BASIN, GROUP 2 EA 3 5oe.).~ /5'Z<b2-. ~?'
668-1205 CATCH BASIN, GROUP 2, SPECIAL DESIGN EA 4 S- ~)l-f?!:l- 22574:? 7'2-
668-1210 CATCH BASIN, GROUP 2. ADDITIONAL DEPTH VF 15 /)fL- ~ 2<023 :: !?.
CATCH BASIN, GROUP 2, ADDITIONAL DEPTH, SPECIAL .
668-1215 DESIGN VF 25 /}t7 ~ f?372-~ :3-
668-2100 DROP INLET, GROUP 1 EA 2 2/2) ?J"- 1"-2- S- S- ~
668-2110 DROP INLET, GROUP 1, ADDITIONAL DEPTH VF 7 7'".:: /G> ~3o z:::.
0-
668-2200 DROP INLET, GROUP 2 EA 2 (?030 ~ &0// ~ :::..
668-2205 DROP INLET, GROUP 2 SPECIAL DESIGN EA 1 {?22-l5 ;d: ~22g {?
~
668-2210 DROP INLET, GROUP 2, ADDITIONAL DEPTH VF 10 /~3e /f/-3/ ~ -
DROP INLET, GROUP 2, ADDITIONAL DEPTH, SPECIAL /;?f/- ~ S7p ~ ~
668-2215 DESIGN VF 5
PRECAST POND OUTLET STRUCTURE, INCLUDING TRASH 5<;?7/ ~ _s07>/ ~ ~
668-2300 RACK EA 1
TIE TO EXISTING STORM JUNCTION BOX AND REPLACE 53 C;-7 ez 53 fl-7"~ 2-
668-5005 TOP WITH WEIR TOP EA 1 l--
716-2000 EROSION CONTROL MATS SY 1,800 t.2- ?8/0~ t=-
2-
CONTRACT GRAND TOTAL If 7~~ ~ /)7'
2~
.c:>
-
o
s-
s-
-
::.>
--
01
P-3
ARC Engineering Department
Pointe West Drainage
Room 605 - 530 Greene Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821-2811
www.augustaga.gov
Register at www.demandstar.com/supplier for automatic bid notification
ADDENDUM 1
Page 1 of 1
~~~lB/l/~NBlB/l/
~ ~N ~ld, 12lRW'th"'
TO: All Bidders
Phyllis Mills, Quality Assurance Analyst
FROM: Geri Sams .~ ffm.
Procurement Director
DATE: May 08,2008
SUBJ: Questions Received from Vendors
RFP ITEM: 08-128 Pointe West Subdivision Drainage Improvements
OPENING: Friday, May 23th at 11 :00 A.M.
ADDENDUM NO.1
Mabus Brothers Construction Co.. Inc
1) Question: Will the use of Ultra Flow aluminized CMP be allowed in place ofRCP or CPP?
Answer: No CMP will be used on this project The only material that will be used is
what is stated in the Construction Plans.
2) Question: Deductive alternate #1 needs to be clarified, Item 550-1181 should read RCP
instead of CPP.
Answer: Question #2 can be addressed by deleting Deductive Alternate #1 in its
entirety. This was an oversight on our part (Cranston Engineering) and should not
have been included in the first place.
3) Question: What is the amount of the Force Account?
Answer: The amount of the Force Account is $70,000.00
4) Question: Mabus Brother request that item #310-7040 Graded Aggregate Surface Course, 4"
be bid by the TON. Aggregate surface course is used for so many unforeseen applications,
#318-3000 is the item # for Aggregate Surface Course by the TON. Recommend unit
quantity stay the same 1,250 TNS.
Answer: No to be billed as shown on detailed estimate.
Please acknowledge addendum in your submittal.
END ADDENDUM
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 he the first order of work where minor structures requiring
adjustment are included in the contract.
AGGREGATE SURF ACE COURSE:
The item aggregate surface course is for use in inclement weather to facilitate the movement of
local traffic along roadway construction and to permit ingress and egress at drives. When used
for this purpose, Section 318, Georgia Standard Specifications, is modified to permit truck
dumping on unprepared and muddy subgrade. Section 318 is further modified to permit the use
of crusher run stone as described in Subsection 806.02.
The Contractor will have the choice of the following materials:
Graded Aggregate Subsection 815.01
Coarse Aggregate Size 467 Subsection 800.01
Stabilizer Aggregate Type 1 or 2 Section 803
Crushed Stone Subsection 806.02
All materials to be used as directed by the Engineer
AS-BUlL T 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-builts 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.
G - 1
Engineering Department
Pointe West Drainafle
COMPACTION:
All compaction shall be as defined in the current edition of Georgia department of Transportation
Specifications. Special attention shall be given to the backfill of minor structures (pipe, box
culverts, manholes, catch basins, drop inlets, curves and gutters, 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 Ibs. Cement
per cubic yard. Class "B" concrete shall have a minimum of 470 Ibs. Cement per cubic yard.
Concrete not meeting these requirements will be rejected by the Engineer.
NOTE: No concrete shall be placed until all required equipment such as slump cone, curing
compound and dispensor, etc., all in good working condition, are on the site. Inspectors must be
given a minimum one-hour advance notice. No concrete shall be placed without the Inspector
present unless otherwise directed by the Engineer. All concrete shall be placed during the
Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise directed by the
Engineer. Formed surfaces shall receive finish immediately after removing forms. Forms shall
be removed as provided in Section 500 of GA.DOT Specifications.
CONSTRUCTION:
Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header
curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise noted.
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
G -2
Engineering Department
Pointe West Drainafle
be used primarily on the high side of super-elevated curves. The Contractor should use caution
with standard variance and place special emphasis on hydraulic considerations.
The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use
on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160 of the
Standard Specifications and page PPA-l of this document.
All storm drain pipe, side drain pipe, pipe culvert wing-walls, steps, retaining walls, curbs and
gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as
a removal pay item will be removed as Clearing and Grubbing, Grading Complete, Grading
Per Mile on Lump Sum Construction..
Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to
remain within the right of way.
Curb cut ramps in accordance with Standard 9031- W are to be used at all street intersections on
this project.
Asphalt milling where specified for use on existing pavement that is to be resurfaced adjacent to
curb and gutter. Finished surface on asphalt pavement shall not exceed W' above the gutter line
as shown on Georgia Standard 9031-1.
CONSTRUCTION LAYOUT:
Construction layout work shall be performed by the Contractor. See Section 149 of the Standard
Specifications.
CONSTRUCTIONIUTILITY SCHEDULE:
The contractor shall prepare an overall Time-Logic Schedule that includes all major utility
relocations, proposed utilities, and construction activities. A detail schedule for utility relocations
from all utility companies shall be submitted to the contractor prior to the PreConstruction
meeting. The Contractor shall present this schedule at the Preconstruction meeting for
discussion. The schedule shall consist of the following:
1. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility
Company)
2. The ES-Early Start, EF-Early Finish, LS-Late Start, 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 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, Primavera softwares.
G - 3
Engineering Department
Pointe West Drainafle
'"
0
~
'"
"
0
-
fJ ~ ~ ~
~ ~ ~ .!,~ ~ k~ t
0 0
'" ~ .~
0 I :;LJ I ~
~ '6
JI .
N .
~ Cl
5 '"
.~ lUl r
~ !o ~ JI .11
8 ~II ~ ~ ~
N tit 'rii=~
- L, ~
5 ~ ~
~ . ~ j
E ~
g ~
~ ~ ~
(I) ~ ..
~ ~ E
~ ; .. J< e J!l J!l
~ a. ,jj ,jj
~ ~..
.. ~ } JI --.l' U
"
0 .n .~
~
~ .~
~ .
'" .u ~
0
.... ~ e:
'" ~
() "... a.
W o- j ~ ~
"") t E E
0 E g
a:: ~ ~
(I) en
Q.
.... '" I c:i
z 0
~ U
W z
~ N Q::::
" 1-...
W 0 U'"
> ::>.:.
"'...
0 :0 1-'"
en-'-
a:: z'"
~ o~
Q. u-
~ ~ U
III
'" " J!l '"
0 ~
0 0 en
N . . .~
<l: - 0 .E
" ~ 1 ~
0 0
a:: on '" '" '" '" '" '" on on on on '" ~ '" "' ~ "' ~ '" ~ '" '" '" '" '" ~ '" ~ '" '" '" '" "' "' '" '" '" '" <0 '" '" III lD lD
~. ~ e S ~ e ~ S ~ e ~ ~ e 0 e e e ~ e ~ ~ e ~ e 1il ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
N ;!: ~ ~ ~ ~ ~ ~ ~ S iii ~ ~ ~ 05 5!;
>- ~~ ;:: ;; 0; Ol ;;; 1'i ~ ~ lii 5i lii 5i ~ iO <0 '" I I
'" .C .0 . . . ... . 0 . ~
X E"t: . ~ . i . . . ~ ~ u. u. .C .0 . 0 ~ .= . . ~ . . . . ~ ~ 1: .C .:: .0 . 0 0 .
...... '" '" '" '" ~ '" .C . ... 0 ... . 0 . '" '" l- I- .= I- u. ... . . u. I- 0 ::> l- I-
l- I- l- I- l- I- l- I- U. I- '" 0 I- ::> l- I- l- I- l- . . ::>
I- ::> l- I-
"' "' ~ "' '" '" '" '" on '" on on on on "' on on <0 '" '" '" <0 '" ~ '" '" ~ '" ~ ~ '" '" on '" '" <0 '" <0 ~ ~ ~
~ 0 ~ ~ ~ 0 ~ ~ e ~ e ~ ~ ~ ~ S ~ ~ ~ ~ 0 ~ ~ ~ ~ ~ e e ~ ! ~ e ~
... ~ ~ ~ ~ i?l 0 g N ~
,,::: 13 ;; ~ g ;; g 1'i ;;; ~ N 5i 5i !a S! fi:l
.<0 '" ;:: Ol ... Ol 0 0 0 " ~ ... in . .
U5if 1: .0 .C .C .0 .:: .C .0 " .0 " .0 .0 .:: .0 0 0 . ~ . " " .0 ~ " " " ~ " " " C " C 0 . .= .=
u. u. ... ... ... ... ... ... ... ... ... ... ~ ::> ::> . 0: ~ . ... . 0: ~ . ~ ~ . 0 0 0 0 .=
... l- I- 0: 0: 0: 0: 0: 0: 0: :; ::! :; ::!
~
'"
~ ~ ~ *' ~ i ~ ~ *' ~ ~ ~ ~ ! ~ ~ ! ~ ~ ~ ~ ~ ~ *' ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ '" ! '" *' !'
g~ '" '" '" '" '" '" '" 1;" '" '" '" '" 1;" ~ '" '" '" '" '" '" .1J ~
. .1J . . .1J . '" . .1J '" ~ '" . '" ~ '" ~ . . . '" . '" "
" " " " " " " " " " " " " " " " " " " " " " " " " " " - - " a.
~o 0 ~ ~ on ~ '" 0 '" ;:; ~ :g '" ;:; '" N .. ... <0 <D ~ on ... ... 0 0 '" ~ ~ ~ '" '" 0 ~ on '" N ~ 0 '" ~
'" N ... N N N '" ... ... N N '" ~
Cl . "
I- (I) I-
~ ~ ~ 8 ~ I
0 ~ ~ ~
0 J!i J!i rn
0 0 0 ~ J!i
~ ';' 8 0 ';' (I) en (I) Vi
+ ~ 0 .9 .9 .9
~ ~ N .9 .9
~ 0 8
J!i rn rn .9 8 0 ';'
J!i ';' ~
(I) (I) Vi Vi ~ ~ 0 ~ ~ *
g g g g 0 0 ~ 0 rn J!i rn J!i 0 ~ 8'
0 0 0 0 ';' ';' rn Vi Vi ';' ~ ~ 8 0 ~
0 0 ';' 0 ';' J!i 0- (I) en :il 0 il " 0:
0 + + 0 ~ :il ~ ~ ~ ~ '" + ~ (I)
+ ~ 0 ~ ~ N ~ 0 '" '" '" '" N ~ 0 ~ 0 5
0 N J!i rn rn N . . ~ . rn N ';' ~ ~ ~
rn rn rn rn rn Vi Vi :c ~ . . . rn Vi rn J!i rn rn :il a.
(I) ~ ~ ~ ~ Vi 'E 'E 'E
Vi Vi Vi Vi Vi ~ . g Vi (I) Vi Vi z .9
" g g g . . C 8 ." .C .C g g 0 . u u u
z g> 0> 0> g> g ~ 0 0 (; ~ C ::J Cl Cl Cl 0 0 .9 g .9 .9 0 >= 0 " 0
Iii C C ~ ~ ';' z a. ~ ::J ~ ~ 0 0 ~ E 0
:a :a :g :a 0 g .9 ~ ~ ~ ';' 0 0 0 ';' i u g 0 ti
lD .g $ .0 ~ ~ >= ~ ::J N . . . . 0 ';' + + 0 W ~ ~ .
:0 2 2 0 N a. U "
I- 0: i5 " " rn '" ~ ~ (I) :c :c 0: . . . ,\j rn rn 0 ~ ~ ... rn (I) .9 .
u rn rn rn u . 0: W ~I
~ " .. .. .. .. Vi Vi Vi Vi Cl a. " w . . ~ . '5 . <3 Vi Vi rn rn rn rn Vi i!: .E a .E I-
.. 0> 0> 0> ... . . 0: C C " " " '" ~ Vi Vi Vi Vi g> '" (j 0 " u " u
~~ .r '" 0> g> g> ::J ::J :> C 0; W
" C .~ 0 C 0 W g ~ w .. .. .. .. '" ro .. g> 0> g> g> " " a. u ... 0; e i3
z .C '" '6 ~ '6 '6 0: '" ~ .. '" ... ~ ~ C z .0. z .~ :0 . W u: u: g
. ~ z ~ € ~ ~ ., ., .~ .g. ii: C
.0. 0: . e e e ~ 0; 0; :; ~ .. '" " ., 0: Vi Z .e ~ 0: 2
zl- 0 i5 ~ ~ :2 . . . i5 E! 0 a.
~~ i:'i (j (j (j (j " " " :J '" '" 0: ell U U U u iii (I) z a. a. a. a. a. Vi ~ '" a. ... u
'" 0 0: ;; 0: w '" 0 ~
..I 0: >= I- :0 0 '" I- 0: ..I Z Z
1-'" " " :0 '" U Vi a. '" " u ii: w 0
~re
0 '> t~
"'~
t;~
g- N '" ... '" '" ... '" 0> ~ ;:: ~ ;:? ;!: ~ ~ ~ ~ ~ 0 N N '" ;1; on <D ... '" 0> 0 ;:; ~ '" ;:\ on <D ... ~ ~ ~ :; .~~
N N N N N N N N '" '" '" '" '"
o.Cl
G-4
Engineering Department
Pointe West Drainafle
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 control 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.
EXCESS MATERIAL:
All excess material is to be disposed of as directed by the Engineer or as noted in Sub-Section
107.23 of the Specifications and in accordance with page PPA-l.
FENCE:
All new fences called for on the plans and/or contract documents shall meet the requirements of
Section 643 of the Georgia Department of Transportation Standard Specifications, current
edition. New fence not meeting these Specs will be rejected.
In contracts, where remove and reset fence items are involved (either as pay items or as Lump
Sum Construction) all replacement fence shall be equal to or better than the existing fence as
approved by the Engineer. This means equal to or better than the original fence at the time of its
installation.
In accordance with Subsection 643.03D, the Contractor must furnish positive locking devices,
padlocks, and keys with all gate assemblies.
FINISHING AND DRESSING:
All unpaved and natural areas which are disturbed by the construction of this project are to be
returned to the pre-existing shape and slope and then finished and dressed. No separate payment
will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown
as a pay item.
FLAGGING:
Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special
Provisions, and as required by the Engineer.
All Fla1!:1!:ers 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
Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket,
and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of the MUTCD
Current Edition for controlling traffic. The Stop/slow paddle shall have a shaft length of seven
(7) feet minimum. In addition to the stop/slow paddle, a Flagger may use a 24-inch square
red/orange flag as an additional device to attract attention. For night work, the vest shall have
reflectorized stripes on front and back.
Signs for Flagger traffic control shall be placed in advance of the flagging operation in
accordance with the MUTCD Current Edition. In addition to the signs required by the MUTCD,
signs at regular intervals, warning of the presence of the Flagger shall be placed beyond the
point where traffic can reasonably be expected to stop under the most severe conditions for that
day's work.
FOUNDATION BACKFILL MATERIAL. TYPE I:
Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D and Section 207
of the Standard Specifications. No separate payment will be made for this material or its
placement.
FOUNDATION BACKFILL MATERIAL. TYPE II:
Foundation Backfill Material, Type II shall conform to Georgia Standard 1030-D and Section
207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the
Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured
for payment in accordance with Georgia Standard 1030-D or as directed by the Engineer.
Payment shall be per cubic yard unless otherwise specified in the contract.
GRADES:
With the approval of the Engineer, grades may be field adjusted to provide for best drainage.
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 subgrade and/or normal excavation for drainage structures,
ordered by the Engineer, will be considered for payment.
G -6
Engineering Department
Pointe West Drainaf!e
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.
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 construction 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 nitrogen. No separate measurement for payment 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
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 be
included in prices bid for Landscape Items. Bag grown plants are not acceptable.
G -7
Engineering Department
Pointe West Drainalle
Engineering Department
Pointe West Drainafle
MAILBOXES:
Existing mailboxes that are in conflict with the proposed construction shall be removed and
relocated. Where feasible the existing mailboxes and supports may be utilized as approved by
the Engineer so long as the supports are of metal PIPE with a maximum diameter of two (2)
inches or wood, with a maximum diameter of four (4) inches.
NOTE: There shall be no supports of any material other than the two mentioned above. All
existing mailboxes and supports containing brick, masonry of any type, metal, etc. shall be
disassembled and all components, not meeting the above requirements, shall be removed from
the project anddisposed 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
topslabs 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 billed for the 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 INST ALLA TION:
1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing
existing pavement and replacing the pavement as specified in accordance with Standard 1401.
2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See
Georgia Standard 9031-L).
G - 8
PIPE CULVERTS:
Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete.
All required pipe culverts shall be in accordance with Standard 1030-D.
Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D. No separate
pay item will be made for this material for its placement.
Payment for pipe culvert or utility installation includes sawing and/or cutting and removing
existing pavement, sidewalk, curbing, etc., and replacing same as specified in accordance with
Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B"
concrete and for construction concrete collars.
The Contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners,
appropriate gaskets (see Section 848 of the Standard Specifications), and structure excavation.
PRECAST CONCRETE UNITS:
Precast Concrete Units, other than those specifically allowed by Georgia Department of
Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., shall not be
installed without written permission from the Engineer. Any such units installed without such
written permission shall be removed from the project.
RELOCATED WATER METERS:
Relocated water meters and water meter boxes may not be placed in the sidewalk.
REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD:
It shall be the contractor's responsibility to remove and reset any and all existing ornamental
shrubs and bushes and sod in conflict with proposed construction. Coordination with the
property owners is essential in this endeavor. The Contractor will not be held responsible for
care and maintenance after removing and resetting these plants and sod except in cases where the
Contractor's equipment causes irreparable damage or where plants and/or sod dies as the result
of negligence on the Contractor's part. In which cases, the Contractor will be held responsible
for replacement. Sod shall be reset with ground preparation in accordance with Subsection
700.05.A. No additional soil or fertilizer is required for resetting sod. The Contractor shall
remove the sod in a manner that will be conducive to insuring that the reset sod will live. At the
Contractor's option, he may replace any sod he removes with new sod of the same type. No
separate payment will be made for this work or replacements unless specifically shown as a pay
item.
REMOVING AND RESETTING OF OBSTRUCTIONS:
It shall be the Contractor's responsibility to remove and reset any and all obstructions, such as
fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns,
etc., which are in conflict with construction. Contractors are responsible for the security of pets
and/or personal property through the use of temporary fence if necessary. No separate payment
will be made for this work except when shown as a separate pay item.
RIGHT-OF-WAY AND EASEMENTS:
The Contractor shall not perform any work outside the limits of the right-of-way or easements.
In addition, no equipment or material shall be placed outside these areas without written
permission of both the property owner and the Engineer. In the event that the Contractor elects
G - 9
Engineering Department
Pointe West Drainaee
to utilize private property for any purpose connected with the project, such as, but not limited to,
staging areas, equipment and/or material storage or simply as a convenience, he shall submit a
written agreement to the Engineer containing vital information such as limits of both area and
time the property is to be utilized and a description of the intended use. The agreement must be
signed by both the property owner and the Contractor and will be reviewed and recorded by the
Engineer. Such agreements must be submitted prior to the contractor's use of the property.
All buildings located on newly acquired R/W and/or easements shall be relocated by the
Contractor. Such buildings on existing R!W and/or easements shall be removed by the owner or
will become the property of the Contractor.
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
replacement in kind. See GDOT specifications, subsection 700.04 E.
SPECIAL EVENTS:
When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be
safed up, shut down and maintained until the Engineer okays the resumption of work. No project
is exempt without the expressed approval of the Engineer. If these type work stoppages impose
a hardship, contract time wise, consideration will be given to extending the contract time in an
amount commensurate with the delay caused by such work stoppages provided the Contractor
has otherwise pursued the work diligently.
SPECIFICATIONS. STANDARDS AND OTHER DATA:
All references in this document, (includes all papers, writings, documents, drawings, or
photographs used, or to be used, in connection with this document), to State Highway of
Georgia, State Highway Department, Highway Department, or Department when the context
thereof means the Georgia Department of Transportation means, and shall be deemed to mean,
Augusta-Richmond County, Augusta-Richmond County Commission-Council Department of
Engineering Services.
The data, together with all other information shown on these plans, or indicated in any way
thereby, whether by drawings or notes or in any other matter, are based upon field investigations,
and are believed to be indicative of actual conditions. However, the same are shown as
information only, are not guaranteed, and do not bind Augusta-Richmond County, Georgia in
any way. Only the actual quantities completed and accepted will be paid for. The attention of
the bidder is specifically directed to Subsections 102.04, 102.05, and 104.03 of the Standard
G-lO
Engineering Department
Pointe West Drainafle
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 Georgia Department
of Transportation Standard Specifications Construction of Transportation Systems
Manual, The Georgia Manual of Soil Erosion Control current editions and any
supplements thereto (to be onsite at all times). 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.
SPEND OUT SCHEDULE:
A Spendout Schedule beginning with the Notice To Proceed and extending through the
anticipated construction life of the project, shall be submitted at the Pre-Construction
Conference. Such schedule shall include the anticipated earnings on a monthly basis.
STORM DRAIN PIPE:
Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete
and shall include O-ring gaskets.
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.
SUB-CONTRACTORS:
The Contractor shall furnish the official name, plus the name and telephone number of the 24-
hour emergency contact of all firms he proposes to use as Subcontractors in the work. This
information is to be furnished at the Preconstruction Conference. However, no work shall be
done on this project by a Subcontractor until the Contractor receives approval of his
Subcontractor(s) from the Engineer.
NOTE: All submissions shall include the following information for each Subcontractor:
1) Name of Subcontracting Firm
2) Description of Work To Be Done
3) Contact Person's Name and 24 Hour Phone Number
TESTING OF THE WORK:
The Contractor shall employ a qualified materials testing laboratory to monitor more fully the
quality of materials and work and to perform such tests as may be required under the contract
documents as conditions for acceptance of materials and work. THE ENGINEER MAY
ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF
THE WORK.
All test results are to be submitted to the Engineer. No separate payment will be made for
employing the testing laboratory or any required tests.
G - 11
Engineering Department
Pointe West Drainaee
Engineering Department
Pointe West Drainat!e
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.
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.
All temporary traffic control devices are to be placed in accordance with Georgia Department of
Transportation Standards and Specifications.
TRAFFIC DETOURS:
Where detours are required and in accordance with Section 150 of the Standard Specifications
and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for
this project. This plan shall include details of staging and rerouting of traffic including estimated
length of time for use of the detours.
The Contractor shall so conduct his operations that there will be a minimum of interference with,
or interruption of, traffic upon and along the roadway. This applies to the initial installation and
the continuing maintenance and operation of the facility. At least one-lane, two-way traffic shall
be maintained at all times unless approved otherwise by the Engineer. As a minimum, the
Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition
and Georgia Standard 9102.
UTILITIES:
All utility facilities except those owned by Augusta Utilities Department which are in conflict
with construction, not covered as specified items in the detailed estimate, are to be removed and
relocated to clear construction by the respective owners with the exception of Augusta Utilities
and Augusta Traffic Engineering unless added later to the contract as a supplemental item. All
"above ground" utility structures will be located as near as possible to the right-of-way line.
G - 12
The Contractor will not be paid for any delays or extra expense caused by utility facilities
obstructions or any other items not being removed or relocated to clear construction in advance
of his work.
All known utility facilities are shown schematically on the plans, and not necessarily accurate in
location as to plan or elevation. Utility facilities such as service lines or unknown facilities not
shown on the plans will not relieve the Contractor of his responsibility under this requirement
except as noted below. "Existing Utility Facilities" means any utility facility that exists on the
highway project in its original, relocated or newly installed position. Other than service lines
from street mains to the abutting property the contractor will not be held responsible for the cost
of repairs to damaged underground utility facilities when such facilities are not shown on the
plans and their existence is unknown to the Contractor prior to the damage occurring, providing
the Engineer determines the Contractor has otherwise fully complied with the Specifications.
The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes
of coordinating the marking of underground utilities.
The Contractor's attention is directed to the probability of encountering private utility
installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems,
gas and underground telephone cables that either are obstructions to the execution of the work
and need to be moved out of the way or, if not, must be properly protected during construction.
No separate payment will be made for this work. Public utilities of this nature except Augusta
Utilities and Augusta Traffic Engineering will be handled by the utility owner.
G - 13
Engineering Department
Pointe West Drainaee
Atlanta Gas Light Company
337 Habersham Road
Martinez, Georgia 30907
Phone: (706) 214-0858
Fax:
Attn: Carl Corley
Augusta Richmond County Utilities
360 Bay Street, Suite 180
Augusta, GA 30901
Phone: (706) 312-4132
Fax: (706) 312-4133
Attn: Russell Thies
THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK
BEGINS:
(Contacts revised July 12, 2007)
Bell South
3841 Wrightsboro Road
Augusta, GA 30909
Phone: (706) 228 -5203
Fax: (706) 855-1917
Attn: Austin Sapp
Georgia Power
Post Office Box 188
290 North Peachtree St.
Lincolnton, Ga. 30817
Phone: (706)836-0130
Fax: (706) 359-6115
Attn: Mr. Al Danner
Knology of Augusta
3714 Wheeler Road
Augusta, GA 30909
Phone: (706) 364-1015
Fax: (706) 364-1011
Attn: Richard Strength
Jefferson Energy Cooperative
P.O. Box 457
Wrens, GA 30833
Phone: (706) 547-5019
Fax: (706) 547-5051
Attn: Mike Wasden
Comcast Communications
P.O. Box 3579
Augusta, GA 30904
Phone: (706) 739 -1865
Fax: (706) 733 - 6942
Attn: Kevin O'Meara
KMC Telephones
(706) 821 -2522
Attn: Dennis Norviel
G - 14
Engineering Department
Pointe West Drainaee
UTILITY ACCOMMODATION POLICY:
In so far as possible, work shall be scheduled so that open excavations will not be left overnight.
Where trenches, pits or other excavations are within the clear roadside areas and cannot be
backfilled before leaving the job site, they shall be covered by timbers or metal plates and
protected by reflectorized and/or lighted barricades as appropriate and as directed by the
Engineer. Barricades sufficient to prevent a person from falling into an excavated or work area
must be erected in areas where these conditions exist.
WARRANTY:
Unless otherwise specified, all contract work is subject to a l2-month warranty. The 12-month
warranty is hereby modified to include the following: Any repairs, corrections or modifications
performed within the last six months of the original 12-month warranty shall have the original
12-month warranty extended 180 calendar days past the date of such repairs, corrections or
modifications.
G - 15
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 1 of 44
Rev. July 1,2003
April 15,2004
October 11,2005
October 25, 2005
February 10,2006
April 20, 2006
May 8, 2007
September 18,2007
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 150- Traffic Control
Add the following:
150.01 GENERAL
This section as supplemented by the Plans, Specifications, and Manual on Uniform Traffic Control Devices
(MUTCD) shall be considered the Temporary Traffic Control (TIC) Plan. Activities shall consist of furnishing,
installing, maintaining, and removing necessary traffic signs, barricades, lights, signals, cones, pavement markings
and other traffic control devices and shall include flagging and other means for guidance and protection of
vehicular and pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices
and installing additional devices as necessary in construction work zones.
When any provisions of this Specification or the Plans do not meet the minimum requirements of the MUTCD, the
MUTeD shall control. The 2003 Edition of the MUTeD shall be in effect for the duration of the project.
The Worksite Traffic Control Supervisor (WTCS) shall have a copy of Part VI of the MUTeD on the job site. Copies
of the current MUTCD may be obtained from the FHWA web page at http://mutcd.fhwa.dot.gov.
A. WORKER SAFETY APPAREL
All workers exposed to the risks of moving roadway traffic or construction equipment shall wear high-visibility
safety apparel meeting the requirements of International Safety Equipment Association (ISEA) American
National Standard for High-Visibility Safety Apparel, or equivalent revisions, and labeled as ANSI-2004 Class 2
or 3 risk exposure.
B. WORKSITE TRAFFIC CONTROL SUPERVISOR
ALL HIGHWAYS (ADDITIONAL REQUIREMENTS BELOW FOR INTERSTATES): The Contractor shall designate a
qualified individual as the Worksite Traffic Control Supervisor (WTCS) who shall be responsible for selecting,
installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Special
Provisions and the MUTCD. A written resume documenting the experience and credentials of the WTCS shall
be submitted and accepted by the Engineer prior to beginning any work that involves traffic control. The
WTCS shall be available on a twenty-four (24) hour basis to perform his duties. If the work requires traffic
control activities to be performed during the daylight and nighttime hours it may be necessary for the
Contractor to designate an alternate WTCS. An alternate WTCS must meet the same requirements and
qualifications as the primary WTCS and be accepted by the Engineer prior to beginning any traffic control
duties. The Worksite Traffic Control Supervisor's traffic control responsibilities shall have priority over all other
assigned duties.
As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the Contractor
in administering the TIC Plan. The WTCS shall have appropriate training in safe traffic control practices in
accordance with Part VI of the MUTeD. In addition to the WTCS all other individuals making decisions
regarding traffic control shall meet the training requirements of the Part VI of the MUTCD.
The WTCS shall supervise the initial installation of traffic control devices. The Engineer prior to the beginning
of construction will review the initial installation. Modifications to traffic control devices as required by
sequence of operations or staged construction shall be reviewed by the WTCS.
First Use January 4, 2000
Page 2 of 44
The WTCS shall be available on a full-time basis to maintain traffic control devices with access to all
personnel, materials, and equipment necessary to respond effectively to an emergency situation within forty-
five (45) minutes of notification of the emergency.
The WTCS shall regularly perform inspections to ensure that traffic control is maintained. Unless modified by
the special conditions or by the Engineer, routine deficiencies shall be corrected within a twenty-four (24) hour
period. Failure to comply with these provisions shall be grounds for dismissal from the duties of WTCS and/or
removal of the WTCS from the project. Failure of the WTCS to execute his duties shall be considered as non-
performance under Subsection 150.08.
The Engineer will periodically review the work for compliance with the requirements of the TIC plan.
On projects where traffic control duties will not require full time supervision, the Engineer may allow the
Contractor's Project Superintendent to serve as the WTCS as long as satisfactory results are obtained.
CERTIFIED WORKSITE TRAFFIC CONTROL SUPERVISOR
ADDITIONAL REQUIREMENTS FOR INTERSTATE AND LIMITED ACCESS HIGHWAYS: In addition to the
requirements above, the WTCS shall have a minimum of one year's experience directly related to work site
traffic control in a supervisory or responsible capacity. The WTCS shall be currently certified by the American
Traffic Safety Services Association (ATSSA) Work Site Traffic Supervisor Certification program or the National
Safety Council Certification program.
Any work performed on the interstate or limited access highway right-of-way that requires traffic control shall
be supervised by the Certified Worksite Traffic Control Supervisor. No work requiring traffic control shall be
performed unless the certified WTCS is on the worksite. Failure to maintain a Certified Worksite Traffic
Control Supervisor on the work will be considered as non-performance under Subsection 150.08.
The WTCS shall perform, as a minimum, weekly traffic control inspections on all interstate and limited access
highways. The inspection shall be reported to the Engineer on a TC-1 report. The Engineer will furnish a
blank copy of the TC-1 report to the Contractor prior to the beginning of any work on the interstate or limited
access right-of-way.
C. TRAFFIC CONTROL DEVICES
All traffic control devices used during the construction of a project shall meet the Standards utilized in the
MUTCD, and shall comply with the requirements of these Specifications, Project Plans, and Special Provisions.
All devices shall be tested at NCHRP Test Level III. Reference is made to Subsections 104.05, 107.07, and
107.09.
D. REFLECTORIZATION REQUIREMENTS
All rigid fluorescent orange construction warning signs (black on fluorescent orange) shall meet the
reflectorization and color requirements of ASTM Type VII, VIII, IX or X regardless of the mounting height.
Portable signs which have flexible sign blanks shall meet the reflectorization and color requirements of ASTM
Type VI.
Warning signs (W3-1a) for stop conditions that have rumble strips located in the travelway shall be
reflectorized with ASTM Type IX fluorescent yellow sheeting.
All other signs shall meet the requirements of ASTM Type III or IV except for "Pass With Care" and "Do Not
Pass" signs which may be ASTM Type I unless otherwise specified.
CHANNELIZATION DEVICES: Channelization devices shall meet the requirements of ASTM Type III or IV high
intensity sheeting.
E. IMPLEMENTATION REQUIREMENTS
No work shall be started on any project phase until the appropriate traffic control devices have been placed in
accordance with the Project requirements. Changes to traffic flow shall not commence unless all labor,
materials, and equipment necessary to make the changes are available on the Project.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 3 of 44
When any shift or change is made to the location of traffic or to the flow patterns of traffic, the permanent
safety features shall be installed and fully operational before making the change. If staging or site conditions
prevent the installation of permanent features then the equivalent interim devices shall be utilized.
Any section of the work that is on new location shall have all permanent safety features installed and fully
operational before the work is opened to traffic. Safety features shall include but are not limited to the
following items:
1. Guardrail including anchors and delineation
2. Impact attenuators
3. Traffic signals
4. Warning devices
5. Pavement markings including words, symbols, stop bars, and crosswalks
6. Roadway signs including regulatory, warning, and guide
Outdoor lighting shall be considered as a safety feature for welcome centers, rest areas, and weigh station
projects. For typical roadway type projects new street lighting is not considered a safety feature unless
specifically noted in the plans or in the special conditions.
F. MAINTENANCE OF TRAFFIC CONTROL DEVICES
Traffic control devices shall be in acceptable condition when first erected on the project and shall be
maintained in accordance with Subsection 104.05 throughout the construction period. All unacceptable traffic
control devices shall be replaced within 24 hours. When not in use, all traffic control devices shall be
removed, placed or covered so as not to be visible to traffic. All construction warning signs shall be removed
within seven calendar days after time charges are stopped or pay items are complete. If traffic control
devices are left in place for more than ten days after completion of the Work, the Department shall have the
right to remove such devices, claim possession thereof, and deduct the cost of such removal from any monies
due, or which may become due, the Contractor.
G. TRAFFIC INTERRUPTION RESTRICTIONS
The Department reserves the right to restrict construction operations when, in the opinion of the Engineer, the
continuance of the Work would seriously hinder traffic flow, be needlessly disruptive or unnecessarily
inconvenience the traveling public. The Contractor shall suspend and/or reschedule any work when the
Engineer deems that conditions are unfavorable for continuing the Work.
Advanced notification requirements to the Contractor to suspend work will be according to the events and the
time restrictions outlined below:
Incident management
No advanced notice required
Threatening/Inclement weather
24 hours
Holidays. sporting events,
unfavorable conditions
Three (3) calendar days
If the work is suspended, the Contractor may submit a request for additional contract time as allowed under
Section 108. The Department will review the request and may grant additional contract time as justified by
the impact to the Contractor's schedule. Compensation for loss of productivity, rescheduling of crews, rental
of equipment or delays to the Contractor's schedule will not be considered for payment. Additional contract
time will be the only consideration granted to the Contractor.
H. SEQUENCE OF OPERATIONS
Any Sequence of Operations provided in this Contract in conjunction with any staging details which may be
shown in the plans, is a suggested sequence for performing the Work. It is intended as a general staging plan
for the orderly execution of the work while minimizing the impact on the mainline, cross-streets and side
streets. The Contractor shall develop detailed staging and temporary traffic control plans for performing
specific areas of the Work including but not limited to all traffic shifts, detours, bridge widenings, paces, or
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 4 of 44
other activities that disrupt traffic flow. The Engineer may require detailed staging and TIC plans for lane
closures. These plans shall be submitted for approval at least two weeks prior to the scheduled date of the
activity. Activities that have not been approved at least seven (7) days prior to the scheduled date shall be
rescheduled.
Where traffic is permitted through the work area under stage construction, the Contractor may choose to
construct, at no additional expense to the Department, temporary on-site bypasses or detours in order to
expedite the work. Plans for such temporary bypasses or detours shall be submitted to the Engineer for
review and approval 30 calendar days prior to the proposed construction. Such bypasses or detours shall be
removed promptly when in the opinion of the Engineer; they are not longer necessary for the satisfactory
progress of the Work. Bypasses and detours shall meet the minimum requirements of Subsection 150.02.B.4.
As an option to the Sequence of Operations in the Contract, the Contractor may submit an alternative
Sequence of Operations for review and approval. The Department may consider the Contractor's alternate
Sequence of Operations as a Value Engineering Proposal as defined by Subsection 104.08. A twenty calendar
day lead time for the Department's review shall be given to this submission so that a decision on its
acceptability can be made and presented at the Preconstruction Conference. Insufficient lead time or no
submission by the Contractor shall be construed as acceptance of the Sequence of Operations outlined in the
Contract and the willingness of the Contractor to execute this as-bid plan.
The Department will not pay, or in any way reimburse the Contractor for claims arising from the Contractor's
inability to perform the Work in accordance with the Sequence of Operations provided in the Contract or from
an approved Contractor alternate.
The Contractor shall secure the Engineer's approval of the Contractor's proposed plan of operation, sequence
of work and methods of providing for the safe passage of vehicular and pedestrian traffic before it is placed in
operation. The proposed plan of operation shall supplement the approved traffic control plan. Any major
changes to the approved TIC plan, proposed by the Contractor, shall be submitted to the Department for
approval.
Some additional traffic control details will be required prior to any major shifts or changes in traffic. The
traffic control details shall include, but not be limited to, the following:
1. A detailed drawing showing traffic locations and laneage for each step of the change.
2. The location, size, and message of all signs required by the MUTCD, Plan, Special Provisions, and other
signs as required to fit conditions. Any portable changeable message signs used shall be included in the
details.
3. The method to be used in, and the limits of, the obliteration of conflicting lines and markings.
4. Type, location, and extent of new lines and markings.
5. Horizontal and vertical alignment and superelevation rates for detours, including cross-section and profile
grades along each edge of existing pavement.
6. Drainage details for temporary and permanent alignments.
7. Location, length, and/or spacing of channelization and protective devices (temporary barrier, guardrail,
barricades, etc.)
8. Starting time, duration and date of planned change.
9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing workforce,
materials, and equipment necessary to accomplish the proposed work. This will be the minimum resource
allocation required in order to start the work.
A minimum of three copies of the above details shall be submitted to the Engineer for approval at least 14
days prior to the anticipated traffic shift. The Contractor shall have traffic control details for a traffic shift
which has been approved by the Engineer prior to commencement of the physical shift. All preparatory
work relative to the traffic shift, which does not interfere with traffic, shall be accomplished prior to the
designated starting time. The Engineer and the Contractor's representative will verify that all conditions
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150.html
1/7/2008
First Use January 4, 2000
Page 5 of 44
have been met prior to the Contractor obtaining materials for the actual traffic shift.
I. COMPLIANCE DATES FOR PROVISIONS OF THE MUTCD:
Federal law requires that traffic control devices (temporary or permanent) installed on new highway or
bikeway construction or reconstruction shall be compliant with the latest version of the MUTCD before the
road is opened to the public for unrestricted travel. The latest version of the MUTeD is the 2003 Edition,
which the Georgia Department of Transportation has adopted. However, the FHWA, in the introduction to the
MUTCD has established alternate compliance dates for some of the new provisions of the 2003 MUTCD.
Below is a list of those compliance dates. The Department may decide to require contractors to implement
some or all of these provisions at an earlier date than the compliance dates noted below. However notice will
be given in advance of the letting date if these provisions are to be implemented prior to the compliance
dates. The contractor may also decide to implement the new provisions in the 2003 MUTCD earlier than
required by the compliance dates below.
The target dates established by the FHWA shall be as follows:
Section 6D.01 Pedestrian Considerations - all new provisions for pedestrian accessibility - 5 years from the
effective date of the Final Rule for the 2003 MUTeD.
Section 6D.02 Accessibility Considerations - 5 years from the effective date of the Final Rule for the 2003
MUTCD.
Section 6D.03 Worker Safety Considerations - high-visibility apparel requirements - 3 years from the effective
date of the Final Rule for the 2003 MUTeD.
Section 6E.02 High-Visibility Safety Apparel - high-visibility apparel requirements for f1aggers - 3 years from
the effective date of the Final Rule for the 2003 MUTeD.
The effective date of the Final Rule for the 2003 MUTCD is December 22, 2003.
150.02TEMPORARY TRAFFIC CONTROL (TTC) ZONES:
A. DEVICES AND MATERIALS:
In addition to the other provisions contained herein, work zone traffic control shall be accomplished using the
following means and materials:
1. Portable Advance Warning Signs
Portable advance warning signs shall be utilized as per the requirements of the temporary traffic control
plans. All signs shall meet the requirements of the MUTCD and shall be NCHRP 350 crashworthy
compliant.
2. Arrow Panels
Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on Interstate
or multi-lane highway lane closure only, shall be a minimum size of 48" high by 96" wide with not less
than 15 lamps used for the arrow. The arrow shall occupy virtually the entire size of the arrow panel and
shall have a minimum legibility distance of one mile. The minimum legibility distance is that distance at
which the arrow panel can be comprehended by an observer on a sunny day, or clear night. Arrow panels
shall be equipped with automatic dimming features for use during hours of darkness. The arrow panels
shall also meet the requirements for a Type C panel as shown in the MUTCD. The sequential or flashing
arrow panels shall not be used for lane closure on two-lane, two-way highways when traffic is restricted to
one-lane operations in which case, appropriate signing, f1aggers and when required, pilot vehicles will be
deemed sufficient.
The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where the
lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable
support. Vehicle mounted panels shall be provided with remote controls. Minimum mounting height shall
be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels which
should be as high as practical.
For emergency situations, arrow display panels that meet the MUTCD requirements for Type A or Type B
panels may be used until Type C panels can be located and placed at the site. The use of Type A and
Type B panels shall be held to the minimum length of time possible before having the Type C panel(s) in
operation. The Engineer shall determine when conditions and circumstances are considered to be
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 6 of 44
emergencies. The Contractor shall notify the Engineer, in writing, when any non-specification arrow
display panel(s) is being used in the work.
3. Portable Changeable Message Signs
Portable changeable message signs meeting the requirements of Section 632 and the MUTCD. Any PCMS
in use that is not protected by positive barrier protection shall be delineated by a minimum of three drums
that meet the requirement of Section 150.05.A.1. The drum spacing shall not exceed a maximum of ten
(10') feet as shown in Detail 150-PCMS. When the PCMS is within twenty (20') feet of the opposing traffic
flow, the trailing end of the PCMS shall be delineated with a minimum of three drums spaced in the same
manner as the approach side of the PCMS.
------------------.
~ELQW'"
_I!'A~
1r1D!l" LO.
~ 1Il1lll_
QEIAJL~
When not in use the PCMS shall be removed from the roadway unless protected by positive barrier
protection. If the PCMS is protected by positive barrier protection the sign panel shall be turned away
from traffic when not in use.
4. Channelization Devices
Channelization devices shall meet the standards of the MUTCD and Subsection 150.05.
5. Temporary Barrier
Temporary barrier shall meet the requirements of Section 620.
6. Temporary Traffic Signals
Temporary traffic signals shall meet the requirements of Section 647 and the MUTCD.
7. Pavement Marking
Pavement marking incorporated into the work shall comply with Subsections 150.04.A and 150.04.B.
8. Portable Temporary Traffic Control Signals
The use off Portable Temporary Traffic Control Signals shall meet the following minimum requirements:
Only two-lane two-way roadways will be allowed to utilize Portable Temporary Traffic Control Signals.
All portable traffic control signals shall meet the physical display and operational requirements of
conventional traffic signals described in the MUTCD.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 7 of 44
Each signal face shall have at least three lenses. The lenses shall be red, yellow, or green in color and
shall give a circular type of indication. All lenses shall be twelve (12") inches nominal in diameter.
A minimum of two signal faces shall face each direction of traffic. A minimum of one signal head shall be
suspended over the roadway travel lane in a manner that will allow the bottom of the signal head housing
to be not less than seventeen (17') feet above and not more than nineteen (19') feet above the pavement
grade at the center of the travel lane. The second signal head may be located over the travel lane with
the same height requirements or the second signal head may be located on the shoulder. When the
signal head is located on the shoulder the bottom of the signal head housing shall be at least eight (8')
feet but not more than (15') feet above the pavement grade at the center of highway.
Advance warning signage and appropriate pavement markings shall be installed as part of the temporary
signal operation.
The signals shall be operated in a manner consistent with traffic requirements. The signals may be
operated in timed-mode or in a vehicle-actuated mode. The signals shall be interconnected in a manner
to ensure that conflicting movements can not occur. To assure that the appropriate operating pattern
including timing is displayed to the traveling public, regular inspections including the use of accurate
timing devices shall be made by the Worksite Traffic Control Supervisor. If at any time any part of the
system fails to operate within these requirements then the use of the signal shall be suspended and the
appropriate flagging operation shall begin immediately.
The Worksite Traffic Control Supervisor (WTCS) shall continuously monitor the portable traffic control
signal to insure compliance with the requirements for maintenance under the MUTCD. The signal shall be
maintained in a manner consistent with the intention of the MUTCD, with emphasis on cleaning of the
optical system. Timing changes shall be made only by the WTCS. The WTCS shall keep a written record
of all timing changes.
The portable temporary signal shall have two power sources and shall be capable of running for seven
calendar days continuously.
The Contractor shall have an alternate temporary traffic control plan in the event of failure of the signal.
9. RUMBLE STRIPS
Rumble strips incorporated into the work shall meet the requirements of Section 429 and the MUTCD.
Existing rumble strips that are positioned in the traveled way to warn traffic of a stop condition shall be
reinstalled based on the following requirements:
INTERMEDIATE SURFACES: Intermediate surfaces that will be in use for more than forty-five (45)
calendar days shall have rumble strips reinstalled on the traveled way in the area of a stop condition.
Non-refundable deductions in accordance with Subsection 150.08 will be assessed for any intermediate
surface in place for greater than 45 days without rumble strips.
FINAL SURFACES: Rumble strips shall be installed on the final surface within fourteen (14) calendar days
of the placement of the final surface in the area of the stop condition. Failure to install within fourteen
(14) calendar days will result in assessment of non-refundable deductions in accordance with 150.08.
Prior to the removal of any rumble strips located in the travelway, stop ahead (W3-1a) warning signs
shall be double indicated ahead of the stop condition. These warning signs shall be a minimum of 48
inches by 48 inches. The reflectorization of the warning signs shall be as required by Subsection
150.01.e. These warning signs shall remain in place until the rumble strips have been reinstalled on the
traveled way. Any existing warning signs for the stop ahead condition shall be removed or covered while
the 48" X 48" (W3-1a) signs are in place. When the rumble strips have been reinstalled these warning
signs should be promptly removed and any existing signage placed back in service.
10. GUARDRAIL: When the removal and installation of guardrail is required as a part of the work the
following time restrictions shall apply unless modified by the special conditions:
MULTI-LANE HIGHWAYS: From the time that the existing guardrail or temporary positive barrier
protection is removed the Contractor has fourteen (14) calendar days to install the new guardrail and
anchors. During the interim, the location without guardrail shall be protected with drums spaced at a
maximum spacing of twenty (20') feet. The maximum length of rail that can be removed at any time
without being replaced with positive barrier protection is a total of 2000 linear feet of existing rail or the
First Use January 4, 2000
Page 8 of 44
total length of one run of existing rail, whichever is greater.
ALL OTHER HIGHWAYS: From the time that the existing guardrail is removed or from the time that
temporary positive barrier protection is removed the Contractor has thirty (30) calendar days to install the
new guardrail and anchors. During the interim, the location without guardrail shall be protected with
drums spaced at a maximum spacing of twenty (20') feet. The maximum length of rail that can be
removed at any time without being replaced with positive barrier protection is a total of 1000 linear feet of
existing rail or the total length of one run of existing rail, whichever is greater.
Based on existing field conditions, the Engineer may review the work and require that the guardrail be
installed earlier than the maximum time allowed above by giving written notification to the Contractor via
the TC-1 traffic control report.
Failure to comply with the above time and quantity restrictions shall be considered as non-compliance
under Subsection 150.08.
11. STOP SIGN REGULATED INTERSECTIONS: For intersections that utilize stop sign(s) to control the
flow of traffic and to restrict the movement of vehicles, the stop sign(s) shall be maintained for the
duration of the work or until such time that the stop condition is eliminated or until an interim or
permanent traffic signal can be installed to provide proper traffic control. The traffic signal shall be
installed and properly functioning before the removal of the existing stop sign(s) is permitted. If the
existing intersection is enhanced traffic control features such as stop bars, double indicated stop signs,
oversized signs, advanced warning stop ahead signs, rumble strips on the approaches or flashing beacons
located overhead or on the shoulders then these features shall be maintained for the duration of the
project or until the permanent traffic control plan has been implemented.
Whenever the staging of the work requires that the traveled-way be relocated or realigned the Contractor
shall reinstall all enhanced traffic control features noted above on the newly constructed sections of the
work. The cost of relocating the stop bars, stop signs, advanced warning signs, the rumble strips and the
flashing beacons shall be included in the price bid for Lump-Sum-Traffic Control unless individual pay items
are included in the contract for rumble strips and/or flashing beacons. When pay items are included in the
contract for rumble strips or flashing beacons then these items will be paid per each.
When staging requires the relocation or realignment of an existing stop condition it may be necessary to
consider the addition of enhanced traffic control features even though none existed at the original location.
As a guide for enhanced traffic control features that may be considered, the Engineer or the WTCS may
refer to the Department's guidelines for "Opening of New Roadways to Traffic" (Document #6635-2).
Horizontal and vertical alignment changes at a new location may have decreased or restricted sight
distance or the stop condition may occur sooner than in the previous alignment. If these conditions occur
then the Engineer and/or the WTCS should consider additional measures to enhance the motorist's
awareness of the changes even though the staging plans may not address enhanced features. Stop signs
should be a minimum of 36 inches for interim situations. The use of 48 inch stop signs may be warranted
under project specific conditions. Flags may be used on interim/permanent stop signs that are mounted at
seven (7') feet in height for a short duration in order to direct additional attention to a new or relocated
stop sign(s). Flags should not be used for durations exceeding two weeks unless unusual or site specify
conditions warrant a longer period of time. The use of Type "A" flashing red Iight(s) attached to the stop
sign(s) may be appropriate during the same period that the flags are in use to increase attention.
The use of rumble strips and/or portable changeable message signs may be considered. The use of new
rumble strips, where none previously existed, shall have the prior approval of District Traffic Operations
before being included as part of the temporary traffic control plan. The message(s) displayed on any PCMS
shall have the prior approval of the Engineer and the message(s) shall be included as part of the TIC plan
for the interim staging.
The placement of any additional interim ground-mounted signs and posts or stop bars shall be considered
as incidental to the price bid for Lump Sum-Traffic Control. The installation of rumble strips, flashing
beacons or the use of Portable Changeable Message Signs (PCMS) shall be considered as Extra Work unless
pay items are included in the contract.
B. WORK ZONE RESTRICTIONS:
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 9 of 44
1. Interstate
The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on
either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are
separated by at least one-half mile of distance.
2. Non-Interstate Divided Highways
The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on
either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are
separated by at least one-half mile distance in rural areas or at least 500 feet of distance in urban areas.
3. Non-Divided Highways
a. The Contractor shall not simultaneously perform work on opposite sides of the roadway when the work
is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile of
distance in rural areas or at least 500 feet of distance in urban areas.
b. On two-lane projects where full width sections of the existing subgrade, base or surfacing are to be
removed, and new base, subgrade, or surfacing are to be constructed, the Contractor shall maintain
one-lane traffic through the construction area by removing and replacing the undesirable material for
half the width of the existing roadway at a time. Replacement shall be made such that paving is
completed to the level of the existing pavement in the adjacent lane by the end of the workday or
before opening all the roadway to traffic.
4. All Highways:
a. There shall be no reduction in the total number of available traffic lanes that existed prior to
construction except as specifically allowed by the Contract and as approved by the Engineer.
b. Travelway Clearances: All portions of the work shall maintain the following minimum requirements:
Horizontal: The combined dimensions of the paved shoulder and the roadway surface remaining
outside the Work Zone shall be no less than sixteen (16) feet in width at any location.
Vertical: The overhead clearance shall not be reduced to less than fifteen (15) feet at any location.
The restrictions above apply to all shifts, lane closures, on-site detours and off site detours whether
shown in the contract or proposed by the Contractor. It shall be the responsibility of the Contractor to
verify that these minimum requirements have been met before proceeding with any phase of the
Work.
Two-lane two-way roadways may have temporary horizontal restrictions of less than sixteen (16) feet
provided a flagger operation for one-way traffic is utilized to restrict access to the work area by over-
width loads. The minimum horizontal clearance shall be restored before the flagging operation is
removed.
c. Highway Work Zone: All sections or segments of the roadway under construction or reconstruction
shall be signed as a Highway Work Zone except non-state highway two-lane two-way resurfacing
projects. Two conditions can be applied to a Highway Work Zone. Condition 1 is when no reduction in
the existing speed limit is required. Condition 2 is when worksite conditions require a reduction of the
speed limit through the designated Work Zone. Properly marking a Highway Work Zone shall include
the following minimum requirements:
1. NO REDUCTION IN THE EXISTING POSTED SPEED UMIT IN HIGHWAY WORK ZONE:
a) Signage (Detail 150-HWZ-2) shall be posted at the beginning point of the Highway Work Zone
warning the traveling public that increased penalties for speeding violations are in effect. The
HWZ-2 sign shall be placed a minimum of six hundred (600') feet in advance of the Highway
Work Zone and shall not be placed more than one thousand (1000') feet in advance of the
Work Zone. If no speed reduction is required it is recommended that the HWZ-2 be placed at
750 feet from the work area between the ROAD WORK 500 FT. and the ROAD WORK 1000 FT.
http://tomcat2.dot.state.ga. us/thesource/pdf/specialyrovisions/ shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 10 of 44
signs.
HWZ-2 signs shall be placed at intervals not to exceed one mile for the length of the project.
HWZ-2 signs should be placed on the mainline after all major intersections except State
Routes. State Routes shall be signed as per the requirements for intersecting roadways below.
b) The existing speed limit shall be posted at the beginning of the Work Zone. Existing Speed
Limit signs (R2-1) shall be maintained.
c) INTERSECTING ROADWAYS: Intersecting state routes shall be signed in advance of each
intersection with the Work Zone with a HWZ-2 sign to warn motorists that increased fines are
in effect. All other intersecting roadways that enter into a designated Highway Work Zone may
be signed in advance of each intersection with the Work Zone. When construction equipment
and personnel are present in the intersection on the mainline of a multi-lane roadway, the
intersecting side roads shall be signed in advance with HWZ-2 signs. As soon as the work
operation clears the intersection the signage may be removed.
d) Signage (Detail 150-HWZ-3) shall be posted at the end of the Highway Work Zone indicating
the end of the zone and indicating that increased penalties for speeding violations are no
longer in effect.
e) When a designated Highway Work Zone is no longer necessary all signs shall be removed
immediately.
2. REDUCING THE SPEED UMIT IN A HIGHWAY WORK ZONE:
Highway Work Zone signs shall be posted as required in Condition 1 above.
For limited access (interstate) highways and controlled access multi-lane divided highways the
posted speed limit shall be reduced as required below.
Speed Limit signage (Rl-1) for the reduced speed limit shall be erected at the beginning of the
work zone. Additional signs shall be placed to ensure that the maximum spacing of the reduced
speed limit signs shall be no greater than one (1) mile apart. Existing speed limit signs shall be
covered or removed. On multi-lane divided highways the speed limit signs shall be double
indicated when the reduced speed is in use.
When anyone or more of the following conditions exist and the existing speed limit is 65 mph or
70 mph, the speed limit shall be reduced by 10 mph. If the existing speed limit is 60 mph, the
speed limit should be reduced by 5 mph. If the existing speed limit is 55 mph or less, the
Contractor can only reduce the speed limit with the prior approval of the Engineer. The reduction
in the speed limit shall be no greater than 10 mph:
a) Lane closure(s) of any type and any duration.
b) The difference in elevation exceeds two inches adjacent to a travel lane as shown in
Subsection 150.06, Detail 150-B, 150-(,
c) Any areas where equipment or workers are within ten feet of a travel lane.
d) Temporary portable concrete barriers located less than two (2') feet from the traveled way.
e) As directed by the Engineer for conditions distinctive to this project.
When the above conditions are not present the speed limit shall be immediately returned to the
existing posted speed limit. A speed reduction shall not be put in place for the entire length of the
project unless conditions warranting the speed reduction are present for the entire project length.
All existing speed limit signs within the temporary speed reduction zone shall be covered or
removed while the temporary reduction in the speed limit is in effect. All signs shall be erected to
comply with the minimum requirements of the MUTCD.
As a minimum the following records shall be kept by the WTCS:
a) Identify the need for the reduction.
b) Record the time of the installation and removal of the temporary reduction.
c) Fully describe the location and limits of the reduced speed zone.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 11 of 44
d) Document any accident that occurs during the time of the reduction.
A copy of the weekly records for reduced speed zones shall be submitted to the Engineer.
Reduced speed zones shall, as a minimum, be signed as per Detail 150-HWZ-1. Interim signs shall
meet the requirements of Subsection 150.03 D. Additional signs may be necessary to adjust for
actual field conditions.
When a pilot vehicle is used on a two-lane two-way roadway the speed limit should not be
reduced. For special conditions specific to the work, on two-lane two-way roadways or multi-lane
highways, the contractor may reduce the posted speed limit with the prior approval of the
Engineer.
s. MILLED SURFACE RESTRICTIONS:
Unless modified by the special conditions, a milled surface on any asphaltic concrete surface shall not be
allowed to remain open to traffic for a period of time that exceeds thirty (30) calendar days.
6. INSTALLATION/REMOVAL OF WORK AREA SIGNAGE:
No payment will be made for Traffic Control-Lump Sum until the Work has actually started on the
project. The installation of traffic control signage does not qualify as the start of work. Advanced
warning signs shall not be installed until the actual beginning of work activities. Any permanent mount
height signs installed as the work is preparing to start shall be covered until all signs are installed unless
all signs are installed within seven (7) calendar days after beginning installation.
All temporary traffic control devices shall be removed as soon as practical when these devices are no
longer needed. When work is suspended for short periods of time, temporary traffic control devices that
are no longer appropriate shall be removed or covered.
All construction warning signs shall be removed within seven (7) calendar days after time charges are
stopped or pay items are complete. If traffic control devices are left in place for more than ten (10)
calendar days after completion of the Work, the Department shall have the right to remove such devices,
claim possession thereof, and deduct the cost of such removal from any monies due, or which may
become due, the Contractor.
PUNCH LIST WORK: Portable signs shall be utilized to accomplish the completion of all punch list items.
The portable signs shall be removed daily. All permanent mount height signs shall be removed prior to
the beginning of the punchlist work except "Low/Soft Shoulder" signs and any signs that have the prior
written approval of the Engineer to remain in place while the punchlist work is in progress.
Failure to promptly remove the construction warning signs within the seven (7) calendar days after the
completion of the Work or failure to remove or cover signs when work is suspended for short periods of
time shall be considered as non-performance under Subsection 150.08.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 12 of 44
SPEED LIMIT REDUCTION FOR HIGHWAY WORK ZONE
INTERSTATE AND MULTI-LANE DIVIDED HIGHWAY SIGNING SHALL BE
DOUBLE INCICATED (RIGHT SHOULDER AND MEDIAN SHOULDER)
~ 600/ 1'" 600' + 600/ + 600/ 1
---.
\... 600/ 1~001 t.lAX~
---.
IK
HWZ-2
SIGNS
-----------~------VT/71~---~------
r- r- r- r- WORK z;7 r- r- r-
OR OR OR OR OR OR OR
KKK HWZ-3/K K
SIGNS
R2-5o
48"X 60"
w
Z
o
...
o
w
w
II.
l/I
Z
<:I
w
III
SPEED
llUlT
..
SPEED
lIWIT
..
POST EXISTING
SPEED 1I111T
PRIOR TO
CONSTRUCT IlJI
SPEED ZONE
REDUCT ION
THIS SIGN SHALL BE INSULLED ONLY
flEN THE SPEED REDUC ITIlJ1 (S GREATER
THAN 10 II.P.H. FROII THE EXISTING
POSTED SPEED 1I111T.
SPEED
lIW1T
..
R2-1
48"X 60/1
REDUCED SPEED 1I111T SHALL
HAVE THE PRIOR APPROVAL
OF THE ENGINEER.
DOUBLE
R2-1 INDICATER
48/1 X 60/1 NOT REOUIRED
FOR THIS SIGN
R2-1
48"X 60"
SPEED
REDUCED CONSTRUCTI ON SPEED
lIW1T 1I111T SHALL BE SPACED A IIAXIl(J1I
.. OF ONE IIILE APART.
ALL INTERSECT ING ROADWAYS SHALL BE SIGNED WITH A HWZ-2 SIGN
TO WARN I<<ITORIST ENTERING THE HIGHWAY WORK ZONE.
INTERSTATE AND WI. TH.ANE HIGHWAY SIGNING SHALL BE
DOUBLE INDICATED /RIGHT SHOllDER AND IIEDIAN SHOULDER).
R2-1
4811 X 60//
SIGN SIZES SHO~ ARE FOR INTERSTATE AND
Wl.TH.ANE DIVIDED HIGHWAY.
FOR OTHER HIGHWAYS USE STANDARD SIZE
SIGNS AS PER THE II.U. T.C.D. EXCEPT
HWZ-2 AND HWZ-3 SIGNS.
DET AIL ISO-HWZ-I
http://tomcat2.dot.state.ga. us/thesource/pdf/special--provisions/ shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 13 of 44
First Use January 4, 2000
Page 14 of 44
http://tomcat2.dot.state.ga. us/thesource/pdf/special--provisions/shelf/ sp 150 .html
1/7/2008
First Use January 4, 2000
Page 15 of 44
14"[-
13,/ MARGIN
11,/ BORDER
I "I / 3" RADIUS
.. 4 /
/
/-
5"
40"
60"
-
[ WM(Q)~~. a;(Q)~~ I
8" ;.. 32" "18"
~[p)~~[Q)~[N]@
-15"--;"- 18"-4--15"-
~~[N]~~
6 "I.. 36" ..16"
~[M~~~ffi\~~[Q)
f-13" -.,.... 22" " 13"-
~~~~~lUJWM
[f~~~ @ ~@@
'-
1:-11" ; 26" , 11"~
"'j- ..-.,.
I
48 "
HWZ-2
6" 6" SER. "e"
-L 11,/ BAR
4"
6" 6" SER. "e"
-L
6" 6" SER. "e"
-r
6" 6" SER. "e"
3"
21,4' 11,4' BAR
4 " 4" SER. "D"
13't
4 " 4" SER. "D"
3"
COLORS
TOP PANEL
LEGEND & BORDER - BLACK (NON-REFLl
BACKGROUND - FLUORESENT ORANGE
(ASTM TYPE VII. VIII. IX or Xl
MIDDLE & BOTTOM PANELS
LEGEND & BORDER - BLACK (NON-REFLl
BACKGROUND - WHITE (ASTM TYPE III OR IV REFL SHEETING)
NOTES:
1. ALL HWZ-2 SIGN PANELS SHALL BE RIGID.
2. THE SIZE OF THE HWZ-2 SIGN SHALL NOT BE REDUCED FOR USE
ON TWO-LANE ROADWAYS.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
.-
60/1
Page 16 of 44
13/{ MARCIN
111/4/1 BORDER
14 /lr-"-.--"- 40/1 -----.---14 "I /// 3" RAD I US
/
l~@~~ , 5"
~@~~]
6" 6"SER."e/l
3" 11/{ BAR
1---18/1 -I- 12/1 _I_ 18"- 5"
~~[D) 6" 6" SER./le"
6"1. 36" -16" 4"
~~~[R1~~~~[D) 6/1 6/1 SER. /Ie"
8" r- 32" "I 8" 4"
~~~~[D)~~@ 6/1 6/1 SER. "e/l
4"
[F~[M~~ 6" 6/1 SER. "e/l
,\ 5"
r15/1 I 18/1 "I- 15"~
.,..
48"
I
HWZ-3
COLORS
TOP PANEL
LEGEND & BORDER
BACKGROUND
- BLACK (NON-REFL)
- FLUORESENT ORANGE
(ASTM TYPE VII. VIII. IX or X)
BOTTOM PANEL
LEGEND & BORDER - BLACK (NON-REFL)
BACKGROUND - WHITE (ASTM TYPE III OR IV REFL SHEETING)
NOTES:
1. ALL HWZ-3 SIGN PANELS SHALL BE RIGID.
2. THE SIZE OF THE HWZ-3 SIGN SHALL NOT BE REDUCED FOR USE
ON TWO-LANE ROADWAYS.
C. LANE CLOSURES:
1. Approval/Restrictions
All lane closures of any type or duration shall have the prior approval of the Engineer.
a. The length of a lane closure shall not exceed two (2) miles in length excluding the length of the tapers
unless the prior approval of the Engineer has been obtained. The Engineer may extend the length of a
http://tomcat2.dot.state.ga. us/thesource/pdf/specialj)rovisions/shelf/sp 150.html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 17 of44
lane closure based upon field conditions however the length of a workzone should be held to the minimum
length required to accomplish the Work. Lane closures shall not be spaced closer than one mile. The
advanced warning signs for the project should not overlap with the advanced warning signs for lane
shifts, lane closures, etc.
b. Lane closures that require same direction traffic to be split around the Work Area will not be approved
for roadways with posted speeds of 35 mph or greater, excluding turn lanes.
c. For Interstate, Limited Access and Multi-lane Divided Highways, a Portable Changeable Message Sign
(PCMS) shall be placed one (1) mile in advance of a lane closure with a message denoting the
appropriate lane closure one mile ahead. The Portable Changeable Message Sign (PCMS) shall be
placed on the outside shoulder in accordance with Detail 150-PCMS. This is in addition to the other
traffic control devices required by Standard 9106.
2. Removal Of Lane Closures
To provide the greatest possible convenience to the public in accordance with Sub-Subsection 107.07, the
Contractor shall remove all signs, lane closure markings, and devices immediately when lane closure work
is completed or temporarily suspended for any length of time or as directed by the Engineer. All portable
signs and portable sign mounting devices shall be removed from the roadway to an area which will not
allow the sign to be visible and will not allow the sign or sign mounting device to be impacted by traffic.
3. Exit And Entrance Ramps
On multilane highways where traffic has been shifted to the inside lanes, the exit and entrance ramps shall
have channelization devices placed on both sides of the ramp. The temporary ramp taper length shall be
greater than, or equal to, the existing taper length. Interim EXIT gore signs shall be placed at the ramp
divergence. The "EXIT OPEN" sign shown in Figure TA-42 of the MUTCD shall be utilized. Channelization
device spacing shall be 10 feet for 200 feet in advance of the temporary gore, and 10 feet for the first 100
feet of the temporary gore.
4. Lane Drop/Lane Closure
The first seven (7) calendar days of any lane closure shall be signed and marked as per Standard 9106 or
9107. However, lane closures that exist for a duration longer than seven (7) calendar days may be signed and
marked as per the details in Standard 9121, provided the prior approval of the Engineer is obtained. The
approved lane drop shall utilize only the signs and markings shown for the termination end of the lane drop in
Standard 9121. All warning signs in the lane drop sequence shall be used. Drums may be substituted for the
Type I Crystal Delineators at the same spacing.
5. Termination Area
The transition to normal or full width highway at the end of a lane closure shall be a maximum of 150
feet.
D. TRAFFIC PACING METHOD:
1. Pacing Of Traffic
With prior approval from the Engineer, traffic may be paced allowing the Contractor up to ten (10)
minutes maximum to work in or above all lanes of traffic for the following purposes:
a. Placing bridge members or other bridge work.
b. Placing overhead sign structures.
c. Other work items requiring interruption of traffic.
The Contractor shall provide a uniformed police officer with patrol vehicle and blue flashing light for each
direction of pacing. The police officer, Engineer, and flaggers at ramps shall be provided with a radio which
will provide continuous contact with the Contractor.
When ready to start the work activity, the police vehicle will act as a pilot vehicle slowing the traffic thereby
providing a gap in traffic allowing the Contractor to perform the Work. 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 paddle. Each ramp should be opened after the police vehicle has passed.
Pilot vehicles shall travel at a safe pace speed, desirably not less than 20 mph interstate and 10 mph non-
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4,2000
Page 18 of 44
interstate. The Contractor shall provide a vehicle to proceed in front of the police vehicle and behind the
other traffic in order to inform the Contractor's work force when all vehicles have cleared the area.
Traffic will not be permitted to stop during pacing except in extreme cases as approved by the Engineer.
2. Methods Of Signing For Traffic Pacing
At a point not less than 1,000 feet in advance of the beginning point of the pace, the Contractor shall
erect and cover a W-special sign (72 inch x 72 inch) with a Type "8" flashing light, with the legend
''TRAFFIC SLOWED AHEAD SHORT DELAY" (See Detail iSO-A). A portable changeable message sign may
be used in lieu of the W-special sign. On divided highways this sign shall be double indicated. A worker
with a two-way radio shall be posted at the sign, and upon notice that the traffic is to be paced shall turn
on the flashing light and reveal the sign. When traffic is not being paced, the flashing light shall be turned
off and the sign covered or removed. W-special signs are reflectorized black on orange, Series "C" letter
and border of the size specified.
First Use January 4, 2000
"" ... FLASHIIIG L 1M t:Jt TlW'f Ie Sllll
U.
, ,.~-
71.
....'ir~ ~ ~~~~
10. r 52" , 10-
~ ~ (Q) \WI [g [Q)
15- .,. 4. .,. 1~
~~[g~[Q)
$)~@~] ..@.~~~ w
1:...1 :" J..'j
If-Sftc.... 51...
lTEwawtY POST IQ.IIlT[D1
SIOM SHALL HAWI 'l.~ LECEIC) AlIO BORD(R
OIl 0IWlGI: REFLEC1ORIZlO IACltGRQUIW
DETAIL 150-A
E. CONSTRUCTION VEHICLE TRAFFIC
Page 19 of 44
,. IMRCIN
",," IClItOEII
,. IUDIUS
6-
'2"
'Z"SER. "'"
,-
'Z"
"" $IR. "t'
,.
".
12. SER. .c'
...
'"
.. SlR. .C.
,.
The Contractor's vehicles shall travel in the direction of normal roadway traffic and shall not reverse direction
except at intersections, interchanges, or approved temporary crossings. The Contractor may submit a plan
requesting that construction traffic be allowed to travel in the opposite direction of normal traffic when it
would be desirable to modify traffic patterns to accommodate specific construction activities.
Prior approval of the Engineer shall be obtained before any construction traffic is allowed to travel in a reverse
direction. If the Contractor's submittal is approved the construction traffic shall be separated from normal
traffic by appropriate traffic control devices.
F. ENVIRONMENTAL IMPACTS TO THE TEMPORARY TRAFFIC CONTROL (TIC) PLAN
The Contractor shall ensure that dust, mud, and other debris from construction activities do not interfere with
normal traffic operations or adjacent properties. All outfall ditches, special ditches, critical storm drain
structures, erosion control structures, retention basins, etc. shall be constructed, where possible, prior to the
beginning of grading operations so that the best possible drainage and erosion control will be in effect during
the grading operations, thereby keeping the roadway areas as dry as possible.
Areas within the limits of the project which are determined by the Engineer to be disturbed or damaged due
either directly or indirectly from the progress or the lack of progress of the work shall be cleaned up,
redressed, and regrassed. All surplus materials shall be removed and disposed of as required. Surplus
materials shall be disposed of in accordance with Subsection 201.02.E.3 of the Specifications.
G. EXISTING STREET LIGHTS
H. NIGHTWORK
Existing street lighting shall remain lighted as long as practical and until removal is approved by the Engineer.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 20 of 44
Adequate temporary lighting shall be provided at all nighttime work sites where workers will be immediately
adjacent to traffic.
I. CONSTRUCTION VEHICLES IN THE WORKZONE
The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to traffic is
prohibited. It shall be the responsibility of the Worksite Traffic Control Supervisor to ensure that any vehicle
present at the worksite is necessary for the completion of the work.
J. ENCROACHMENTS ON THE TRAVELED-WAY
The Worksite Traffic Control Supervisor (WTCS) shall monitor the work to ensure that all the rocks, boulders,
construction debris, stockpiled materials, equipment, tools and other potential hazards are kept clear of the
travelway. These items shall be stored in a location, in so far as practical, where they will not be subject to a
vehicle running off the road and striking them.
K. PEDESTRIAN ACCESS TO THE WORK
All existing pedestrian walkways shall be maintained. Whenever changes to the worksite necessitate changes
to existing walkways, temporary walkways shall be provided and maintained, with appropriate signs as
necessary, to allow safe passage of pedestrian traffic.
L. TRAFFIC SIGNALS
If the sequence of operations, staging, or the temporary traffic control plan requires the relocation or shifting
of any components of an existing traffic signal system then any work on these traffic signals will be considered
as part of Lump Sum- Traffic Control. The contractor becomes responsible for the maintenance of these
traffic signals from the time that the system is modified until final acceptance. The maintenance of traffic
signals that are not a part of the work and are not in conflict with any portion of the work shall not be the
responsibility of the contractor.
When construction operations necessitate an existing traffic signal to be out of service, the Contractor shall
furnish off-duty police officers to regulate and maintain traffic control at the site.
M. REMOVAL/REINSTALLATION OF MISCELLANEOUS ITEMS
In the prosecution of the Work, if it becomes necessary to remove any existing signs, markers, guardrail, etc.
not covered by specific pay item, they shall be removed, stored and reinstalled, when directed by the
Engineer, to line and grade, and in the same condition as when removed.
150.03SIGNS:
A. SIGNING REQUIREMENTS OF THE TEMPORARY TRAFFIC CONTROL (rrC) PLAN
When existing regulatory, warning or guide signs are required for proper traffic control the Contractor shall
maintain these signs in accordance with the temporary traffic control (TIC) plan. The Contractor shall review
the status of all existing signs, interim signs added to the work, and permanent sign installations that are part
of the work to eliminate any conflicting or non-applicable signage in the TIC Plan. The Contractor's review of
all signs in the TIC Plan shall establish compliance with the requirements of the MUTCD and Section 150. Any
conflicts shall be reported to the Engineer immediately and the WTCS shall take the necessary measures to
eliminate the conflict.
The Contractor shall make every effort to eliminate the use of interim signs as soon as the Work allows for the
installation of permanent signs.
All existing illuminated signs shall remain lighted and be maintained by the Contractor.
Existing street name signs shall be maintained at street intersections.
B. CONFLICTING OR NON-APPLICABLE SIGNS
http://tomcat2.dot.state.ga. us/thesource/pdf/special--provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 21 of 44
Any sign(s) or portions of a sign(s) that are not applicable to the TIC plan shall be covered so as not to be
visible to traffic or shall be removed from the roadway when not in use. The WTCS shall review all traffic
shifts and changes in the traffic patterns to ensure that all conflicting signs have been removed. The review
shall confirm that the highest priority signs have been installed and that signs of lesser significance are not
interfering with the visibility of the high priority signs. High priority signs include signs for road closures,
shifts, detours, lane closures and curves. Any signs, such as speed zones and speed limits, passing zones,
littering fines and litter pick up, that reference activities that are not applicable due to the presence of the
Work shall be removed, stored and reinstalled when the Work is completed.
Failure to promptly eliminate conflicting or non-applicable signs shall be considered as non-performance under
Subsection 150.08.
C. REMOVAL OF EXISTING SIGNS AND SUPPORTS
The Contractor shall not remove any existing signs and supports without prior approval from the Engineer. All
existing signs and supports which are to be removed shall be stored and protected if this material will be
required later in the work as part of the TIC plan. If the signs are not to be utilized in the work then the
signs will become the property of the Contractor unless otherwise specified in the contract documents.
D. INTERIM GUIDE, WARNING AND REGULATORY SIGNS
Interim guide, warning, or regulatory signs required to direct traffic shall be furnished, installed, reused, and
maintained by the Contractor in accordance with the MUTCD, the Plans, Special Provisions, Special Conditions,
or as directed by the Engineer. These signs shall remain the property of the Contractor. The bottom of all
interim signs shall be mounted at least seven (7') feet above the level of the pavement edge when the signs
are used for long-term stationary operations as defined by Section 6G.02 of the MUTCD. Special Conditions
under Subsection 150.11 may modify this requirement.
Portable signs may be used when the duration of the work is less than three (3) days or as allowed by the
special conditions in Subsection 150.11. Portable signs shall be used for all punchlist work. All portable signs
and sign mounting devices utilized in work shall be NCHRP 350 compliant. Portable interim signs shall be
mounted a minimum of one (1') foot above the level of the pavement edge for directional traffic of two (2)
lanes or less and a minimum of seven (7') feet for directional traffic of three (3) or more lanes. Signs shall be
mounted at the height recommended by the manufacturer's crashworthy testing requirements. Portable
interim signs which are mounted at less than seven (7') feet in height may have two 18 inch x 18 inch
fluorescent red-orange or orange-red warning flags mounted on each sign.
All regulatory sign blanks shall be rigid whether the sign is mounted as a portable sign, on a Type III
barricade or as a permanent mount height sign.
Any permanent mount height interim sign that is designed to fold in half to cover a non-applicable message
on the sign shall have reflectorized material on the folded over portion of the sign. The reflectorized material
shall be orange in color with a minimum of ASTM Type I engineering grade sheeting with a minimum area of
six inches by six inches (6" x 6'') facing the direction of traffic at all times when the sign is folded.
Interim signs may be either English or metric dimensions.
E. EXISTING SPECIAL GUIDE SIGNS
Existing special guide signs on the Project shall be maintained until conditions require a change in location or
legend content. When change is required, existing signs shall be modified and continued in use if the required
modification can be made within existing sign borders using design requirements (legend, letter size, spacing,
border, etc.) equal to that of the existing signs, or of Subsection 150.03.E.2. Differing legend designs shall
not be mixed in the same sign.
1. Special Guide Signs
Special guide signs are those expressway or freeway guide signs that are designed with a message
content (legend) that applies to a particular roadway location. When an existing special guide sign is in
conflict with work to be performed, the Contractor shall remove the conflicting sign and reset it in a new,
non-conflicting location which has been approved by the Engineer.
First Use January 4, 2000
Page 22 of 44
2. Interim Special Guide Signs
When it is not possible to utilize existing signs, either in place or relocated, the Contractor shall furnish,
erect, maintain, modify, relocate, and remove new interim special guide signs in accordance with the Plans
or as directed by the Engineer. Interim special guide signs that may be required in addition to, or a
replacement for, existing expressway and freeway (interstate) signs shall be designed and fabricated in
compliance with the minimum requirements for guide signing contained in Part 2E "Guide Signs
Expressway" and Part 2F "Guide Signs Freeways" of the MUTCD, except that the minimum size of all
letters and numerals in the names and places, streets and highways on all signs shall be 16 inches Series
"E" initial upper-case and 12 inches lower-case. All interstate shields on these signs shall be 48 inches
and 60 inches for two-numeral and three-numeral routes, respectively.
The road name of the exit or route shield shall be placed on the exit gore sign.
3. Interim Overhead Guide Sign Structures
Interim overhead special guide sign structures are not required to be lighted unless specifically required by
the Plans. If lighting is required the sign shall be lighted as soon as erected and shall remain lighted,
during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the
Power Company at least thirty (30) days prior to desired connection to the power source.
4. Permanent Special Guide Signs
The installation of new permanent special guide signs and the permanent modification or resetting of
existing special gUide signs, when included in the contract, shall be accomplished as soon as practical to
minimize the use of interim special guide signs. If lighting is required by the Plans, all new permanent
overhead special guide signs shall be lighted as soon as erected.
F. MATERlALS- INTERIM SIGNS:
1. Posts
Permanent mounting height of seven (7') feet- Posts for all interim signs shall meet the requirements of
Section 911 except that green or silver paint may be used in lieu of galvanization for steel posts or
structural shape posts. Within the limits of a single project, all metal posts shall be the same color. Wood
posts are not required to be pressure treated.
Interim posts may be either metric or English in dimensions.
Posts for all interim signs shall be constructed to yield upon impact unless the posts are protected by
guardrail, portable barrier, impact attenuator or other type of positive barrier protection. Unprotected
posts shall meet the breakaway requirements of the "1994 AASHTO Standard Specifications for Structural
Support for Highway Signs, Luminaries and Traffic Signals". Unprotected interim posts shall be spliced as
shown in Detail 150-F unless full length unspliced posts are used.
Unprotected post splices will not be permitted any higher than four inches above the ground line to lessen
the possibility of affecting the undercarriage of a vehicle. Installation of posts may require establishment
of openings in existing pavements, islands, shoulders etc.
http://tomcat2.dot.state.ga. us/thesource/pdf/specialyrovisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 23 of 44
.ACD(IIIICIOlIlII VAUlI)
~
UoaIA:NNIL IIIlINIOI'I'
I11IB 101'I'
f(Y. 8I1lIlL LDC:I: WAIBIla
I'IA ~'.IlIA.IClLTI
JIm 11IBCDlNIICIIDN
f(Y .WAIIIlll
v.awoe.lIClNlOI'I'
. 'l'RAmC FLOW
lmlIIlOI'I'
J"MDlIMlIM (4'MDlIMlIMCOAIl'ALJI.AJN)
n
DETAn.. lSO-F
2. Sign Blanks And Panels- Permanent mounting height of seven (7') feet-
All sign blanks and panels shall conform to Section 912 of the Specifications except that blanks and panels
may be ferrous based or other metal alloys. Type 1 and Type 2 sign blanks shall have a minimum
thickness of 0.08 inches regardless of the sign type used. Alternative sign blank materials (composites,
poly carbonates, fiberglass reinforced plastics, recycled plastics, etc.) shall have a letter of approval from
the Office of Materials and Research for use as interim construction signs before these materials are
allowed to be incorporated into the work unless these rigid sign blanks are currently approved as a
crashworthy sign blank material under QPL 34. The back side of sign panels shall be painted orange to
prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be permitted.
The use of flexible signs will not be permitted for permanent mount height signs.
Interim blanks and panels may be either metric or English in dimensions.
3. Portable Sign Mounting Devices, Portable Sign Blanks-
All portable sign mounting devices and sign blanks utilized in the work shall be NCHRP 350 Test Level III
compliant. All portable sign mounting devices and sign blanks shall be from the Qualified Products List.
Any sign or sign mounting device shall have an identifying decal, logo, or manufacturer's stamping that
clearly identifies the device as NCHRP 350 compliant. The Contractor may be required to provide
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 24 of 44
certification from the Manufacturer as proof of NCHRP 350 compliance. All portable signs shall be
mounted according to height requirements of Subsection 150.03.D.
G. SIGN VISIBILITY AND OFFSETS
All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance
distance in compliance with the MUTCD. Any clearing required for maintaining the line of sight to existing,
interim or permanent signs shall be done as part of the requirements of the TIC plan. The clearing shall
include any advance warning signs, both interim and permanent, that are installed as a part of the work
including advance warning signs that are installed outside the limits of the project. Any sign installed behind
W-beam or T-beam guardrail with non-breakaway posts shall be installed with the leading edge of the sign a
minimum of four feet and three inches (4'3/1) behind the face of the guardrail with five feet (5') of clearance
being desirable. Limbs, brush, construction equipment and materials shall be kept clear of the driver's line of
sight to all signs that are part of the TIC plan.
H. ADVANCE WARNING SIGNS:
1. All Type Of Highways
Advance warning signs shall be placed ahead of the work area in accordance with Part VI of the MUTCD
and shall include a series of at least three advance road work (W20-1) signs placed at the termini of the
project. The series shall have the legend ROAD WORK (1500 FEET, 1000 FEET, AND 500 FEET).
At grade intersecting roadways and on-ramps shall be signed with a minimum of one ROAD WORK AHEAD
sign.
When work terminates at a "T" intersection, a minimum of one "ROAD WORK AHEAD/I sign shall be placed
in advance of the intersection and one "END ROAD WORK/I sign shall be placed at the termination end of
the intersection. Field conditions may require the use of additional warning signage.
Advanced Warning Signs on State Routes shall be a minimum dimension of 48 inches x 48 inches. When
a State Route intersects a project which consists of adding travel lanes, reconstructing an existing
roadway or new location work, the State Route approaches shall have a minimum of three (W20-1)
advanced warning signs (1500 ft., 1000 ft., 500 ft.). The termination end of an intersecting State Route
shall have END ROAD WORK signage.
The W20-1 signs shall be placed at the termini of the project or sufficiently in advance of the termini to
allow for lane shifts, lane closures and other activities which may also require advanced warning signs.
The advanced warning signs for the project should not overlap with the advanced warning signs for lane
shifts, lane closures, etc.
The length of a workzone should be held to the minimum length required to accomplish the work. If a
project has multiple individual worksites within the overall limits of the project, each site should be signed
individually if the advance warning signs for each site can be installed without overlapping an adjacent
worksite. As soon as the work is completed at any individual site the warning signs shall be removed from
that site. Clean-up work and punchlist work shall be performed with portable signage.
Project mileage indicated on the G20-1 sign shall be the actual project mileage rounded up to the nearest
whole mile. Projects less than two (2) miles in length or individual worksites that are part of a multiple
worksite project may delete this sign. The G20-1 sign shall be 60/1 X 36/1 and the G20-2 sign shall be 48/1 X
24/1.
2. Interstate, Limited Access And Multilane Divided Highways
In addition to the W20-1 signs required at 500 ft., 1000 ft. and 1500 ft., multi-lane divided highways shall
also have additional advanced warning signs installed with the legend "ROAD WORK (2 MILES, 1 MILE and
1/2 MILE). All construction warning signs on divided highways shall be double indicated (Le., on the left
and right sides of the roadway.) If the use of the V2 mile, 1 mile and 2 mile advanced warning signs
cause an overlap with other work or do not benefit field conditions then the Engineer may review the use
of these signs and eliminate their installation. When the posted speed limit is 50 MPH or less, the V2 mile,
1 mile and 2 mile signs should be eliminated especially in urban areas.
The W20-1 advance warning signs for ROAD WORK 500 FEET; 1000 FEET; and 1500 FEET shall be
temporarily covered when work involving the advanced warning signs for lane shifts and lane closures
First Use January 4, 2000
Page 25 of 44
overlap these signs. The ROAD WORK V2 MILE, ROAD WORK 1 MILE, and ROAD WORK 2 MILES shall be
in place when the 500, 1000 and 1500 feet signs are temporarily covered.
When the temporary traffic control zone already has advanced warning (W20-1) signs installed the W20-1
signs required for lane closures under Standard 9106 should be eliminated.
RAMP WORK ON LIMITED ACCESS HIGHWAYS: The workzone shall not be signed for the entire length of
the mainline of a limited access highway when only short individual worksites, interchange or ramp work is
being performed.
When work is restricted to ramp reconstruction or widening activities, the advance warning signs on the
mainline section of the limited access highway shall be limited to the use of portable advance warning
signs. These portable advance warning signs shall only be utilized when work activity is within the gore
point of the ramp and the mainline traveled way or work is active in the accel/decel lane adjacent to the
mainline traveled way. Portable advance warning signs (W20-1; 1500ft./l000 ft,f500ft.) shall be installed
on the traveled way of the limited access highway when the above conditions are present. The advance
warning signs shall be installed only in one direction where work is active. All portable signs shall be
double indicated. When work is not active, the ramp work shall be advanced warned by the use of a
single 48 inch X 48 inch "RAMP WORK AHEAD" sign along the right shoulder of the mainline traveled way
prior to the beginning of the taper for the decellane. The "RAMP WORK AHEAD" sign shall be mounted at
seven (7') feet in height. Differences in elevation shall be in compliance with the requirements of
Subsection 150.06 prior to the removal of the portable (W20-1) advanced warning signs from the
mainline.
The G20-1 sign shall be eliminated on limited access highways when the work involves only ramp work,
bridge reconstruction, bridge painting, bridge joint repairs, guardrail and anchor replacement or other site
specific work which is confined to a short section of limited access highway.
I. PORTABLE CHANGEABLE MESSAGE SIGN
Unless specified as a paid item in the contract the use of a portable changeable message sign will not be
required. When specified, a portable changeable message sign (PCMS) shall meet the minimum requirements
of Section 632 and the MUTCD. The maximum amount of messages allowed to be flashed on one PCMS is
two phases (flashes). The language and the timing of the messages shall comply with the MUTCD and
Section 632.
When used as an advanced device the PCMS should typically be placed ahead of the construction activities. If
the PCMS is used as a substitute for another device then the requirements for the other device apply.
J. FLASHING BEACON
The flashing beacon assembly, when specified, shall be used in conjunction with construction warning signs,
regulatory, or guide signs to inform traffic of special road conditions which require additional driver attention.
The flashing beacon assembly shall be installed in accordance with the requirements of Section 647.
K. RUMBLE STRIP SIGNAGE
Signage for rumble strips located in the travelway shall be as required in Subsection 150.01.C and Subsection
150.02.A.9.
L. LOW/SOFT SHOULDER SIGNAGE
Low or soft shoulder signs shall be utilized in accordance with the following conditions:
CONSTRUCTION/RECONSTRUCTION PROJECTS:
"LOW/SOFT SHOULDER" signs shall be erected when a difference in elevation exceeds one (1'') inch but does
not exceed three (3'') inches between the travelway and any type of shoulder unless the difference in
elevation is four (4') feet or greater from the edge of the traveled way.
The spacing of the signs shall not exceed one (1) mile and the signs shall be placed immediately past each
crossroad intersection. The "Low/Soft" signs shall remain in place until the difference in elevation is
eliminated and the shoulder has been dressed and permanently grassed for a minimum of thirty (30) calendar
http://tomcat2.dot.state.ga.us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 26 of 44
days. These signs shall be furnished, installed, maintained and removed by the Contractor as part of Traffic
Control-Lump Sum. These signs shall be orange with black borders and meet the reflectorization
requirements of Subsection 150.01.e.
"SHOULDER DROP-OFF" (W8-9a) signs shall be used when a difference in elevation, less than four (4') feet
from the traveled way, exceeds three (3'') inches and is not protected by positive barrier protection. These
warning signs shall be placed in advance of the drop-off.
For a continuous drop-off condition, the W8-9a) signs shall, as a minimum, be spaced in accordance with the
above requirements for "Low/soft shoulder" signs.
PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING ITEMS:
"LOW/SOFT SHOULDER" signs shall be erected when a difference in elevation exceeds one (1'') inch but
does not exceed three (3'') inches between the travelway and any type of shoulder unless the difference in
elevation is four (4') feet or greater from the edge of the traveled way.
SHOULDER BUILDING INCLUDED IN THE CONTRACT: "Low/Soft Shoulder" signs shall be erected as per the
requirement of Standards 9102, 9106, and 9107. "Shoulder Drop-off" signs (W8-9a) shall be erected as per
the requirements of the MUTCD. These signs shall be maintained until the conditions requiring their
installation have been eliminated. The Contractor shall remove all interim warning signs before final
acceptance.
SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Department will furnish the "Low/Soft
Shoulder" signs, "Shoulder Drop-off" signs and the posts. The signs shall be erected to meet the minimum
requirements of Subsection 150.03. The Contractor shall include the cost of furnishing installation hardware
(bolts, nuts, and washers), erection and maintenance of the signs in the bid price for Traffic Control- Lump
Sum. The Contractor shall maintain the signs until final acceptance. The Department will remove the signs.
LAU/LAR PROJECTS SHOULDER BUILDING NOT INCLUDED IN THE CONTRACT: The Contractor will furnish,
install and maintain LOW/SOFT SHOULDER signs (yellow with black borders, ASTM Type III or IV) at the
appropriate spacing, until Final Acceptance of the project by the Department. After Final Acceptance by the
Department the signs will become the property and responsibility of the local government.
M. BUMP SIGNAGE:
MULTI-LANE DIVIDED HIGHWAYS: A bump sign (W8-1) shall be utilized when a transverse joint in the
pavement structure has a vertical difference in elevation of three quarters (3/4'') of an inch or greater in depth
with no horizontal taper to ramp the traffic from one elevation to the other. This condition typically occurs at
approach slabs during pavement milling operations and at transverse joints in asphaltic pavement lifts.
lWO-LANE lWO-WAY HIGHWAYS: A bump sign (W8-1) shall be utilized when a transverse joint in the
pavement structure has a vertical difference in elevation that exceeds one and three quarters (1-3/4'') inches
in depth with no horizontal taper to ramp the traffic from one elevation to the other. This includes utility and
storm drainage repairs that require concrete placement for patching and/or steel plating.
The (W8-1) sign shall be placed sufficiently in advance to warn the motorist of the condition.
150.04 PAVEMENT MARKINGS
A. GENERAL
Full pattern pavement markings in accordance with Section 652 and in conformance with Section 3A and 3B,
except 3B.02, of the MUTCD are required on all courses before the roadway is opened to traffic. No passing
zones shall be marked to conform to Subsection 150.04.E. During construction and maintenance activities on
all highways open to traffic, both existing markings and markings applied under this Section shall be fully
maintained until Final Acceptance. If the pavement markings are, or become, unsatisfactory in the judgement
of the Engineer due to wear, weathering, or construction activities, they shall be restored immediately.
1. Resurfacing Projects
Pavement markings shall be provided on all surfaces that are placed over existing markings. Interim and
final markings shall conform in type and location to the markings that existed prior to resurfacing unless
http://tomcat2.dot.state.ga. us/thesource/pdf/speciat'provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 27 of 44
changes or additions are noted in the Contract. The replacement of parking spaces will not be required
unless a specific item or note has been included in the Contract. Any work to make additions to the
markings that existed prior to resurfacing is to be considered as extra work.
2. Widening And Reconstruction Projects
If the lane configuration is altered from the preconstruction layout then pavement markings will be as
required by the plans or the Engineer.
3. New Location Construction Projects
Pavement marking plans will be provided.
B. MATERIALS
All traffic striping applied under this Section shall be a minimum four inches in width or as shown in plans and
shall conform to the requirements of Section 652, except as modified herein. Raised pavement markers
(RPMs) shall meet the requirements of Section 654. Markings on the final surface course, which must be
removed, shall be a removable type. The Contractor will be permitted to use paint, thermoplastic, or tape on
pavement which is to be overlaid as part of the project, unless otherwise directed by the Engineer. Partial
(skip) reflectorization (i.e. reflectorizing only a portion of a stripe) will not be allowed.
C. INSTALLATION AND REMOVAL OF PAVEMENT MARKINGS:
INSTALLATION: All pavement markings, both interim and permanent, shall be applied to a clean surface. The
Contractor shall furnish the layout and preline the roadway surface for the placement of pavement markings
applied as part of the temporary traffic control plan. All interim marking tape and RPM's on the final surface
shall be removed prior to the placement of the final markings.
The Contractor shall sequence the work in such a manner as to allow the installation of markings in the final
lane configuration at the earliest possible stage of the work.
REMOVAL: Markings no longer applicable shall be removed in accordance with Subsection 656.2.
THE ELIMINATION OF CONFLICTING PAVEMENT MARKINGS BY OVERPAINTING WITH PAINT OR LIQUID
ASPHALT IS NOT ACCEPTABLE.
INTERMEDIATE SURFACE: Interim markings shall be removed by methods that will cause minimal damage to
the pavement surface while also ensuring that traveling public will not be confused or misdirected by any
residual markings remaining on the intermediate surface. The use of approved black-out tape and black-out
paint may be permitted on some interim surfaces, provided the results are satisfactory to the Engineer.
FINAL SURFACE: No interim paint or thermoplastic markings will be permitted on any final surface unless the
interim markings are in alignment with the location of the permanent markings and the interim marking will
not interfere or adversely affect placement of the permanent markings. The proposed method of removal for
layout errors that require markings to be removed from the final surface shall have the prior approval of the
Engineer. Any damage to the final pavement surface caused by the pavement marking removal process shall
be repaired at the Contractor's expense by methods acceptable and approved by the Engineer. Subsection
400.3.06.C shall apply when corrective measures are required. The use of black-out tape or black-out paint
will not be permitted to correct layout errors on any final surface.
Traffic shifts that are done on the final surface shall be accomplished using interim traffic marking tape that
can be removed without any blemishing of the final surface. Interim traffic marking tape shall be used on any
of the following final surfaces; asphaltic concrete, Portland cement concrete, and bridge deck surfaces.
Exceptions to the requirements for interim traffic marking tape shall have the written prior approval of the
Engineer before the application of any other method is permitted.
PAY FACTOR REDUCTION FOR ASPHALTIC CONCRETE FINAL SURFACES: When the correction of an error in
the layout of the final pavement markings requires the final surface to be grounded, blemished, scarred, or
polished the pay factor shall be reduced to 0.95 for the entire surface area of the final topping that has a
blemish, polished or a scarred surface. The reduced pay factor shall not be confined to only the width and
length of the stripe or the dimensions of the blemished areas, the whole roadway surface shall have the
reduced pay factor applied. The area of the reduced pay factor shall be determined by the total length and
the total width of the roadway affected. If the affected area is not corrected, the reduction in pay shall be
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 28 of 44
deducted from the final payment for the topping layer of asphaltic concrete. The Engineer shall make the
final determination whether correction or a reduced pay factor is acceptable.
The eradication of pavement markings on intermediate and final concrete surfaces shall be accomplished by a
method that does not grind, polish, or blemish the surface of the concrete. The method used for the removal
of the interim markings shall not spall chip the joints in the concrete and shall not damage the sealant in the
joints. Any joint or sealant repairs shall be included in the bid price for Traffic Control-Lump Sum. The
proposed method of removal shall have the prior approval of the Engineer.
Failure to promptly remove conflicting or non-applicable pavement markings shall be considered as non-
performance under Subsection 150.08.
PREPARATION AND PLANNING FOR TRAFFIC SHIFTS: When shifting of traffic necessitates removal of
centerline, lane lines, or edge lines, all such lines shall be removed prior to, during, or immediately after any
change so as to present the least interference with traffic. Interim traffic marking tape shall be used as a
temporary substitute for the traffic markings being removed.
Before any change in traffic lane(s) alignment, marking removal equipment shall be present on the project for
immediate use. If marking removal equipment failures occur, the equipment shall be repaired or replaced
(including leasing equipment if necessary), so that the removal can be accomplished without delay.
Except for the final surface, markings on asphaltic concrete may be obliterated by an overlay course, when
approved by the Engineer. When an asphaltic concrete overlay is placed for the sole purpose of eliminating
conflicting markings and the in place asphaltic concrete section will allow, said overlay will be eligible for
payment only if designated in the Plans. Overlays to obliterate lines will be paid for only once and further
traffic shifts in the same area shall be accomplished with removable markings. Only the minimum asphaltic
concrete thickness required to cover lines will be allowed. Excessive build-up will not be permitted. When an
overlay for the sole purpose of eliminating conflicting markings is not allowed, the markings no longer
applicable shall be removed in accordance with Subsection 656.2.
D. RAISED PAVEMENT MARKERS
Raised pavement markers (RPMs) are required as listed below for all asphaltic concrete pavements before the
roadway is open to traffic. On the final surface, RPM's shall be placed according to the timeframes specified in
150.04 E. for full pattern pavement markings except Interstate Highways where RPM's shall be placed and/or
maintained when the roadway is open to traffic. When Portland Cement Concrete is an intermediate or final
surface and is open to traffic, one calendar day is allowed for cleaning and drying before the installation of
RPMs is required.
Raised pavement markers are not allowed on the right edge lines under any situation.
1. Interstate Highways
Retro-reflective raised pavement markers (RPM's) shall be placed and/or maintained on intermediate
pavements surfaces on all interstate highways that are open to traffic. This includes all resurfacing
projects along with widening and reconstruction projects. The spacing and placement shall be as required
for MULTI-LANE DIVIDED HIGHWAYS.
2. Multi-Lane Divided Highways
Retro-reflective raised pavement markers (RPMs) shall be placed and/or maintained on intermediate
pavement surfaces on all multi-lane divided highways that are opened to traffic when these roadways are
being widened or reconstructed. Two lane-two way roadways that are being widened to a multi-lane
facility, whether divided or undivided, are included in this provision. Projects consisting primarily of
asphalt resurfacing items or shoulder widening items are excluded from this requirement. The RPMs shall
be placed as follows:
a. SUPPLEMENTING LANE LINES
80 foot center on skip lines with curvature less than three degrees. (Includes tangents)
40 foot centers on solid lines and all lines with curvature between three degrees and six degrees.
20 foot centers on curves over six degrees.
First Use January 4, 2000
Page 29 of 44
20 foot centers on lane transitions or shifts.
b. SUPPLEMENTING RAMP GORE LINES
20 foot centers, two each, placed side by side.
c. OTHER LINES
As shown on the plans or directed by the Engineer.
3. Other Highways
On other highways under construction RPMs shall be used and/or maintained on intermediate pavement
surfaces as follows:
a. SUPPLEMENTING LANE LINES AND SOLID LINES
40 foot centers except on lane shifts. (When required in the Plans or Contract.)
20 foot centers on lane shifts. (Required in all cases.)
b. SUPPLEMENTING DOUBLE SOLID LINES
40 foot centers (one each beside each line) except on lane shifts. (When required in the Plans or
Contract. )
20 foot centers on lane shifts. (Required in all cases.)
E. EXCEPTIONS FOR INTERIM MARKINGS
Some exceptions to the time of placement and pattern of markings are permitted as noted below, however,
full pattern pavement markings are required for the completed project.
1. Two-Lane, Two-Way Roadways
a. SKIP LINES
All interim skip (broken) stripe shall conform to Section 652 except that stripes shall be at least two
feet long with a maximum gap of 38 feet. On curves greater than six degrees, a one-foot stripe with a
maximum gap of 19 feet shall be used. In lane shift areas solid lines will be required. Interim skip
lines shall be replaced with markings in full compliance with Section 652 prior to expiration of the 14
calendar day period.
Interim raised pavement markers may be substituted for the interim skip (broken) stripes. If raised
pavement markers are substituted for the two foot interim skip stripe, three markers spaced at equal
intervals over a two feet distance will be required. No separate payment will be made if the interim
raised pavement markers are substituted for interim skip lines.
Interim raised pavement markers shall be retro-reflective, shall be the same color as the pavement
markers for which they are substituted, and shall be visible during daytime.
The type of interim marker and method of attachment to the pavement shall be approved by the
Office of Materials and Research but in no case will the markers be attached by the use of nails.
Flexible reflective markers, Type 14 or Type 15, may be used for a maximum of fourteen (14) calendar
days as an interim marker. Any flexible reflective markers in use shall be from the qualified products
list (QPL).
The interim raised pavement markers shall be maintained until the full pattern pavement markings are
applied. At the time full pattern markings are applied the interim raised markers shall be removed in a
manner that will not interfere with application of the full pattern pavement markings.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150.html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 30 of 44
b. NO PASSING ZONES-TWO-LANE, TWO-WAY ROADWAYS
Passing zones shall be re-established in the locations existing prior to resurfacing. No changes to the
location of passing zones shall be done without the written approval of the Engineer. For periods not
to exceed three calendar days where interim skip centerlines are in place, no-passing zones shall be
identified by using post or portable mounted DO NOT PASS regulatory signs (R4-1 24" x 30") at the
beginning and at intervals not to exceed V2 mile within each no-passing zone. A post or portable
mounted PASS WITH CARE regulatory sign (R4-1 24" x 30") shall be placed at the end of each no-
passing zone. Post mounted signs shall be placed in accordance with the MUTCD. Portable signs shall
conform to the requirements of the MUTCD and shall be NCHRP 350 compliant. Portable signs shall
be secured in such a manner to prevent misalignment and minimize the possibility of being blown over
by weather conditions or traffic.
On new location projects and on projects where either horizontal or vertical alignments has been
modified, the location of No-Passing Zones will be identified by the Engineer.
c. EDGELINES
1) Bituminous Surface Treatment Paving
Edgelines will not be required on intermediate surfaces (including asphaltic concrete leveling for
bituminous surface treatment paving) that are in use for a period of less than 60 calendar days
except at bridge approaches, on lane transitions, lane shifts, and in such other areas as
determined by the Engineer. On the final surface, edgelines shall be placed within 30 calendar
days of the time that the final surface was placed.
2) All Other Types of Pavement
Edgelines will not be required on intermediate surfaces that are in use for a period of less than 30
calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas
as determined by the Engineer. On the final surface, edgelines shall be placed within 14 calendar
days of the time that the surface was placed.
2. Multi-Lane Highways - With No Paved Shoulder(S) Or Paved Shoulder(S) Four Feet Or Less
a. UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN LANE)
1) Centerlines and No-Passing Barrier-Full Pattern centerlines and no-passing barriers shall be
restored before opening to traffic.
2) Lanelines- Interim skip (broken) stripe as described in Subsection 150.04E.1.a. may be used for
periods not to exceed three calendar days. Skiplines are not permitted in lane shift areas. Solid
lines shall be used.
3) Edgelines- Edgelines shall be placed on intermediate and final surfaces within three calendar days
of obliteration.
b. DIVIDED HIGHWAYS (GRASS OR RAISED MEDIAN)
1) Lanelines- Full pattern skip stripe shall be restored before opening to traffic. Skip lines are not
permitted in lane shift areas. Solid lines shall be required.
2) Centerline/Edgeline- Solid lines shall be placed on intermediate and final surfaces within three
calendar days of obliteration.
3. Limited Access Roadways And Roadways With Paved Shoulders Greater Than Four Feet
a. Same as Subsection 150.04.E.2 except as noted in (b) below.
b. EDGELINES-
1) Asphaltic Concrete Pavement- Edgelines shall be placed on intermediate and final surfaces prior to
opening to traffic.
2) Portland Cement Concrete Pavement- Edgelines shall be placed on any surface open to traffic no
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 31 of 44
later than one calendar day after work is completed on a section of roadway. All water and residue
shall be removed prior to daily striping.
4. Ramps For Multi-Lane Divided Highways
A minimum of one solid line edge stripe shall be placed on any intermediate surface of a ramp prior to
opening the ramp to traffic. The other edge stripe may be omitted for a maximum period of three (3)
calendar days on an intermediate surface. Appropriate channelization devices shall be spaced at a
maximum of twenty-five (25') feet intervals until the other stripe has been installed.
The final surface shall have both stripes placed prior to opening the ramp to traffic.
5. MISCELLANEOUS PAVEMENT MARKINGS:
FINAL SURFACE: School zones, railroads, stop bars, symbols, words and other similar markings shall be
placed on final surfaces conforming to Section 652 within fourteen (14) calendar days of completion of the
final surface. Final markings shall conform to the type of pay item in the plans. When no pay item exists
in the plans the final markings shall conform to Section 652 for painted markings.
INTERMEDIATE SURFACE: Intermediate surfaces that will be in use for more than forty-five (45) calendar
days shall have the miscellaneous pavement markings installed to conform to the requirement of Section
652. Under Subsection 150.11, Special Conditions, or as directed by the Engineer these markings may be
eliminated.
F. MOBILE OPERATIONS
When pavement markings (centerlines, lane lines, and edgelines) are applied in a continuous operation by
moving vehicles and equipment, the following minimum equipment and warning devices shall be required.
These devices and equipment are in addition to the minimum requirements of the MUTCD.
1. All Roadways
All vehicles shall be equipped with the official slow moving vehicle symbol sign. All vehicles shall have a
minimum of two flashing or rotating beacons visible in all directions. All protection vehicles shall have an
arrow panel mounted on the rear. All vehicles requiring an arrow panel shall have, as a minimum, a Type
B panel. All vehicle mounted signs shall be mounted with the bottom of the sign a minimum height of
forty-eight inches (48'') above the pavement. All sign legends shall be covered or removed from view
when work is not in progress.
2. Two-Lane Two-Way Roadways
a. Lead Vehicles
The lead vehicle may be a separate vehicle or the work vehicle applying the pavement markings may
be used as the lead vehicle. The lead vehicle shall have an arrow panel mounted so that the panel is
easily visible to oncoming (approaching) traffic. The arrow panel should typically operate in the
caution mode.
b. Work Vehicles
The work vehicle(s) applying markings shall have an arrow panel mounted on the rear. The arrow.
panel should typically operate in the caution mode. The work vehicle placing cones shall follow
directly behind the work vehicle applying the markings.
c. Protection Vehicles
A protection vehicle may follow the cone work vehicle when the cones are being placed and may
follow when the cones are being removed.
3. MULTI-LANE ROADWAYS
A lead vehicle may be used but is not required. The work vehicle placing cones shall follow directly behind
the work vehicle applying the markings. A protection vehicle that does not function as a work vehicle
should follow the cone work vehicle when traffic cones are being placed. A protection vehicle should
follow the cone work vehicle when the cones are being removed from the roadway. Protection vehicles
shall display a sign on the rear of the vehicle with the legend PASS ON LEFT(RIGHT).
INTERSTATES AND LIMITED ACCESS ROADWAYS: A protection vehicle shall follow the last work vehicle at
First Use January 4, 2000
Page 32 of 44
all times and shall be equipped with a truck mounted attenuator that is certified for impacts not less than
62 mph in accordance with NCHRP350 Test Level Three (3).
150.05 CHANNELIZATION
A. GENERAL
Channelization shall clearly delineate the travelway through the work zone and alert drivers and pedestrians to
conditions created by work activities in or near the travelway. Channelization shall be done in accordance with
the plans and specifications, the MUTCD, and the following requirements.
All Channelization Devices utilized on any project shall be NCHRP 350 compliant. Any device used on the
Work shall be from the Qualified Products List. All devices utilized on the work shall have a decal, logo, or
manufacturer's stamping that clearly identifies the device as NCHRP 350 compliant. The Contractor may be
required to furnish certification from the Manufacturer for any device to prove NCHRP 350 compliance.
1. Types of Devices Permitted for Channelization in Construction Work Zones:
a. DRUMS:
1) DESIGN: Drums shall meet the minimum requirement of the MUTeD and shall be reflectorized as
required in Subsection 150.01.C. The upper edge of the top reflectorized stripe on the drum shall
be located a minimum of 33 inches above the surface of the roadway. A minimum drum diameter
of 18 inches shall be maintained for a minimum of 34 inches above the roadway.
2) APPLICATION: Drums shall be used as the required channelizing device to delineate the full
length of a lane closure, shift, or encroachment, except as modified by this Subsection.
3) TRANSITION TAPERS FOR LANE CLOSURES: Drums shall be used on all transition tapers. The
minimum length for a merging taper for a lane closure on the travelway shall be as shown in Table
150-1:
TABLE 150-1
Posted Lane Lane Lane Lane Maximum Drum
Speed Width Width Width Width Spacing in Tapers,
Limit MPH 9 Feet 10 Feet 11 Feet 12 Feet (Feet)
Minimum Taper Lenqth (L) in Feet
20 60 70 75 80 20
25 95 105 115 125 25
30 135 150 165 180 30
35 185 205 225 245 35
40 240 270 295 320 40
45 405 450 495 540 45
50 450 500 550 600 50
55 495 550 605 660 55
60 540 600 660 720 60
65 585 650 715 780 65
70 630 700 770 840 70
75 675 750 825 900 75
If site conditions require a longer taper then the taper shall be lengthened to fit particular
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 33 of 44
individual situations.
The length of shifting tapers should be at least V2 L.
The length of a closed lane or lanes, excluding the transition taper(s), shall be limited to a total of
two (2) miles. Prior approval must be obtained from the Engineer before this length can be
increased.
Night time conditions: When a merge taper exists into the night all drums located in the taper shall
have, for the length of the taper only, a six (6'') inch fluorescent orange (ASTM Type VI, VII, VIII,
IX or X) reflectorized top stripe on each drum. The top six-inch stripe may be temporarily attached
to the drum while in use in a taper. All drums that have the six-inch top stripe permanently
attached shall not be used for any other conditions.
Multiple Lane Closures:
(a) A maximum of one lane at a time shall be closed with each merge taper.
(b) A minimum tangent length of 2 L shall be installed between each individual lane closure taper.
4) LONGITUDINAL CHANNELIZATION: Drums shall be spaced as listed below for various roadside
work conditions except as modified by Subsection 150.06. Spacing shall be used for situations
meeting any of the conditions listed as follows:
(a) 40 FOOT SPACING MAXIMUM
(1) For difference in elevation exceeding two inches.
(2) For healed sections no steeper than 4:1 as shown in Subsection 150.06, Detail 150-E.
(b) 80 FOOT SPACING MAXIMUM
(1) For difference in elevation of two inches or less.
(2) Flush areas where equipment or workers are within ten feet of the travel lane.
(c) 200 FOOT SPACING MAXIMUM: Where equipment or workers are more than ten feet from
travel lane. Lateral offset clearance to be four feet from the travel lane.
(1) For paved areas eight feet or greater in width that are paved flush with a standard width
travel lane.
(2) For disturbed shoulder areas not completed to typical section that are flush to the travel
lane and considered a usable shoulder.
REMOVAL OF DRUMS: Drums may be removed after shoulders are completed to typical section and
grassed. Guardrail and other safety devices shall be installed and appropriate signs advising of
conditions such as soft or low shoulder shall be posted before the drums are removed.
b. VERTICAL PANELS
1) DESGN: All vertical panels shall meet the minimum requirements of the MUTCD. All vertical
panels shall have a minimum of 270 square inches of retro-reflective area facing the traffic and
shall be mounted with the top of the reflective panel a minimum of 36" above the roadway.
2) APPLICATION: Lane encroachment by the drum on the travelway should permit a remaining lane
width of ten feet. When encroachment reduces the travelway to less than ten feet, vertical panels
shall be used to restore the travelway to ten feet or greater. No other application of vertical
panels will be permitted.
c. CONES
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 34 of 44
1) DESIGN: All cones shall be a minimum of 28 inches in height regardless of application and shall
meet the requirement of the MUTCD. Reflectorization may be deleted from all cones.
2) APPLICATION: For longitudinal channelizing only, cones will be permitted for daylight closures or
minor shifts. (Drums are required for all tapers.) The use of cones for nighttime work will not be
permitted. Cones shall not be stored or allowed to be visible on the worksite during nighttime
hours.
d. BARRICADES
DESIGN: Type III barricades shall meet the minimum requirements of the MUTCD and shall be
reflectorized as required in Subsection 150.01.C. The Contractor has the option of choosing Type
III barricades from the Qualified Products List or the Contractor may utilize generic barricades
that are approved by the Federal Highway Administration (FHWA). When barricades have been
specifically crash tested with signs attached, the contractor has the responsibility to attach the
signs as per the manufacturer's recommendations to ensure crashworthiness. If signs are
attached to generic barricades or to barricades from the Qualified Products List (QPL) that have
not been crash tested with signs attached then the responsibility for crashworthiness and the
liability for mounting these signs to the barricades are assumed by the Contractor and the
Contractor shall certify that the barricades are crashworthy under FHWA workzone guidelines for
NCHRP 350 crashworthy compliance. Any generic barricades used in the work shall be stamped or
stenciled to show compliance with NCHRP 350. The use of Type I and Type II barricades will not
be perm itted.
1) APPLICATION: Type III barricades shall be placed as required by the plans, the Standards, and as
directed by the Engineer. All signs mounted on barricades shall be mounted to comply with the
requirements of the MUTCD and NCHRP 350 Test Level III. NCHRP 350 crashworthy compliance
may require that rigid signs be mounted separate from the Type III barricade.
When a barricade is placed so that it is subject to side impact from a vehicle, a drum shall be
placed at the side of the barricade to add target value to the barricade.
e. WARNING LIGHTS:
1) DESIGN: All warning lights shall meet the requirements of the MUTeD.
2) APPLICATION
(a) Type A low-intensity flashing lights shall be used as shown in the Plans, the Standards, and as
directed by the Engineer. Flashing lights are not required for advance warning signs in
Subsection 150.03.H.
(b) Type C Steady-Burn lights shall be used as shown in the Plans, the Standards, and as directed
by the Engineer. Steady-burn lights are not required on drums for merging tapers that exist
into the night.
f. TEMPORARY BARRIERS
1) DESIGN: Temporary barriers shall meet the requirements of Sections 620.
2) APPLICATION: Temporary barriers shall be placed as required by the plans, standards, and as
directed by the Engineer. When Temporary barrier is located 20 feet or less from a travel lane,
yellow reflectors shall be fixed to the top of the barrier at intervals not greater than 40 feet in the
longitudinal section and 20 feet in the taper section and shall be mounted approximately two
inches above the barrier. If both lanes of a two-lane two-way roadway are within 20 feet or less
of the barrier then the reflectors shall be installed for both directions of traffic.
The reflectors shall be 100 square inches (ASTM Type VII or VIII) reflective sheeting mounted on
flat-sheet blanks. The reflectors shall be mounted approximately two inches above the top of the
barrier. The reflectors shall be attached to the barrier with adhesive or by a drilled-in anchor type
device. The reflectors shall not be attached to a post or board that is placed between the gap in
the barrier sections.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4,2000
Page 35 of 44
Approach end of Temporary barrier shall be flared or protected by an impact attenuator (crash
cushion) or other approved treatment in accordance with Construction Details/Standards and
Standard Specifications.
On interstate or other controlled access highways where lane shifts or crossovers cause opposing
traffic to be separated by less than 40 ft., portable barrier shall be used as a separator.
B. PORTABLE IMPACT ATTENUATORS:
1. DESCRIPTION
This work consists of the furnishing (including spare parts), installation, maintenance, relocation, reuse as
required, and removal of Portable Impact Attenuator Units/Arrays.
2. MATERIALS
Materials used in the Attenuator shall meet the requirements of Section 648 for Portable Impact
Attenuators.
3. CONSTRUCTION
Portable Impact Attenuator Unit/Arrays installation shall conform to the requirements of Section 648,
Manufacturer's recommendations and Georgia Standard 4960 and shall be installed at locations designated
by the Engineer, and/or as shown on the plans.
C. TEMPORARY GUARDRAIL ANCHORAGE- Type 12:
1. DESCRIPTION
This work consists of the furnishing, installation, maintenance and removal or Temporary Guardrail
Anchorage- Type 12 used for Portable Barrier or temporary guardrail end treatment.
2. MATERIALS
Materials used in the Temporary Guardrail Anchorage- Type 12 shall meet the requirements of Subsection
641.2 of the Specifications and current Georgia Standards and may be new or used. Materials salvaged
from the Project which meet the requirements of Standards may be utilized if available. The use of any
salvaged materials will require prior approval of the Engineer.
3. CONSTRUCTION
Installation of the Temporary Guardrail Anchorage- Type 12 shall conform to the requirements of the
Plans, current Georgia Standards and Subsection 641.3 of the Specifications. Installation shall also include
sufficient additional guardrail and appurtenances to effect the transition and connection to Temporary
Concrete Barrier as required by the details in Georgia Standard 4960.
150.06 DIFFERENCES IN ELEVATION BETWEEN TRAVEL LANES AND SHOULDERS (SEE SUBSECTION
150.06.G FOR PROJECTS CONSISTING PRIMARILY OF ASPHALTIC CONCRETE RESURFACING ITEMS)
Any type of work such as paving, grinding, trenching, or excavation that creates a difference in elevation between
travel lanes or between the travelway and the shoulder shall not begin until the Contractor is prepared and able to
continuously place the required typical section to within two inches (2'') of the existing pavement elevation. For
any areas that the two inches minimum difference in elevation cannot be accomplished the section shall be healed
as shown in Detail 150-E. If crushed stone materials are used to provide a healed section no separate payment
will be made for the material used to heal any section. The Contractor may submit a plan to utilize existing pay
items for crushed stone provided the plan clearly demonstrates that the materials used to heal an area will be
incorporated into the work with minimal waste. Handling and hauling of any crushed stone used to heal shall be
kept to a minimum. The Engineer shall determine if the crushed stone used to heal meets the specifications for
gradation and quality when the material is placed in the final location.
A maximum of sixty (60) calendar days shall be allowed for conditions to exist that require any section or segment
of the roadway or ramp to continue to require a healed section as described by Detail 150-E. Failure to meet this
requirement shall be considered as non-performance of Work under Subsection 150.08.
When trenching or excavation for minor roadway or shoulder widening is required, all operations at one site shall
be completed to the level of the existing pavement in the same work day.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 36 of 44
Any channelization devices utilized in the work shall conform to the requirements of Subsection 150.05 and to the
placement and spacing requirements in Details 150-B, 150-C, 150-D, and 150-E shown in this section.
Any construction activity that reduces the width of a travel lane shall require the use of a W-20 sign with the
legend "LEFT/RIGHT LANE NARROWS". Two 24" x 24" red or red/orange flags may be mounted above the W-20
sign. The W-20 sign shall be located on the side of the travelway that has been reduced in width just off the
travelway edge of pavement. The W-20 sign shall be a minimum of 500 feet in advance of any channelization
devices that encroach on the surface of travelway. A portable changeable message sign may be used in lieu of
the W-20 sign.
GENERAL/TIME RESTRICTIONS:
A. STONE BASES, SOIL AGGREGATE BASE AND SOIL BASES
1. All Highways
Differences in elevation of more than two inches between surfaces carrying or adjacent to traffic will not be
allowed for more than a 24-hour period. A single length of excavated area that does not exceed 1000 feet
in total length may be left open as a start up area for periods not to exceed 48 hours provided the
Contractor can demonstrate the ability to continuously excavate and backfill in a proficient manner. Prior
approval of the Engineer shall be obtained before any startup area may be allowed.
2. LIMITED ACCESS HIGHWAY RAMPS (INTERSTATES):
On projects that include ramp rehabilitation work, one ramp at a time may be excavated for the entire
length of the ramp from the gore point of the ramp with the interstate mainline to the intersection with the
crossing highway. This single ramp may remain excavated with a vertical difference in elevation greater
than two (2'') inches for a maximum of fourteen (14) calendar days with drums spaced at twenty (20') feet
intervals as shown in Detail 150-B and a buffer space accepted under Section 150.06.F. After fourteen (14)
calendar days the section shall be healed as required for all other highways. This area will be allowed in
addition to the 1000 feet allowed for all other highways.
B. ASPHALT BASES, BINDERS AND TOPPINGS
1. DIFFERENCES IN ELEVATION BETWEEN THE SURFACES OF ADJACENT TRAVELWAYS
Travel lanes shall be paved with a plan that minimizes any difference in elevation between adjacent travel
lanes. The following limitations will be required on all work:
a. Differences of two inches (2'') or less may remain for a maximum period of fourteen (14) calendar
days.
b. Differences of greater than two inches (2'') shall be permitted for continuous operations only.
EMERGENCY SITUATIONS: Inclement weather, traffic accidents, and other events beyond the control
of the Contractor may prevent the work from being completed as required above. The Contractor
shall notify the Engineer in writing stating the conditions and reasons that have prevented the
Contractor from complying with the time limitations. The Contractor shall also outline a plan detailing
immediate steps to complete the work. Failure to correct these conditions on the first calendar day
that conditions will allow corrective work shall be considered as non-performance of Work under
Subsection 150.08.
2. Differences in Elevation Between Asphalt Travelway and Paved Shoulders
Differences in elevation between the asphalt travelway and asphalt paved shoulders shall not be allowed
to exist beyond the maximum durations outlined below for the conditions shown in Details 150-B, 150-C,
150-D, and 150-E:
Detail 150-B conditions shall not be allowed for more than 24 hours. A single length that does not exceed
1000 feet in total length may be left open for periods not to exceed 48 hours provided the Contractor can
demonstrate the ability to continuously pave in a proficient manner. Prior approval of the Engineer shall be
obtained before any section is allowed to exceed 24 hours. Any other disturbed shoulder areas shall be
healed as in Detail 150-E.
Detail 150-C conditions will not be allowed for more than 48 hours.
Detail 150-D conditions will not be allowed for more than 30 calendar days.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 37 of 44
Detail 150-E conditions will not be allowed for more than 60 calendar days.
Failure to meet these requirements shall be considered as non-performance of Work under Subsection
l5QJlli.
C. PORTLAND CEMENT CONCRETE
Work adjacent to a Portland Cement Concrete traveled way which involves the following types of base and
shoulders shall be accomplished according to the time restrictions outlined for each type of base or shoulder.
Traffic control devices shall be in accordance with Subsection 150.05.
1. Cement Stabilized Base
Work adjacent to the traveled way shall be healed as per Detail 150-E within forty-eight (48) hours after
the seven (7) calendar day curing period is complete for each section placed. During the placement and
curing period, traffic control shall be in accordance Detail 150-B.
2. Asphaltic Concrete Base
When an asphaltic concrete base is utilized in lieu of a cement stabilized base the asphaltic concrete base
shall be healed as per Detail 150-E within forty-eight (48) hours after the placement of each section of
asphaltic concrete base. For the first forty eight hours traffic control shall be in compliance with Detail
150-B.
3. Concrete Paved Shoulders
Concrete paved shoulders shall be placed within sixty (60) calendar days after the removal of each section
of existing shoulder regardless of the type of base materials being placed on the shoulders. During the
placement period, traffic control devices shall be in accordance with the appropriate detail based on the
depth of the change in elevation. Differences in elevation of more than two inches between the travel way
and the shoulder will not be allowed for more than a 24-hour period. A single length of excavated area
that does not exceed 1000 feet in total length may be left open as a start up area for periods not to exceed
48 hours provided the Contractor can demonstrate the ability to continuously excavate and backfill in a
proficient manner. Prior approval of the Engineer shall be obtained before any startup area may be
allowed. Any other disturbed shoulder areas shall be healed as in Detail 150-E.
4. Asphaltic Concrete Shoulders
A difference in elevation that meets the requirements of Detail 150-B shall not be allowed to exist for a
period greater than forty-eight (48) hours. After the removal of the existing shoulder the section or
segment of travelway may be healed with stone as per Detail 150-E for a maximum of fourteen (14)
calendar days. Asphaltic concrete shoulders shall be placed within two (2'') inches or less of the traveled
way surface within fourteen (14) calendar days after the removal of the stone healed section or the
removal of each section of the existing shoulder. The two (2'') inches or less difference in elevation shall
not remain in existence for a period that exceeds thirty (30) calendar days unless the paved shoulder is
utilized as a detour for the traveled way. During the placement period, traffic control shall be in
accordance with the appropriate detail based on the depth of the change in elevation.
The Contractor may propose an alternate plan based on Subsection 150.06.F. Failure to meet the above
requirements and time restrictions shall be considered as non-performance of Work under Subsection
150.08.
D. MISCELLANEOUS ELEVATION DIFFERENTIALS FOR EXCAVATIONS ADJACENT TO THE
TRAVELWAY
Drainage structures, utility facilities, or any other work which results in a difference in elevation adjacent
to the travelway shall be planned and coordinated to be performed in such a manner to minimize the
time traffic is exposed to this condition. The excavation should be back filled to the minimum
requirements of Detail 150-E as soon as practical. Stage construction such as plating or backfilling the
incomplete work may be required. The difference in elevation shall not be allowed to exist for more than
five (5) calendar days under any circumstances. Failure to correct this condition shall be considered as
non-performance of Work under Subsection 150.08.
E. CONDUIT INSTALLATION IN PAVED AND DIRT SHOULDERS
First Use January 4, 2000
Page 38 of 44
The installation of conduit and conduit systems along the shoulders of a traveled way shall be planned
and installed in a manner to minimize the length of time that traffic is exposed to a difference in
elevation condition. The following restrictions and limitations shall apply:
1. Differences in Elevation of Two (2") Inches or Less
The shoulder may remain open when workers are not present. When workers are present the shoulder
shall be closed and the channelization devices shall meet the requirements of Subsection 150.05. The
difference in elevation on the shoulder shall remain for a maximum period of fourteen (14) calendar days.
2. Differences in Elevation Greater Than Two (2") Inches
The shoulder shall be closed. The shoulder closure shall not exceed twenty-four (24) hours in duration
unless the Special Conditions in Subsection 150.11 modifies this restriction or the Engineer allows the work
to be considered as a continuous operation.
Failure to meet these requirements shall be considered as non-performance of Work under Subsection
150.08.
F. MODIFICATIONS TO DETAILS lS0-B, lS0-C, 150-D AND 150-E
The Contractor may propose any alternate temporary traffic control plan that utilizes a portion of the travel
lane as a "buffer space". This buffer space may allow for an enhanced work area that will allow for the
placement of materials to proceed at a pace that could not be achieved with the time restriction requirements
outlined in Section 150.06.A, 150.06.B, and 150.06.C. The Contractor may propose modified time restrictions
based on the use of the buffer space. Any proposed modifications in the time duration allowed for the
differences in elevations to exist shall be reviewed by the Engineer as a component of the overall TIC plan.
No modifications shall be made until the proposed plan is accepted by the Engineer. The Engineer shall have
no obligation to consider any proposal which results in an increase in cost to the Department.
For the travel lane described in each of the details 150-B, 150-C, 150-D and 150-E it is presumed that the
pavement marking edgeline (yellow or white solid stripe) is located at the very edge of the travel lane
surface. A buffer space (temporary paved shoulder) that utilizes a portion of the travel lane should be six (6')
feet in width desirable but shall not be less than four (4') feet in width. Any remaining travellane(s) shall not
be less than ten (10') feet in width.
If the proposed shifting of the traffic to obtain a buffer space and maintain a minimum travel lane(s) of ten
(10') feet requires the use of any existing paved shoulders then the cost of maintenance and repair of the
existing paved shoulder(s) shall be the responsibility of the Contractor. The Contractor is responsible for the
costs of maintenance and repairs even if the existing paved shoulder(s) is to be removed in a later stage of
the work. Existing shoulders that have rumble strips shall have the rumble strips removed before the shoulder
can be utilized as part of the travel lane. The cost of the removal of the rumble strips shall be done at no cost
to the Department even if the shoulder is to be removed in a later stage of the work.
Any modifications to the staging and time restrictions that are approved as part of the TIC plan shall be
agreed to in writing. Failure to meet these modifications shall be considered as non-performance of the Work
under Subsection 150.08.
G. ASPHALTIC CONCRETE RESURFACING PROJECTS
SHOULDER CONSTRUCTION INCLUDED AS A PART OF THE CONTRACT: When the placement of asphaltic
concrete materials creates a difference in elevation greater than two (2'') inches between the earth shoulder
(grassed or un-grassed) and the edge of travelway or between the earth shoulder and a paved shoulder that
is less than four (4') feet in width, the Contractor shall place and maintain drums in accordance with the
requirements of Subsection 150.05A.l.a.4). When the edge of the paved surface is tapered with a 30-45
degree wedge, drums may be spaced at 2.0 times the speed limit in MPH. Drums shall remain in place and be
maintained until the difference in elevation has been eliminated by the placement of the appropriate shoulder
materials.
SHOULDER CONSTRUCTION NOT INCLUDED AS A PART OF THE CONTRACT: When the placement of
asphaltic concrete materials creates a difference in elevation greater than two (2'') inches between the earth
shoulder (grassed or un-grassed) and the edge of travelway or between the earth shoulder and a paved
shoulder that is less than four (4') feet in width, the Contractor shall notify the Engineer, in writing, when the
resurfacing work including all punchlist items has been completed.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 39 of 44
See Subsection 150.03.L for the requirements for "LOW/SOFT SHOULDERS" and "SHOULDER DROP-OFF"
signage.
First Use January 4, 2000
Page 40 of 44
Location of drums when Elevation Difference exceeds 4 inches. Drums spaced at 20 foot intervals. Note:
If the travel way width is reduced to less than 10 feet by the use of drums, vertical panels shall be used in
lieu of drums.
/
f
/
New Construction
1 Travel Lane
~ III ~ ~
III
III
ELEVATION DIFFERENCE GREATER THAN 4 INCHES
DETAIL 150-8
Drums spaced at 40 foot intervals.
Location of drums when Elevation
Difference is 2+ inches to 4 inches.
6 inches :!:
New Construction
i--------------------------!--
---------------------------
.1.
Travel Lane
III III
~
~
ELEV A nON DIFFERENCE 2+ to 4 inches
DETAIL 150-C
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/ sp 150 .html
1/7/2008
http://tomcat2.dot. state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 41 of 44
Drums spaced at 80 foot intervals.
Location of drums when Elevation
Difference is 2 inches or less.
4 feet :f:
~--------------------------I--
---------------------------
.1.
Travel Lane
New Construction
III III
~
~
ELEVATION DIFFERENCE OF 2 INCHES OR LESS
DETAIL 150-D
Location of drums immediately after
completion of healed sections spaced at 40
foot intervals.
Compacted graded aggregate,
subbase material or dirt.
+-
=\
TOP OF DRUM TO BE LEVEL
NO STEEPER THAN 4:1
2 feet :f:
New Construction
-------------------------1--
---------------------------
.1.
Travel Lane
III III
~
~
HEALED SECTION
DETAIL l50-E
150.07 FLAGGING AND PILOT CARS:
A. FLAGGERS
Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as
required by the Engineer.
B. FLAGGER CERTIFICATION
All f1aggers shall meet the requirements of the MUTCD and shall have received training and a certificate upon
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 42 of 44
completion of the training from one of the following organizations:
National Safety Council
Southern Safety S~es
Construction Safe~nsultants
Ivey Consultants
American Traffic Safety Services Association (ATSSA)
Certifications from other agencies will be accepted only if their training program has been approved by any
one of the organizations listed above.
Failure to provide certified f1aggers as required above shall be reason for the Engineer suspending work
involving the f1agger(s) until the Contractor provides the certified f1agger(s). Flaggers shall have proof of
certification and valid identification (photo I.D.) available any time they are performing f1agger duties.
C. FLAGGER APPEARANCE AND EQUIPMENT
Flaggers shall wear high-visibility clothing in compliance with Subsection 150.01.A and shall use a Stop/Slow
paddle meeting the requirements of the MUTCD for controlling traffic. The Stop/Slow paddles shall have a
shaft length of seven (7) feet minimum. The Stop/Slow paddle shall be retro-reflectorized for both day and
night usage. In addition to the Stop/Slow paddle, a f1agger may use a flag as an additional device to attract
attention. This flag shall meet the minimum requirements of the MUTCD. The flag shall, as a minimum, be
24" inches square and red or red/orange in color. For night work, the vest shall have reflectorized stripes
which meet the requirements of the MUTCD.
D. FLAGGER WARNING SIGNS
Signs for f1agger traffic control shall be placed in advance of the flagging operation in accordance with the
MUTCD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence
of the f1agger shall be placed beyond the point where traffic can reasonably be expected to stop under the
most severe conditions for that day's work.
E. PILOT VEHICLE REQUIREMENTS
Pilot vehicles will be required during placement of bituminous surface treatment or asphaltic concrete on two-
lane roadways unless otherwise specified. Pilot vehicles shall meet the requirements of the MUTCD.
F. PORTABLE TEMPORARY TRAFFIC CONTROL SIGNALS
The Contractor may request, in writing, the substitution of portable temporary traffic control signals for
f1aggers on two-lane two-way roadways provided the temporary signals meets the requirements of the
MUTCD, Section 647, and Subsection 150.02.A.8. As a part of this request, the Contractor shall also submit
an alternate temporary traffic control plan in the event of a failure of the signals. Any alternate plan that
requires the use of f1aggers shall include the use of certified f1aggers. The Contractor shall obtain the
approval of the Engineer before the use of any portable temporary traffic control signals will be permitted.
150.08 ENFORCEMENT
The safe passage of pedestrians and traffic through and around the temporary traffic control zone, while
minimizing confusion and disruption to traffic flow, shall have priority over all other Contractor activities.
Continued failure of the Contractor to comply with the requirements of Section 150 (TRAFFIC CONTROL) will
result in non-refundable deductions of monies from the Contract as shown in this Subsection for non-performance
of Work.
Failure of the Contractor to comply with this Specification shall be reason for the Engineer suspending all other
work on the Project, except erosion control and traffic control, taking corrective action as specified in Subsection
105.15, and/or withholding payment of monies due to the Contractor for any work on the Project until traffic.
control deficiencies are corrected. These other actions shall be in addition to the deductions for non-performance
of traffic control.
SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC CONTROL
INSTAllATION AND/OR MAINTENANCE
First Use January 4, 2000
Page 43 of 44
ORIGINAL TOTAL CONTRACT AMOUNT
From More Than
To and Including
Daily Charge
$0
$100,000
$200
$100,000
$1,000,000
$500
$1,000,000
$5,000,000
$1,000
$5,000,000
$20,000,000
$1,500
$20,000,000
$40,000,000
$2,000
$40,000,000
$-------------
$3,000
150.09 MEASUREMENT
A. TRAFFIC CONTROL
When listed as a pay item in the Proposal, payment will be made at the Lump Sum price bid, which will
include all traffic control not paid for separately, and will be paid as follows:
When the first Construction Report is submitted, a payment of 25 (twenty-five) percent of the Lump Sum price
will be made. For each progress payment thereafter, the total of the Project percent complete shown on the
last pay statement plus 25 (twenty-five) percent will be paid (less previous payments), not to exceed one
hundred (100) percent.
When no payment item for Traffic Control-Lump Sum is shown in the Proposal, all of the requirements of
Section 150 and the Temporary Traffic Control Plan shall be in full force and effect. The cost of complying
with these requirements will not be paid for separately, but shall be included in the overall bid submittal.
B. SIGNS
When shown as a pay item in the contract, interim special guide signs will be paid for as listed below. All
other regulatory, warning, and guide signs, as required by the Contract, will be paid for under Traffic Control
Lump Sum or included in the overall bid submitted.
1. Interim ground mounted or interim overhead special guide signs will be measured for payment by the
square foot. This payment shall be full compensation for furnishing the signs, including supports as
required, erecting, illuminating overhead signs, maintaining, removing, re-erecting, and final removal from
the Project. Payment will be made only one time regardless of the number of moves required.
2. Remove and reset existing special guide signs, ground mount or overhead, complete, in place, will be
measured for payment per each. Payment will be made only one time regardless of the number of moves
required.
3. Modify special guide signs, ground mount or overhead, will be measured for payment by the square foot.
The area measured shall include only that portion of the sign modified. Payment shall include materials,
removal from posts or supports when necessary, and remounting as required.
C. TEMPORARY BARRIER
Temporary Barrier shall be measured as specified in Section 620.
D. CHANGEABLE MESSAGE SIGN, PORTABLE
Changeable Message Sign, Portable will be measured as specified in Section 632.
E. TEMPORARY GUARDRAIL ANCHORAGE, Type 12
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
First Use January 4, 2000
Page 44 of 44
Temporary Guardrail Anchorage- Type 12 will be measured by each assembly, complete in place and accepted
according to the details shown in the plans, which shall also include the additional guardrail and
appurtenances necessary for transition and connection to Temporary Concrete Barrier. Payment shall include
all necessary materials, equipment, labor, site preparation, maintenance and removal.
F. TRAFFIC SIGNAL INSTALLATION- TEMPORARY
Traffic Signal Installation- Temporary will be measured as specified in Section 647.
G. FLASHING BEACON ASSEMBLY
Flashing Beacon Assemblies will be measured as specified in Section 647.
H. PORTABLE IMPACT ATTENUATORS
Each Portable Impact Attenuator will be measured by the unit/array which shall include all material
components, hardware, incidentals, labor, site preparation, and maintenance, including spare parts
recommended by the manufacturer for repairing accident damage. Each unit will be measured only once
regardless of the number of locations installed, moves required, or number of repairs necessary because of
traffic damage. Upon completion of the project, the units shall be removed and retained by the Contractor.
I. PAVEMENT MARKINGS
Pavement markings will be measured as specified in Section 150.
150.10 PAYMENT:
When shown in the Schedule of Items in the Proposal, the following items will be paid for separately.
Item No. 150. Traffic Control............................................................
Item No. 150. Traffic Control, Solid Traffic Stripe _ Inch, (Color)....
Item No. 150. Traffic Control, Skip Traffic Stripe _ Inch, (Color) ....
Item No. 150. Traffic Control, Solid Traffic Stripe,
Thermoplastic _ Inch, (Color) ..........................
Item No. 150. Traffic Control, Skip Traffic Stripe,
Thermoplastic _ Inch, (Color) ........................
Item No. 150. Traffic Control, Pavement Arrow with
Raised Reflectors ...................................................
Item No. 150. Traffic Control, Raised Pavement Markers-All Types.
Item No. 150. Interim Ground Mounted Special Guide Signs ........
Item No. 150. Interim Overhead Special Guide Signs ...................
Item No. 150. Remove & Reset Existing Special Guide Signs,
Ground Mount, Complete in Place ........................
Item No. 150. Remove & Reset, Existing Special Guide Signs,
Overhead, Complete in Place ...............................
Item No. 150. Traffic Control, Portable Impact Attenuator.............
Item No. 150. Traffic Control, Pavement Markers, Words
and Symbols .........................................................
Item No. 150. Traffic Control, Pavement Arrow (Painted) with
Raised Reflectors ...................................................
Item No. 150. Traffic Control, Workzone Law Enforcement...........
Item No. 150. Modify Special Guide Sign, Ground Mount..............
Item No. 150. Modify Special Guide Sign, Overhead.....................
Item No. 620. Temporary Barrier..................................................
Item No. 632. Changeable Message Sign, Portable ......................
Item No. 641. Temporary Guardrail Anchorage, Type 12 ............
Item No. 647. Traffic Signal Installation, Temp ............................
Item No. 647. Flashing Beacon Assembly, Structure Mounted .....
Item No. 647. Flashing Beacon Assembly, Cable Supported ........
Lump Sum
per Linear Mile
per Linear mile
per Linear Mile
per Linear Mile
per Each
per Each
per Square Foot
per Square Foot
per Each
per Each
per Each
per Square Foot
per Each
per Hour
per Square Foot
per Square Foot
per Lineal Foot
per Each
per Each
Lump Sum
per Each
per Each
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 150 .html
1/7/2008
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 167 .html
1/7/2008
Date:
Page 1 of 4
Date: August 26, 2002
First Use Date 2001 Specifications: November 1,2002
Revised: January 16,2003
Revised: August I, 2003
Revised: February 1,2004
Revised October 15, 2005
Revised March 21, 2007
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 167-Water Quality Monitoring
Add the following:
167.1 General Description
This Specification establishes the Contractor's responsibility to meet the requirements of the National Pollutant Discharge
Elimination System (NPDES) Infrastructure Permit No. GAR 100002 as it pertains to Part IV. Erosion, Sedimentation and
Pollution Control Plan.
167.1.01 Definitions
Certified Personnel- certified personnel are defined as persons who have successfully completed the Georgia Soil and
Water Conservation Commission Course Level lA, possess a current certification card from the Commission, and have
attended the Department's WECS seminar.
167.1.02 Related References
A. Standard Specifications
Section I 61---Control of Soil Erosion and Sedimentation
B. Referenced Documents
NPDES Infrastructure Permit No. GAR 100002, Part IV
GDOT WECS seminar.
Environmental Protection Divisions Rules and Regulations (Chapter 391-3-26)
Georgia Soil and Water Conservation Commission Certification Level IA course.
OCGA 12-7
167.1.03 Submittals
General Provisions 101 through 150
167.2 Materials
General Provisions 101 through 150.
167.2.01 Delivery, Storage, and Handling
General Provisions 101 through 150.
167.3 Construction Requirements
167.3.01 Personnel
Use certified personnel to perform all monitoring, sampling, inspections, and rainfall data collection.
Use the Contractor designated WECS or select a prequalified consultant from the Qualified Consultant List (QCL) to perform
water quality monitoring.
Ensure that monitoring consultants' employees who perform monitoring, sampling, inspections, and rainfall data collection
are GASWCC Certified.
167.3.02 Equipment
Provide equipment necessary to complete the Work or as directed.
Date:
Page 2 of 4
167.3.03 Preparation
General Provisions 101 through 150.
167.3.04 Fabrication
General Provisions 101 through 150.
167.3.05 Construction
A. General
Perform inspections, rainfaU data coUection, testing of samples, and reporting the test results on the project according to
the requirements in Part IV of the NPDES Infrastructure permit and this Specification.
Take samples manuaUy or with the use of automatic samplers, according to the permit. Analyze aU according to the
permit, regardless of the method used to coUect the samples.
If samples are analyzed in the field using portable turbidemeters, the monitoring results shaU state that they are being
used and a digital readout of NT Us is what is provided.
Submit bench sheets, work sheets, etc., when using portable turbidemeters. There are no exceptions to this requirement.
Perform required inspections and submit aU reports required by this Specification within the time frames specified.
Failure to perform the inspections or submit the required reports within the time specified will result in the cessation of
aU construction activities with the exception of traffic control and erosion control. Continued failure to perform
inspections or submit the required reports within the times specified will result in non-refundable deductions as specified
in Subsection 161.5.01.8.
B. Inspections
Have the Engineer inspect the instaUation and condition of each erosion control device required by the erosion control
plan within seven days after initial instaUation. Have this inspection performed for each stage of construction when new
devices are instaUed. Correct aU deficiencies reported by the Engineer within two business days.
Ensure inspections are conducted by certified personnel on the areas and at the frequencies listed below. Document aU
inspections on form DOT-EC-1.
1. Daily:
a. Petroleum product storage, usage and handling areas
b. AU locations where vehicles enter/exit the site
2. Weekly and after RainfaU Events:
Conduct inspections on these areas every seven calendar days and within twenty-four hours after the end of a
rainfaU 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 aU areas where final stabilization has been completed. Look for evidence of sediments or
poUutants entering the drainage system and or receiving waters. Inspect aU erosion control devices that remain in
place to verify the maintenance status and that the devices are functioning properly.
Continue these inspections until the Notice of Termination is submitted.
C. Reports:
1. Inspection Reports:
Summarize the results of inspections noted above in writing on form DOT-EC-l. Include the foUowing
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
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 167 .html
1/7/2008
Date: Page 3 of 4
The EC-1 form shall be signed by the project WECS.
Submit all inspection reports to the Engineer within twenty-four hours of the inspection.
The Engineer will review the reports, inspect the project for compliance, and issue concurrence with the submitted
reports provided the inspection reports are satisfactory.
The Engineer will notify the certified personnel of any additional items that should be added to the inspection report.
Correct any items listed in the inspection report requiring routine maintenance or correction within twenty-four
hours of notification.
Assume responsibility for all costs associated with additional sampling as specified in Part IV.D.5.d.3.(c) and Part
IV.D.5.d.3.(c), of the NPDES GAR 100002 permit if either of these conditions arise:
· BMPs shown in the Plans are not properly installed and maintained, or
· BMPs designed by the Contractor are not properly designed, installed and maintained.
2. Monitoring Reports
a. Report Requirements
Include in all reports, the following certification statement, signed by the WECS or consultant providing
monitoring on the project:
"I certify under penalty oflaw that this document and all attachments were prepared under my direct
supervision in accordance with a system designed to assure that qualified personnel properly gather and
evaluate the information submitted. Based on my inquiry of the person or persons who manage the system,
or those persons directly responsible for gathering the information, the information is, to the best of my
knowledge and belief, true, accurate and complete. I am aware that there are significant penalties for
submitting false information, including the possibility of fine and imprisonment for knowing violations."
When a rainfall event requires a sample to be taken, submit a report of the monitoring results to the Engineer
within seven working days of the date the sample was obtained. Include the following information:
1) Date of sampling
2) Rainfall amount on sample date (sample date only)
3) NTU of sample & analysis method
4) Location where sample was taken (station number, etc.)
5) Receiving water or outfall sample
6) Project number and county
7) Whether the sample was taken by automatic sampler or manually (grab sample)
b. Test Results
Provide monitoring test results to the Engineer within 48 hours of the samples being analyzed. This notification
may be verbal or written. This notification does not replace the monitoring summary.
3. Rainfall Data Reports
Record the measurement of rainfall once each twenty-four hour period. Measure rainfall data at the active phase of
construction on the site.
Project rain gauges and those used to trigger the automatic samplers are to be emptied after every rainfall event. This
will prevent a cumulative effect and prevent automatic samplers from taking samples even though the rainfall event
was not a qualifying event.
Submit a written weekly report, signed by the WECS, to the Engineer showing the rainfall data for each day. The
daily rainfall data supplied by the WECS to the Engineer will be the official rainfall data for the project.
167.3.06 Quality Acceptance
General Provisions 101 through 150.
167.3.07 Contractor Warranty and Maintenance
General Provisions 101 through 150.
167.4 Measurement
Water Quality Inspections in accordance with the inspection and reports sub-sections will be measured for payment by the
month up to the time the Notice of Termination is submitted or Contract Time expires. Required inspections and reports after
Contract Time has expired will not be measured for payment.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 167 .html
1/7/2008
Date:
Page 4 of 4
Water Quality Monitoring and Sampling are measured per each. When the monitoring location is a receiving water, the
upstream and downstream samples constitute one sample. When the monitoring location is an outfall, a single outfall sample
constitutes one sample.
167.4.01 Limits
General Provisions 101 through 150. Submit the report to the Engineer within 7 working days
167.5 Payment
Payment for Water Quality Monitoring and Sampling will be made as follows:
Water Quality Monitoring and Sampling per each is full compensation for meeting the requirements of the monitoring
sections of the NPDES permit and this Specification, obtaining samples, analyzing samples, any and all necessary
incidentals, and providing results of turbidity tests to the Engineer, within the time frame required by the NPDES
Infrastructure permit, and this Specification.
This item is based on the rainfall events that require sampling as described in Part IV.D.5 of the permit. In the event that no
qualifying event occurs for sampling, payment will be made for report preparation submittal.
The Department will not pay for samples taken and analyzed for rainfall events that are not qualifying events as compared to
the daily rainfall data supplied by the WECS.
Water Quality Inspections will be paid at the Contract Price per month. This is full compensation for performing the
requirements of the inspection section of the NPDES permit and this Specification, any and all necessary incidentals, and
providing results of inspections to the Engineer, within the time frame required by the NPDES Infrastructure permit, and this
Specification.
Payment will be made under:
litem No. 167
Water quality inspections
IPer month
Water Quality Monitoring and Sampling will be paid per each.
Payment will be made under:
litem No. 167 Water quality monitoring and sampling
IPer each
167.5.01 Adjustments
General Provisions 101 through 150.
http://tomcat2.dot.state.ga. us/thesource/pdf/special-provisions/shelf/sp 167 .html
1/7/2008
Page 1 of2
w-:.J:-. .~.~ -. Georgia Department of Transportation
KoopJng GQQTgUl on t!1"Q .wOif}
I
All consultants prequalified in
9.02 Rainfall and Runoff Reporting
Company Address City, State ZIP Phone
ASA Engineering & Surveying. Inc. 105 West Central Avenue Valdosta, GA 31603 229-244-0596
P. O. Box 430
A TC Group Services d/b/a A TC Associates. 1841 West Oak Parkway, Marietta, GA 30062 404-658-9320
Inc. . Suite # F
Acer Environmental. Inc. 1325 Captial Circle LawrenceviIle, GA (770) 682-1861
Suite C 30043
Applied Engineering & Construction Services. 224 Brown Industrial Canton, GA 30114 678-493-3600
Inc. Parkway, Suite 101
Ayres Associates 225 Peachtree St., N.E., Atlanta, GA 30303 null
South Towers-Suite 1400
CC Land Surveyors 3459 Acworth Due West Acworth, GA 30101 770-975-3933
Road, Suite 218
CCR Environmental. Inc. 3783 Presidential Parkway Atlanta, GA 30340 7704587943
Suite 123
CERM. LLC 2115 Monroe Drive Atlanta, GA 30324 678-999-0173
Suite 110
Civil Design Solutions. L.L.c. 371 Main Street Warrenton, GA 706-465~0900
P.O. Box 603 30828
Clark Design Group. P.C. .2601 Northlake Drive Suwanee, GA 30024 678-380-6007
Clean Water Consultants. Inc. 20 Business Center Drive Winder, GA 30680 (770) 868-1371
Columbia Engineering ~~~t~ ~~adow Church Road, Duluth, GA 30097 770-925-0357
Construction Materials Services. Inc. 105 Park 42 Drive, Suite A Locust Grove, GA 7709141744
30248-2545
ECS Southeast. LLC 1281 Kennestone Circle Marietta, GA 30066 770-590-1971
N.E., Suite 100
Earth Tech 1455 Old Alabama Road, Roswell, GA 30076- 770-990-1421
Suite 170 2129 dir #
Ecological Solutions 630 Colonial Park Drive, Roswell, GA 30075 (770) 998-7848
Suite 200
Ellis & Associates. Inc. 227 Rose Drive Brunswick, GA 912-279-0085
31520
Gaia Environmental & Regulatory Consulting 109 Birchwood Pass Canton, GA 30114- 770-345-8430
7752
Giles Engineering Associates. Inc. 3990 Flowers Road Atlanta, GA 30360 770.458.3399
Suite 530
Greenhorne & O'Mara. Inc. 2121 Newmarket Parkway, Marietta, GA 30067 678987-3916
Suite 100
Hofstadter and Associates. Inc. 4571 Arkwright Road Macon, GA 31210 (478) 757-1169
Hydrospec. Inc. 255 Allison Lane Ball Ground, GA 770-345-3406
P. O. Box 160 30107
http://tomcat2.dot.state.ga. us/cmislbyc1ass/67 .html
1/7/2008
J. B. Trimble. Inc.
KCI Technologies. Inc.
Lovell Engineering Associates. PC (LEA)
formerly Southern Engineering Consultants.
LLC
MACTEC Engineering and Consulting
Moreland Altobelli Associates. Inc.
PBS&J. Inc.
2550 Heritage Court, SE,
Suite 250
3235 Satellite Boulevard
Building 400, Suite 104
3998 Inner Perimeter Rd.,
Suite C
P.O. Box 2380
3200 Town Point Drive
NW, Suite 100
2211 Beaver Ruin Road,
Suite 190
5665 New Northside Drive
Suite 400
Piedmont Environmental Monitoring Services. 357 Indian Trail Concord
LLC
Piedmont Geotechnical Consultants. Inc.
Precision Planning. Inc.
Professional Service Industries. Inc.(PSI)
QORE Property Sciences
Rakestraw & Associates. Inc.
Rosser Civil Engineering (Division Of Rosser
IntI. Inc.)
Rummel. Klepper & Kahl. LLP
S&ME. Inc.
S. L. King & Associates. Inc.
Scanlon Engineering Services. Inc.
Shaw Environment & Infrastructure Inc.
Statewide Engineering. Inc.
TTL. Inc.
URS Corporation
WPC. Inc.
Whitaker Laboratory. Inc.
Wilbur Smith Associates. Inc.
Williams. Sweitzer and Barnum. Inc.
Willmer Engineering. Inc.
Page 2 of2
Atlanta, GA 30339 770-952-1022
Duluth, GA 30096 678-990-6200
Valdosta, GA 31604 229-253-0900
Kennesaw, GA 30144 (770) 421-3400
Norcross, GA 30071 770-263-5945
Atlanta, GA 30328 770-933-0280
Concord, GA 30206 770-550-5858
P.O.Box 1997 Roswell, GA 30077 7707529205
400 Pike Blvd. . LawrenceviIle, GA 770-338-8000
PO Box 2210 30046-2210
95 Chastain Road Kennesaw, GA 30144 ~6~6424.6200 x
11420 Johns Creek Parkway Duluth, GA 30097 770-476-3555
83 Ty Ty Omega Road Tifton, GA 31793 (229) 382-0009
524 West Peachtree Street Atlanta,GA 30308- null
3512
900 Ridgefield Drive, Suite RaIiegh, NC 27609 919-878-9560
350
3380 Town Point Drive
Suite 140
South Tower-.225 Peachtree Atlant GA 30303 4045245800
Street NE, SUite 1600 a,
216 E. Solomon Street,
Suite A
11560 Great Oaks Way Alpharetta, GA
Suite 500 30022
516 E. Ashely Street Douglas, GA 31533 .9123847723
3202 GiIlionviIle Road Albany, GA 31721 229.432.5805
400 Northpark Town Center
Atlanta, GA 30328 678-808-8800
1000 Abernathy Rd., NE,
Suite 900
2201 Rowland A venue
2500 Tremont Rd.
P. O. Box 7078
2835 Brandywine Road,
Suite 400
2232 Redmond Circle
3772 Pleasantdale Rd
Suite 165
Kennesaw, GA 30144 770-919-0969
Griffin,GA 30223
678-967-2051
770-442-7377
Savannah, GA 31404 (912) 629-4000
Savannah, GA 31405 9122340696
Atlanta, GA 30341-
5539
Rome, GA 30165-
2087
Atlanta, GA 30340
(770) 936-8650
x 242
706-234-0552
770-939-0089 x
24
._~,.....'_.._.._".^..._.,.._....."....._,_....~.._,_.___,..'_"~^"~"_M.._._...._,~...,._._^_.__...._..~,,,.,_^...,_-..''"_'_'''''_~_~__M~'_''___'''_~~''_'_..m....__._,.,,_._.,.._...__..___..______~~_____.~__~.__________
Data current as of Mon Jan 0710:59:02 EST 2008
http://tomcat2.dot.state.ga. us/ cmis/byclass/67 .html
1/7/2008
Office Of1he AdminiStrator
Room 801 . Municipal Building
HO Greene Street - AUGUSTA, GA. ~0901
(706) 821.2400. fAX (706) 811-181 ~
WWW.llUgustaga.gov
JUly 10, 2008
Mr. Abie Ladson
Engineering Director
50S Telfair Street
Augusta, GA 30901
Dear Able:
The Augusta-Richmond County Commission, at their regular meeting held on Thursday, July 10, 2008,
took action on the following items.
36. Authorized the Engineering Department to award a Consultant Services Agreement to Repro Products,
Inc. in the amount of $49,895.00 for the implementation of Autodesk Ovll 3D and staff training.
(Approved by Engineering Services Committee July 7, 2008)
46. Approved (CPB #323-04-203823372) Change Number Three in the amount of $220,000.00 with funding
from $PLOST Phase III Contingency for project engineering and construction. Also approve award of
construction contract to Blair Construction, Inc. in the amount of $748,479.03 for the pointe west
Subdivision Drainage Improvements Project, subject to receipt of signed contract and proper bonds. Also
approved Supplemental Agreement Number Two to Cranston Engineering Group, P.C. in the amount of
$42,000.00 for additional services that includes construction observation and field engineering.
(Approved by Engineering Services Committee July 7, 2(08)
47. Approved Amendment #2 through the Utilities Department to Zimmerman, Evans, and Leopold
PrOfeSsional Design Services contract for additional design of the Rae's Creek Sanitary Trunk Sewer
Replacement Project In the amount of $33,200.00. Also approve the transfer of $271,000.00 Into the
Construction budget for completion of the Engineering Department's portion of this project. (Approved by
Engineering Services Committee JulV 7, 2008)
49.' Approved (Cpa #323.04-296823516) Change Number Four in the amount of $3,315,100.00 with fundlngs
of $2,167,667.00 from SPLOST phase II Recapture, and $1,000,000.00 from SPLOST Phase III Recapture for
Project Engineering and Construction. Also approve award of Construction Contract to Mabus Brothers
Construction, Co. in the amount of $4,549,000.00 for the Windsor Spring Road Improvements Project,
subject to receipt of a detailed prOjeGt schedule, a contractor's project team approved by the Engineering
Department. a traffic control plan, a staging plan, signed. contract(s), and proper bonds. Also approved
Supplemental Agreement Number Four to W.R. Toole Engineer'$, Inc. In the amount of $196,100.00 for
Mr. Able Ladson
July 10, 2008
Page 2
additional services that Include construction observation and field engineering. (Approved by Engineering
Services Committee July 7, 2008)
If you have any questions, please contact me.
Yours truly, <<
C,
Frederick L. Russell
Administrator
cc: Ms. Donna Williams
Ms. Geri Sams
Mr. Drew Goins
07-10-08: #36. #46. #47, #49