HomeMy WebLinkAboutNeely Road Improvements
Augusta Richmond GA
DOCUMENT NAME: f\)(2,\sL'1 R(:)~o 2~p~ove-rn12~.rTS.
DOCUMENT TYPE: CD rV tR?lcI
YEAR: ~ CO L\
BOX NUMBER: d L\
FILE NUMBER: '1 YJ 5:;l 0
NUMBER OF PAGES:
I :;t \
.
Bond No. 929 348 666
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. lI1inois 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./Municipal Building, Augusta, Georgia 30911 (Here insert full name and address or legal title of Owner)
as Obligee, hereinafter called Owner, in the amount of One Million Three Hundred Twenty Seven Thousand Five and 55/100
- - -- - -- -- - -- - - - - -- - -- - - - -- - - - - -- -- - - - -- - - -- -- - -- -- - - -- - -- - -- -, Dollars ($ 1,327,005.55 .).'
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 Neely Road Improvments Project Number: 324-04-201824055
(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 refen-ed to as the Contract.
S-1219/GEEF 10/99
Page 1 of 2
PERFORMANCE BOND
929 348 666
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION 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
I) Complete the Contract in accordance with its tel1llS 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
2/
~
day of
~eLe.--Le..-
;?- QC;> c;t-
, .
~~5~~
(Witness)
~~ ~-U-t1../L
(Witness)
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 teml "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.
.;:;
,,,\" ,-.. ~~ - I'
~\' '-' /"" ,_~ .'~' 7,,(~-;;.,/.,...
t- v.. -.. -~-\ .. _.;. _./ ",,:,:-__
,..; -- "-~
Blair Construction, Inc., PO Box 7tQ!.[~vanSy, /y::: :..' S
Georgia 30809 ~ ~.,:: ~ (.s~l~
~ ~ '-<0 '.: - 0' (Pril1c~pa~
~ ~~,~, .' - . . ,-.. ~
% ""'''':'' '". - ..~~~, ~
_ ~# '~, __",r- ....,~
(1 J: 1>~ Jt?~ p
~re s :dti1 _'-1--
(Title)
Western Surety Company, CNA Plaza,
Chicago, Illinois 60685
(Seal)
(Surety)
-~ '
-~
,; ,/
'~ / (! :ft"-"
Buck Leigh, Attar: y-in-Fact
..,' '-/
. J_~. ~~ ~
, <> <'
. ~ ..~ :.:~ ~
~ .'; ....... :: ,-;:
r.,. ~ -r-__.--:-::::
". ... TEtlSl
'" ;:: """ll::_
... -; ~ I. -:.. :/ i";; 5$
,- v"~
-.r,,....-~.~,,;' ~~
S "\" ,l"
"!' S. ~~
3 .f~ ~-~
~. .
; :~ \~~.-
:::.. """' '.
-:.
" .
'/
"->/-.. -....~.... .;
CIS by Georgia Resident Agent 'f?...~ J..f2 . ~~<2 ~
S-1219/GEEF 10/99
Page 2 of 2
LABOR AND MATERIAL PAYMENT BOND
Bond No. 929 348 666
Conforms with The American Institute of Architects
A.IA Document No. A-311
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL BY THESE PRESENTS: that Blair Construction, Inc., PO Box 770, Evans, Georgia 30809
(Here insert full name and address or legal title of Contractor)
as Principal, hereinafter called Principal, and, Western Surety Company, CNA Plaza, Chicago, Illinois 60685
(Here insert full name and address or legal title of Surety)
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commsission, 530 Greene
St/Municipal Building, Augusta, Georgia 30911 (Here insert full 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 One Million Three
Hundred Twenty Seven Thousand Five and 55/100 - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ 1,327,005,55 .).
for the payment whereof Principal and Surety bind themselves, their heirs; executors, administrators, successors and assigns, jointly and
severally, tinnly by these presents.
WHEREAS,
Principal has by written agreement dated
entered into a contract
with Owner for Neely Road Improvments Project Number 324-04-201824055
(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
929 348 666
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:
I. 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 eve!)' 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 perfonned, or materials were furnished by such claimant, may sue
on this bond for the use of such claimant, prosecute the suit to tinal
judgment for such sum or sums as may be justly due claimant, and have
execution thereon, The Owner shall not be liable for the paymenl 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 thc party to
whom the materials
Signed and sealed this
Z-I
~r
-
day of
--:L::kc e ___ c'e .;-
,..
~s~~
(Witness)
7l~A O~rc
(Witness)
S-1220/GEEF 10/99
Page 2 of 2
were furnished, or for whom the work or labor was done or perfonned.
Such notice shall be served by mailing the same by registered mail or
certilkd mail, postage prepaid, in an envelope addressed to the Principal,
Owner or Surety, at any place wherc an office is regularly maintained for
the transaction of business, or servcd 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 otftcer.
b) After the expiration of one (I) 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 thercof, is situated, and not elsewhere.
4, The amount of this bond shall be reduced by and to the exlenl 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
presentcd under and against this bond.
2009-
, .
\.\~' ';'\ ~ I'
"'" - '. J,. ///:
$~v' :. ~>_::~.. ~ . : -.< '- v./ ~__
~ - ->-...~ .' ;;,' ,'-.. ,- ~
Blair Construction, Inc., PO Boxt!i.6/Evaps,. ',I' '- ~ ;;;,
Georgia 30809 S\ ~~. ~:_, ", ~ ~ (Se~l)
~ ....~ :. ,.: -.,. (Pr.ihciR::il)
~ ~ t ... ~...::::-
~ v'"'~'~'~""~'j I"~~~' ~
~ '-',-...,;;':- "..1~.: ~.:;.iS
~ "'---"
W" '~~~ (( A~~ \'
~eSf~8"'+ (Title)
Western Surety Company, CNA Plaza,
Chicago, Illinois 60685
(Seal)
, : "'/ (Surety)
.."--!/r, /Y/....
'~.... ~-::- ~
10..... ~'~
i .~._~'-'-
~. r-
~~~\~::~~- -,
~ ~ ~~" t"..;, --;. ... ,-
~ -' .
~- ,..'r...
,"/J; '-,.: ~ ,,<;:
-::
'~ -.-......!--=
- ~~ --
;:-- i{Title)
':' ...~ -
, '--' ...
...-'- f> ..::-
";;'1 S
~'~.$
< ;,....-",
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or InSUrer.
To principals on bonds and insureds on certain insurance policies written by anyone or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, PA, Th~ Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding the
applicable surety/insurer deductible.
Form F7310
Weste.rn Surety Company
Th n ts TI t"/r'C'M"j'N QI]')J~TY C'OMPANY 'i SOUlh ))akot~ CO'1,orotion, i~ ~ duly organi%ed :1.lld exi.~ting corporation
Know All Mcn By c,~c '-rc.\cn " 1H VI I~., I I~ \. " '" "" , , . , ..
' , , . <I': ' ) C't Of S,'OlJv f.'nlls alld Stale of S01.11:h Dakota. and Ih21 it docs by vil1.ue of the signnl1.lre and ,gen! hercin AJIJxed herehy
havlIlg 'IS pnnc'IJal 01 <lee 10 t le ,'y " " ,., " ,
mnke, constitute and :1.ppoil1l
PO\VER OF ATTORNEY APPOINTING INDIVIDUAL ATTOnNEY~lN~FACT
ThomasM Albus, Buck l,eigh, ludividllaIly
of Coh, mbl", SC, "" 'm" .,," ,. we", AI""" y(,).,,,.,",, 0; H, r" II 1''' wo '" d 'III',,", Y h""hy ~"'",," '" ",", ,., I ,"d ",,"" r", M" ". ,,, b'h.1( bm'd",
undertakings a:ld othcr oblignlory instl1JmclllS or similar l1a:l1rC
,." " ",," " '''''by", r" II y ..," h, ,h, "" """" M If '''oM ;. "," m "* w"', ., g,,"" " y . "" I y ",", m"ud om",. . r;" "''''''',,' "" ..., ," 1M, "''' "'" d
AtlOlllcy, pursuant to the authority hereby given, Hrc hereby ratified and eonllrl11ed.
~ III UnJimi~ed Amounts _
n, ,,' p. we,' of A II"m, y i, ".", """ """ "" p" """" '" ",," "y ,Wh "''' Y ,,' II" "Y_ L. w pc" "~I "" 'h, """' ''''00 r, ".. 'y "'0 p ell, " '0 II;'" 'od, "y
the shareholder~ of [he corporatiOl:
,,, W""",, Wh."." WF,nERN SURETY COMPA", h" "'''~, """ I"'""''' '" ,,, "g,,,' by 'I< S,o'", Vi" P"I,,"~' "" " eo",,,,,,, ,.., '"
be hercm affixed on [his 26th day of PChnlary, 2004,
~L%;: of ~outh Dakola
COllnty of Minnehaha
j).~'I\\'\UQI~r~~'~~}
"~~~'~""""",..,."o\
f~{~~~~D!?~~}l
~\\.s-~A'\,.o/~#
\;~O(;i""""'io"''\,f
"""II/~/~'I?~I.,~\~<t-
WESTERN SURETY COMPANY
} 5.1
____~~""J~=_____
~'~~-ior Vice President,
0" "", 26 d, d" yOf 'ob",.." 2004, h,f"" m, p '" "''' "y ,..", r"" I T, Il.."", '" "" 1m "'''', who, ""0' h Y "" II", Y """m, II '" II", '" ,I>" "" Y '"''
h, =,,~ ,,, 'h, C"Y of ""''' P""" S"" of S,"II. D.,P1'; ch" h, I, ,I" ""'''' V", /""'"'''' "r lYE","" SliRm'Y COMP^,'Y ",,,"",,, 'I> ",,"
wh;. h "~,, "" "''''''''' ;"""""""; 'ho< ,,, k,,,,,,, II" ,'0" of,"" "'>>"'co "",,; "," 1M, ~"' "m,,, '0 'hI ",Id '" ",'" "'0'" " "" h oocp""" ""; ch" II wo.'
" , (Ii,"" '''' """,,' " ""'h."" g' "'" by,", 80"" '" D';'" ,,," of "id co'N"" ti "" ""', II.., 1>, "'"'' 1>" "" '" ,",,'w, "" ",,"'" " tik" "",', oc, ", ",,'
acknowledges SOl11e to be the act and (ked of said cOrpol'!Jtion,
My e01l1missior. expires
November 30, 200.Q..._
+~~~~~~~~~~~~~~~~~~~~~~~~1'
j D. KRELL j
..~ ~,.
j ~ NOTARY PUBL./C ~ "
.r 4!:- SOUTH DAKClTA s,ir'\!: .1'
~ S
f,,~~.,c.,,~'''lr.,..., '.,,,,>e,.~t.,~~~/~~':"~t.,.,...~ +
" L ''''''" , ^"",,,,,, Soo""", '" ","'TERN 'DRETV COMP,INY "" ""'"Y ""ify "'" 'h, r"wcr 0' ^;;"'''y h""",h.", '" ',,,,h " ..," ,,,
''''"'' oe" "'nh" 'miry II,,, II" By. L, w "f II" '00,,,,,. ti "" p"" '" "" ,", """" heo,,,';, ..III , " roo" ,,, '"'' m"", "',,',,' , h, '" ""',,,,"" "" ",," b",
my",". ",,' .m." Ih, ,.., '''I>, ,"'d "",,,,,,,,,,,,,, ",;, 2/ .'y" c ~ce_ L." 200,,"
.-. -'--- -~_._--------,~,
CERTlI<'ICA Tfi:
-j?<~4__~_
0, Krell, Nllt~ry Public
FOlll1 P42~O-()I-02
"",,\\~tuntEt~!i..,..
.' ~ ~..,--..,," "o'?
~ $;,"~~ 011: "',.,10';.
!I~{(J() ~~\ ~E
,,~\ !"',~
%1",s.~A""'/;:rg
~:o~l""''''''~Q~i'
~"""IJI~,~~~,,'~
V\lESTERN SURETY COMPAN}T
c;~ ?7_#, .." '
-~~..,~-
- J., Ndson, ASS1Slant Secl'(~tJlfY
12/13/2004 3:11 PM
9,17068681855
002
ACORQ CERTIFICATE OF LIABI(ITY INSURANCE I DATE (MMIDDIYYYY)
12/13/2004
PRODUCER (770)246-8300 FAX (770)246-8301 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Sutter, McLellan & Gilbreath, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
3861 Holcomb Bridge Road AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Norcross, GA 30092-2205
Linda Mitchell CIC INSURERS AFFORDING COVERAGE NAlC#
INSURED Blair Construction, Inc. INSURER A: Bituminous Casualty Corp
Evans Grading & Paving INSURER B:
,,-
P.O. Box 770 INSURER C:
Evans, GA 30809 INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDlNG
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.
'fl~ ADD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE Pg~~~=~N LIMITS
SO,
GENERAL UABIUTY CLP3183029B 02/14/2004 02/14/2005 EACH OCCURRENCE $ 1,000,000
X COMMERCIAL GENERAL L1ABlLI1Y DAMAGE TO REN I cD $ 50,000
I CLAIMS MADE [!] OCCUR MED EXP (AIry one person) $ 5,000
A X Pollution Liabilit PERSONAL & ADV INJURY $ 1. 000. 000
- 2,000,000
GENERAL AGGREGATE $
-
GEN'L AGGREGATE lIMIT APPLIES PER: PROOUCTS.COM~OPAGG $ 2,000,000
"/ POLICY n ~8T n lOC
AUTOMOBILE LIABILITY CAP3183028B 02/14/2004 02/14/2005 COMBINED SINGLE L1Mrr
- $
X AN"fAUTO (Ea accident) 1,000,000
-
ALL OWNED AUTOS BOm Y INJURY
- (Per person) $
SCHEDUlED AUTOS
A X
HIRED AUTOS BODL Y INJURY
- $
X NON-OWNED AUTOS (Per accident)
-
~ PROPERTY DAMAGE, $
(Per accident)
GARAGE UABIUTY AUTO ONLY. EA ACCIDENT $
R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCES~BRELLALIABIUTY CUP2572910 02/14/2004 02/14/2005 EACH OCCURRENCE $ 2,000.000
m OCCUR D ClAIMS MADE AGGREGATE $ 2,000,000
A $
~ DEOUCTlBLE $
X RETENTION $ 10,000 $
WORKERS COMPENSATION AND WC3183027 02/14/2004 02/14/2005 X I ~~iWrfls I 10TH-
ER
EMPLOYERS' UABIUTY 500 000
A AN( PROPRIETORJP ARTNERlEXECUTIVE E1. EACH ACCIDENT $
OFFICERlMEMBER EXClUDED? E.L. DISEASE. EA EMPLOYEE $ 500,000
WEb~C~~O=NS below E1. DISEASE. POLICY LlMrr $ 500 000
OTHER
:ftESCRIPT10N OF OPERATIONS I LOCATIONS I VEHIClES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
ob: Neely road Improvements, Augusta, GA Amount $1,327,005.55
CERTIFICATE HOLDER CANCELLATION
SHOULD AN( OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAlL
---12- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Augusta GA Commission BUT FAILURE TO MAlL SUCH NOTICE SHALL IMPOSE NO OBUGATlON OR LIABILITY
Room 605 - Municipal Building OF AN( KINO UPON THE INSURER, ITS AGENTS OR REPRESENTATNES.
Augusta, GA 30911 AUTHORIZED REPRESENTATNE 'i'"~-A: C h--
Mark Javnes CSP/lINDAM
ACORD 25 (2001/08)
@ACORDCORPORATlON 1988
f)U/, '1, JlflYf
~I'~~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Neely Road Improvements
PROJECT NUMBER: 324-04-201824055
List of Proiect Documents
Section
Pa2:es
Instruction to Bidders
IB-1 thruIB-3
Georgia Prompt Pay Act
PPA-l
Minority and Economically
Disadvantaged Business Support
ME-1
Special Conditions
SP-1 thru SP- 2
Agreement
A-1 thru A-4
General Conditions
1 thru 32
Supplementary Conditions
SC-l thru SC-2
Proposal
P-I thru P- 4
General Notes
G-1 thru G-16
Traffic Control
TC-1 thru TC-23
County Contract
CC-l thru CC-27
Water Quality Monitoring
WQ-l thru WQ-4
* Water Quality Consultants
WQC-l thru WQC-6
* Consultants Pre-Qualified by GADOT
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION IB
INSTRUCTION TO BIDDERS
IB-Ol. GENERAL:
All proposals must be presented in a sealed envelope, addressed to the Owner. The
proposal must be filed with the Owner on or before the time stated in the invitation for
bids. Mailed proposals will be treated in every respect as though filed in person and will
be subject to the same requirements.
Proposals received subsequent to the time stated will be returned unopened. Prior to the
time stated any proposal may be withdrawn at the discretion of the bidder, but no
proposal may be withdrawn for a period of sixty (60) days after bids have been opened,
pending the execution of contract with the successful bidder.
IB-02. EXAMINATION OF WORK:
Each bidder shall, by careful examination, satisfy himself as to the nature and location of
the work, the conformation of the ground, the character, quality and quantity of the
facilities needed preliminary to and during the prosecution of the work, the general and
local conditions, and all other matters which can in any way affect the work or the cost
thereof under the contract. No oral agreement or conversation with any officer, agent, or
employee of the Owner, either before or after the execution of the contract, shall affect or
modify any of the terms or obligations therein.
IB-03. ADDENDA AND INTERPRETATIONS:
No interpretation of the meaning of plans, specifications or other prebid documents will
be made to any bidder orally.
Every request for such interpretation should be in writing addressed to the Purchasing
Department, 530 Greene Street, Augusta, Georgia, 30911 and to be given consideration
must be received at least ten working days prior to the date fixed for the opening of bids.
Any and all such interpretations and any supplemental instructions will be in the form of
written addenda to the specifications which, if issued, will be sent to the Augusta-
Richmond County Purchasing Director at least five working prior to the date fixed
for the opening of bids. The Purchasing Director shall send by certified mail with
return receipt requested to all prospective bidders (at the respective addresses furnished
for such purposes), not later than three working days prior to the date fixed for the
opening of bids. Failure of any bidder to receive any such addendum or interpretation
shall not relieve such bidder from any obligation under his bid as submitted. All addenda
so issued shall become part of the Contract Documents.
IB-l
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IB-04. 'PREPARATION OF BIDS:
Bids shall be submitted on the forms provided and must be signed by the bidder or his
authorized representative. Any corrections to entries made on bid forms should be
initialed by the person signing the bid.
Bidders must quote on all items appearing on the bid forms, unless specific directions in
the advertisement, on the bid form, or in the special specifications allow for partial bids.
Failure to quote on all items may disqualify the bid. When quotations on all items are not
required, bidders shall insert the words "no bid" where appropriate.
Alternative bids will not be considered unless specifically called/or.
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 fuvitation for Bids.
Modifications shall be submitted as such, and shall not reveal the total amount of either
the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids
of corporations will be signed by an officer of the firm and his signature attested by the
secretary thereof who will affix the corporate seal to the proposal.
NOTE: A 10% Bid Bond is required in illlcases.
IB-OS. BASIS OF AWARD:
The bids will be compared on the basis of unit prices, as extended, which will include and
cover the furnishing of all material and the performance of all labor requisite or proper,
and completing of all the work called for under the accompanying contract, and in the
manner set forth and described in the specifications.
Where estimated, quantities are included in certain items of the proposal, they are for the
purpose of comparing bids. While they are believed to be close approximations, they are
not guaranteed. It is the responsibility of the Contractor to check all items of
construction. fu case of error in extension of prices in a proposal, unit bid prices shall
govern.
IB-06. BIDDER'S QUALIFICATIONS:
No proposal will be received from any bidder unless he can present satisfactory evidence
that he is skilled in work of a similar nature to that covered by the contract and has
sufficient assets to meet all obligations to be incurred in carrying out the work. He shall
submit with his proposal, sealed in a separate envelope, a FINANCIAL
EXPERIENCE AND EQUlPMENT 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
IB-2
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ability of the bidder to perform the work and the bidder shall furnish to him all such
additional information and data for this purpose as may be requested. The Owner
reserves the right to reject any bid if the evidence submitted by the bidder or investigation
of him fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the contract and to complete the work contemplated therein. Part of the
evidence required above shall consist of a list of the names and addresses of not less than
five (5) firms or corporations for which the bidder has done similar work.
IB-07. PERFORMANCE BOND:
At the time of entering into the contract, the Contractor shall give bond to the owner for
the use of the owner and all persons doing work or furnishing skill, tools, machinery or
materials under or for the purpose of such contract, conditional for the payment as they
become due, of all just claims for such work, tools, machinery, skill and terms, for saving
the owner harmless from all cost and charges that may accrue on account of the owner
performing the work specified, and for compliance with the laws pertaining thereto. Said
bond shall be for the amount of the contract satisfactory to the owner and authorized by
law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof, a certified and
effectively dated copy of the power of attorney.
IB-08. REJECTION OF BIDS:
These proposals are asked for in good faith, and awards, will be made as soon as
practicable, provided satisfactory bids are received. The right is reserved, however to
waive any informalities in bidding, to reject any and all proposals, or to accept a bid other
than the lowest submitted if such action is deemed to be in the best interest ofthe Owner.
IB-3
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 ifthe evidence submitted by the bidder or investigation
of him fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the contract and to complete the work contemplated therein. Part of the
evidence required above shall consist of a list of the names and addresses of not less than
five (5) firms or corporations for which the bidder has done similar work.
IB-07. PERFORMANCE BOND:
At the time of entering into the contract, the Contractor shall give bond to the owner for
the use of the owner and all persons doing work or furnishing skill, tools, machinery or
materials under or for the purpose of such contract, conditional for the payment as they
become due, of all just claims for such work, tools, machinery, skill and terms, for saving
the owner harmless from all cost and charges that may accrue on account of the owner
performing the work specified, and for compliance with the laws pertaining thereto. Said
bond shall be for the amount of the contract satisfactory to the owner and authorized by
law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof, a certified and
effectively dated copy of the power of attorney.
IB-08. REJECTION OF BIDS:
These proposals are asked for in good faith, and awards will be made as soon as
practicable, provided satisfactory bids are received. The right is reserved, however to
waive any informalities in bidding, to reject any and all proposals, or to accept a bid other
. than the lowest submitted if such action is deemed to be in the best interest of the Owner.
IB-3
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GEORGIA PROMPT PAY ACT
This Agreement is intended by the Parties to, and does, supersede any and all provisions
of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any
provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the
provision of this Agreement shall control.
All claims, disputes and other matters in question between the Owner and the Contractor
arising out of or relating. to the Agreement, or the breach thereof, shall be decided in the
Superior Court of Richmond Count, Georgia. The Contractor, by executing this
Agreement, specifically consents to venue in Richmond County and waives any right to
contest the venue in the Superior Court of Richmond County, Georgia.
Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any sum held as retainage pursuant to this Agreement and
Contractor specifically waives any claim to same.
NOTICE
All references in this document, which includes all papers, writings, drawings, plans or
photographs to be used in connection with this document, to "Richmond County Board ,of
Commissioners" shall be deemed to mean "Augusta Richmond County Commission-
Council and all references to "Chairman" shall be deemed to mean "Mayor".
DISPOSALS
Prior to any material from this project being wasted or othetwise 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-l
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
MINORITY AND ECONOMICALLY
DISADVANTAGED BUSINESS SUPPORT
It is the intent of the Augusta-Richmond County-Commission to increase the
involvement of qualified minority and economically disadvantaged businesses in the
contracted work of County Government.
In an effort to support this intention, this project is offered to illlqualified firms. The bids
will be evaluated based on qualifications, price and construction time. With all other
items being considered equal, the contract, if awarded, will be awarded to a minority and
economically disadvantaged firm or a firm that has included such firms as subcontractors
on this project.
The bidders shall include with their bid, a statement of qualification for themselves
and/or any qualified subcontractors explaining why they should be considered a minority
or economically disadvantaged firm. If the firm does not fall into this category, no
information is necessary.
ME-I
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Neely Road Improvements
Project Number: 324-04-201824055
SPECIAL CONDITIONS
SCOPE:
This project includes the grading, draining, base, and paving of approx. 2.21 miles plus
12,500 LF of 10" water main in accordance with the specifications and plans. The
Contractor shall supply all materials, equipment, labor, supplies and supervision
necessary to properly complete this project as specified.
TERMINI AND LENGTH:
Termini and lengths of each individual road is shown on the tabulation list contained in
this document. The total length ofthis project is 2.29 miles.
NOTE:
Applications for all permits have been filed with Georgia Department of Transportation.
In the event all permits have not been issued the Contractor shall schedule the work so
that the construction in the permitted areas can be done in conjunction with the work
adjacent to the permitted areas.
LUMP SUM CONSTRUCTION:
All work and materials without a specific pay item shall be included in the price bid for
Lump Sum Construction. Lump Sum Construction includes, but is not limited to, all
grading, traffic control, clearing and grubbing, removal and disposals, borrow if needed,
remove and reset fences, remove and reset ornamental shrubs, bushes and sod, and the
obtaining, maintaining and restoration of any required borrow and/or waste pits.
EARTHWORK:
There are approximately 23,500 cubic yards each of both Excavation and Embankment.
These figures represent the NEAT quantities as shown by the cross sections. Since a
shrinkage factor has not been properly applied, the 23,500 c y of Excavation is
inadequate to construct 23,500 c y of Embankment. Assuming a shrinkage factor of
20%, it will require 29,375 c y of Excavation to complete the 23,500 c y of Embankment.
No borrow pits are provided for this project. However, there is a potential borrow source
located on the property of Franklin Neely, who lives on the project. Mr. Neely can be
contacted at 706-592-2007. Any borrow source must have GADOT approval prior to the
borrow being incorporated into the proj ect.
SP-1
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Any agreements between the contractor and the owner of the borrow source must be
submitted to APW at 1815 Marvin Griffin Rd., Augusta, Georgia, 30906, ATTENTION:
Robert Clements or Ricky LaBrew. APW can be contacted at 706-796-5040. Payment
for all earthwork, including borrow, will be included in the payment for Item 210-0100
Grading Complete.
The contractor shall disregard the quantities and shrinkage factor shown on the
plans summary sheet and shall use the information above for arriving at a price for
the Earthwork. All information contained herein is for information only. The
contractor shall rely on his calculations and field conditions.
RW CONSIDERATIONS:
1) Tax Map 350, Parcel 11, Project parcel 2; Joseph R. and Carolyn M. Sapp.
Centipede Grass shall be replaced in kind and restored to a condition as
good or better than exists.
An additional driveway shall be added at a location as determined by Mr.
Sapp.
2) Tax Map 365, Parcel 4.02, Project parcelS; Franklin D. Neely
Prior to removing any fence on this property, the contractor shall contact
Mr. Franklin D. Neely in order to get any livestock concerns resolved.
There will be no separate payment for R W Considerations.
Payment for all RW CONSIDERATIONS shall be included in the payment for
Item 210-0100 Grading Complete.
ADDITIONAL PAVING:
All driveways and side roads shall be based and paved to right of way line.
TYPICAL SECTIONS:
Refer to signed Final Construction Plans.
SP-2
Rev: 9/1 I/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION A
AGREEMENT
THIS AGREEMENT, made on lh~ day Of~200_ by and between the
City of-Augusta
c~~u~~/ ~G- ft
. I
{h, fri V
~.IJ- Cwp~~
party of the 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:
NEELY ROAD IMPROVEMENTS
PROJECT NUMBER: 324-04-201824055
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 lQ calendar
days after the date of written notice by the Owner to the Contractor to proceed. All work
shall be completed within 350 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-1
Rev: 9/11103 '
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE
THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the contractor does
hereby agree, as a part of the consideration for the awarding of this contract, to pay the
Owner the sum of Five Hundred Dollars ($500), not as a penalty, but as liquidated
damages for such breach of contract as hereinafter set forth, for each and every calendar
day that the contractor shall be in default after the time stipulated in the Contract for
completing the work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner
because of the impracticability and extreme difficulty of fixing and ascertaining the
actual damages the Owner would, in such event, sustain, and said amounts shall be
retained from time to time by the Owner from current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract
and the specifications wherein a definite portion and certain length oftime 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 ofthe 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
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT:
(a) Upon receipt of written notice that the work is ready for final inspection
acceptance, the Engineer shall within lO 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 [mal 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
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~~
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each of which shall be deemed an original, in the year and day first
mentioned above.
AUGUSTA, GEORGIA
COMMISSION-COUNCIL
(Owner)
By:
~t-~
Title: Mayor
$K
.';,. '
. j. '.
'."
/)~ U >>?~
Witness~ - .
CONTRACTOR: --;JL,~ ~4S~r"'c:./;0-7/ ..z-,c ,
By: lA2~ R '(V(JA~
,
/
Title: ~tf'S ,ds?-/-
SEAL
Address: ~ f:? /'3t9y.:. ?) c>
ev-y 6.4 3oge>?
/
Attest
,,-'\' ,-. -\..).. ...
.;:'~ A.."d /.- ..
f. _ "/':.. -" . .
.;;: .', -
::!; -. ~
...,. - .... ,-' I....
.... ...:
.....~ ~-
-:;1"
~.
~~. 1,,"-' . t~.:. ~
~'-,
~~J~
.
~S~~
Witness
A-4
..
~)" {~-
r.> _'.' ~.~.
.. ..:-~,
:.. 'tl.> ~
: -.. J;;
}- ~..... f:;
.~ -;~~ff
..::-
,...
"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article
Number
Tille
.,
DEFINITIONS.. ... ... . . .. ... . .... . . . . . ... . .. .. .. .... .. . . . ..... . . . ..
PRELI~lINARY MATTERS ........................................
CONTRACT DOCUMENTS:
INTENT. AMENDING AND'REUSE ...............................
A V AILABILITY OF LANDS: PHYSICAL CONDITIONS:
REFERENCE POINTS. ... .......... ............. ........ ...... .....
BONDS AND INSURANCE..... ........ ...........................
CONTRACTOR'S RESPONSIBILITIES ............................
OTHER WORK .....................................................
OWNER.S RESPONSIBILITIES....................................
ENGlNEER'S STATUS DURING CONSTRUCTION ..............
CHANGES IN THE WORK ..... ................ .......... .... ......
CHANGE OF CONTRACT PRICE..................................
CHANGE OF CONTRACT TIME ..... .... .............. ............
WARRANTY AND GUARANTEE: TESTS AND
INSPECTIONS: CORRECTION. REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK. ...... ... .......... .......
PA YMENTS TO CONTRACTOR AND COMPLETION ............
SUSPENSION OF WORK AND TERMINATION....... ..........
ARBITRATION........... ..........................................
MISCELLANEOUS....... ........ ..................................
3
4
5
6
7
8
9
10
/I
11
13
l~
15
16
Ii'
3
Pa~e
8
9
10
II
14
18
19
19
21
21
:!4
24
26
29
31
32
I
I
Giving Notice ........................................17.1
Guarantee of Work-by Contractor................... 13.1
I
lnciemnification . . . . . . . . . . . , . . . .. . . .. , . . . . . .. 6.30-6.32. 7.5
Inspection. Final ...................,................ 14.11
Inspection. Tests and ...........:..................... 13.3
Insurance. Bonds and-tn general ....................... 5
Insurance. Certificates of ........................ ~.. 2.7, 5
Insurance-completed operations. . . . . . . . . .. . . . . . . . . . .. 5.3
Insurance. Contractor's Liability ...................... 5.3
Insurance. Contractual Liability ....................... 5.4
Insurance. Owner's Liability.......................... 5.5
Insurance. Property .............................. 5.6-5. 13
Insurance-Waiver of Rights ......................... 5.11
Intent of Contract Documents ................... 3.3.9.14
Interpretations and Clarifications ...................... 9.4
Investigations of physical conciitions .............. ~. . .. 4.1
I
I
I
I
Labor. Materials and Equipment ,...........,..... 6.3-6.5
Laws and Regulations-definition of ..................... I
Laws and Reguiations-general....................... 6.14
Liability Insurance-Contractor's ,.................... 5.3
Liability Insurance-Owner's .........................5.5
Liens-definitions of ..............................., 14.1
Limitations on Engineer's
Responsibilities ..................... 6.6,9.11.9.13-9.16
I
I
Materials anci equipment-fumished by Contr.lctor ..... 6.3
Materials and equipment-not
incorporateci in Work .......;...................... 14.2
Materials or equipment--equivalent ..,................ 6.7
Miscellaneous Provisions ............................... 17
Multi-prime contracts ................................... 7
I
I
Notice. Giving of ..................................... 17.1
Notice of Acceptability of Project ................... 14.13
Notice of A ward~efinition of .......................... I
Notice to Proceeci-definition of ......................... 1
Notice to Proceed-giving of .......................... ~.3
I
I
"Or-Equal" Items, ....,............................... 6. i
Other contractors .......................................-;
Other work . . . . . . . . . . . . . . . . . . .. . . . . . . . . ., . . . . . . . . . . . . . . .. i
Overtime Work-prohibition of ......... ............... 6.3
Owner-definition of .................................... 1
Owner May Correct Def~ctiv~ Work............... .. IJ.14
Owner May Stop Work................ .............. 13.\0
Owner May Suspend Work. Terminate .......... 15.1-15A
Owner's Duty to Execute Change Orders............. 11.8
Owner's Liability I nsuronce ........................... 5.5
Owner's Representative-Engineer to serve as ..',..., 9.1
Owner's Responsibilities-in general .................... 8
Owner's Separotc Representative at site ,...,........., 9.3
I
I
I
I
Partial Utilization .................................. 14.10
Partial Utilization-delinition ot' ......................... 1
Partial Utilization-Property Insurance............ ... 5,15
Patent Fees and Royalties ,."........................ 6.1:
Payments. Recommendation of ........... 14.4-1~.7. 1~,1J
Payments to C0ntroctor-in generol ,................... l~
I
I
Payments to Contractor-when due ........... 14.4, 14. \3
Payments to Contractor-withholding ................ 14.7
Performance and orner Bonas ..................... 5.1-5.2
Permits. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . .. . . . . . . . . .. .. 6.13
PhysicaJ Conditions ................................... 4.2
Physical Conditions-Engineer's revtew .......,..... 4.2.4
Physical Conditions--cxisting strUctures ............. 4.2.2
Physical Conditions--cxplorations and reports ...,... 4.2.1
Physical Conditions-possible doc:ument change ..... 4.2.~
Physical Conditions-price anci time adjustments .... 4.1.5
Physical Conditions--report of differing ............. 4.2.J
Physical Conciitions--Underground Facilities .......... 4.3
Preconstruction Conference ........................... 2.8
Preliminary Matters ....................,................ 2
Premises. Use of ................................ 6.16-6.18
Price. Change of ContraCt .....,.......,................ 11
Price-Conuact-definition of ,........................... 1
Progress Payment. Applications for. . . . . ., .. . . .. . . .. .. 14.2
Progress Payment-retainage ......................... 14.2
Progress schedule ............... 2.6.2.9.6.6.6.29.15.2.6
Project-definition of ........... ~ . . . . . . . . . . . . . . . . . . . . . . .. 1
Project Representation-provision for ................. 9.3
Project Representative, Resident-definition of .......... I
Project. 5 tarting the ................................... 2.4
PropertY Insurance ............................... 5.6-5.13
Property Insurance-Partial Utilization ............... 5.15
Property Insurance-Receipt and Application
of Proceeds .............;..................... 5.12-5.13
Protection. Safety and ........................... 6.20-6.21
Punch list .....................................,..... 14.11
Recommendation of Payment.................. 14.4. 14.13
Record Documents ................................... 6.19
Reference Points ...................................... 4.4
Regulations. Laws and ............................... 6.14
Rejecting Defecriv~ Work ............................. 9.6
Related Work at Site .............................. 7.1-7.3
Remedies Not Exclusive ............................. 17.4
Removal or Correction of Defecrive Worle ........... 13.11
Resident Project Representative-definition of ...,....... I
Resident Project Representative-provision for........ 9.3
Responsibilities. Contractor's--in genera! ............... 6
Responsibilities. Engineer's--in general ................. 9
Responsibilities. Owner's-in general. . . . . . . . . . . ., . . .. . .. 8
Retainage ............................................ 14.2
Reuse of Documents .................................. 3.5
Rights of Way ,.,...................................... ~,1
Royalties. Patent Fees and ........................... 6.12
Safety and Protection....... 6.20-6.21, 18.1-18.2
Samples ,.....................................,.. 6.23-6.28
Schedule of progress ........ ~.6. 2.8-2.9.6.6.6.29. 15.2.6 I
Schedule of Shop Drawing
submissions, .. ........... ........ :.6. 2.8.2.9.6.23. 14.1
Schedule of values ...................... 2.6. 2.8-2.9. 1~.1
Schedules. Finalizing ........................,......... 2.9
Shop Drawings and Samples. . . . . . . . . . . . . . , . . . . .. 6.23-6.28
Shop Drawings-Jelinition of . . . . . . . . . . . . . . . . . . . . . .. . . . .. I
Shop Drawings. use to approve
substitutions .................................,.... 6.7.J
5
I
I
GENERAL CONDITIONS
I
ARTICLE I_DEFINITIONS
I
Wherever used in these General Conditions or in the other
Contract Documents the following terms have [he meanings
indicated which are applicable to both the singular and plural
thereof:
I
Addenda-Written or graphic instruments issued prior [0 the
opening of Bids which clarify. correct or change the bidding
documeOls or the Contract Documc:nts.
I
Aprume,,'- The written agreement between OWNER and
CONTRACTOR covering the Work [0 be performed: other
Contract Documents are attached to the Agreement and made
a part thereof as provided therein.
I
ApplicCltio" .fi}r Pa~'mellt- The form accepted by ENGI-
~EER which is to be used by CONTRACTOR in requc:sting
progress or final payments and which is to include such sup-
porting documentation as is required by the Contract
Documents.
I
I
Bid-The offer or proposal of the bidder submitted on the
prescribed form setting forth the prices for [he Work to be
performed,
I
BOllds-Bid. pe.rformance and payment bonds and other
instruments of security.
I
Change Order-A document recommended by ENGINEER.
which is signc:d by CONTRACTOR and OWNER and autho-
rizes an addition. deletion or revision in the Work. or an
adjustment in the Contract Price or the Contract Time. issued
on or after the Effective Date of the Agreement.
I
CO/llrc/('I DO('lIl11eIlIS- The Agreement. Addenda (which per-
tain to the Contract Documents). CONTRACTOR's Bid
(including documentation accompanying the Bid and any post-
Bid documentlltion submitted prior to the Notice of Award)
when attached as an exhibit to the Agreement. the Bonds.
these General Conditions. the Supplementary Conditions. the
Specifications and the Drawings as the same are more spe:.
cifically identified in the Agreement. together with all amend-
ments. modifications and supplements issued pursuant [0
paragraphs 3A and 3.5 lln or after the Effective Date of the
Agreement,
I
I
I
I
Clllltra('t Pri('e- The moneys payable by OWN ER [0 CON-
TRACTOR unde:r the Contract Documents as stated in the:
Agreement tsubject to the: provisiuns of paragraph 11.9,1 in
the case: of Unit Price Work).
I
Comra('1 Tilll('- The number of days (computed as provide:d
in par.lgraph 17,~) or [he date stated in the: Agreemen[ for [he:.
compk[ion of [he: Work,
I
CONTRACTOR-The person. firm or corporation with whom
OWN ER has ~nt~re:d into [h~ :-\gn:eme:nt.
I
Jefectil'e-An adjective which when modifying the word Work
refers [0 Work that is unsatisfactory. faulty or deficient. or
does not conform [0 the Contract Documents. or does not
meet the requirements of any inspection. reference standard.
[est or approval referred to in the Contract Documents. or
has been'damaged prior to ENGINEER's recommendation
offinal payment lunless responsibility forthe protection [hereof
has been assumed by OWNER at Substantial Completion in
accordance with paragraph 14.8 or 14.101.
Drtlll';lIJ:s- The drawings which show the character and scope
of the Work to be pert'ormed and which have been prepared
or approved by ENGINEER and are referred to in the Con-
tract Documents,
EfJectil'e Date of IlIe A.l,'reeme/lt- The date indicated in the
Agreement on which it becomes effective:. but if no such date
is indicated it means the date on which the Agreement is
signed and delivered by the last of the two parties to sign and
deliver.
E.VGl N EER- The person. firm or corporation named as such
in the Agreement.
Field Order-A written order issued by ENGINEER which
orders minor changes in the Work in accordance with para-
graph 9.5 but which does not involve a change in the Contract
Price or the Contract Time.
General Requiremenrs-Sections of Division I of the Speci-
fications.
Laws and Regulations: Laws or Regulations-Laws. rules.
regulations. ordinances. codes and/or orders.
Notice of .4I\'ard-The written notice by OWNER to the
apparent successful bidder stating that upon compliance by
the apparent successful bidder with the conditions precedent
enumerated therein. within the time specified. OWNER will
sign and deiive:r [he: Agn:ement.
;Votic~ to Proceed-A written notice given by OWNER to
CONTRACTOR (with a copy to ENGINEER) fi:'(ing the date
on which the Contract Time will commence to run and on
which CONTRACTOR shall stan to 1'erform CONTRAC-
TOR'S obligations under the Contract Documents.
OWNER-The public body or authority. corporation. asso-
ciation. firm or person with whom CONTRACTOR has e:ntered
into the Agreement and for whom the Work is to be provided.
Partial Lirili::CIIillll-Placing a portion of the Work in ser\'ice
for the purpose for which i[ is intended (or a related purpose)
before reaching Substantial Completion for all the Work.
Pr(~;ecl- The total construction of which the Work [0 be '
provided under the Contract Documents may be the whole.
or a part as inJicate:d elsewhere in the Contract Docume:nts.
R.'sidelll Pr"iL'('1 Rc"reH'/lflltil'e-The authorized re:prese:n-
tative of E~GIN EER who is assigned to the site or any part
[ hereof.
7
I
I
thereon and all applicable field measurements. CONTRAC-
TOR shall promptly report in writing to ENGINEER any
conflict. error or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or clarifi-
cation from ENGINEER before proceeding with any Work
affected thereby: however. CONTRACTOR shall not be lia-
ble to OWNER or ENGINEER for failure to report any
conflict. error or discrepancy in the Contract Documents.
unless CONTR.~CTOR had actual knowledge thereof or should
reasonably have known thereof.
I
I
I
:!.6. Within ten days after the Effective Date of the Agree-
ment (Unless otherwise specified in the General Require-
mentSl. CONTRACTOR shall submit to ENGINEER for
review:
I
I
2.6.1. an estimated progress schedule indicating the
starting and completion dates of the various stages of the
Work:
I
2.6.2. a preliminary schedule of Shop Drawing sub-
missions: and
I
2.6,3. a preliminary schedule of values for all of the
Work which will include quantities and prices of items
aggregating the Contract Price and will subdivide the Work
into component parts in sufficient detail to serve as the
basis for progress payments during construction. Such
prices will include an appropriate amount of overhead and
profit applicable to each item of Work which will be con-
firmed in writing by CONTRACTOR at the time of sub-
mission.
I
I
2.7. Before any Work at the site is started. CONTRAC-
TOR shall deliver to OWNER. with a copy to ENGINEER.
certificates land other evidence of insurance requested by
OWNER) which CONTRACTOR is required to purchase and
maintain in accordance with paragraDhs 5.3 and SA. and
OWNER shall deliver to CONTRACTOR certiticates land
other evidence of insurance requested by CONTRACTOR)
which OWNER is required to purchase and maintain in
accordance with paragraphs 5,6 and 5.7,
I
I
I
Preconsrruclion Conference:
2.8, Within twenty days after the Effective Date of the
Agreement. but before CONTRACTOR starts the Work at
the site. a conference attended by CONTRACTOR. E!'IGI-
NEER and ~\lhers as appropriate will be held to discuss the
schedules reierred to in paragr.1ph :!.6. tl> discuss pmcedurc:s
for handling Shop Drawings and other submittals and for
processing Applications tor Payment. and to establish a wl>rking
understanding among the parties as to the Work.
I
I
I
FinaJi:ing ScJltduJes:
2.9, A.t kastten da~'s before submission of the tlrst Aprli-
cation for Payment a conference anended by CONTRAC-
TOR. ENGINEER and others as appropriate will be held 10
linaliu the ~.:hedult:s submitted in accon.lance with para-
I
I
graph :!.6. The finalized progress schedule will be acceptable
to ENGINEER as providing an orderly progression of the
Work to completion within the Contract Time. but such
acceptance will neither impose,on ENG INEER responsibility
for the progress or scheduling of the Work nor relieve CON-
TRACTOR from full responsibility therefor. The finalized
schedule of Shop Drawing submissions will be acceptable to
ENGINEER as providing a workable arrangement for pro-
cessing the submissions. The finalized schedule of values will
be acceptable,to ENGINEER as to form and substance.
ARTICLE 3-CONTRACT DOCUMENTS: INTENT.
AMENDING. REUSE
I nltnt:
3.1. The Contract Documents comprise the entire agree-
ment between OWNER and CONTRACTOR concerning the
Work. The Contract Documents are complementary: what is
called for by one is as binding as if called for by all. The
Contract Documents will be construed in accordance with
the law of the place of the Project.
3.2. It is the intent of the Contract Documents to describe
a functionally complete Project lor part thereon to be con-
structed in accordance with the Contract Documents, Any
Work. materials or equipment that may reasonably be inferred
from the Contract Documents as being required to produce
the intended result will be supplied whether or not specincally
called for. When words which have a well-known technical
or trade meaning are used to describe Work. materials or
equipment such words shall be interpreted in accordance with
that meaning. Reference to standard specifications. manuals
or codes of any technical society. organization or association.
or to the Laws or Regulations of any governmental authority.
whether such reference be specific or by implication. shall
mean the latest standard specification. manual. code or Laws
or Regulations in etfect at the time of opening of Bids tor. on
the Effective Dale of the Agreemenl if there were no Bids).
except as may be otherwise specifically staled. However. no
provision of any referenced standard specification. manual
or code (whether or not specifically incorporated by reference
in the Contract Documents) shall be effective to change the
duties and responsibilities of OWNER. CONTRACTOR or
ENGINEER. or any of their consuitants. agents or employ-
~es from those set forth in the Contract Documents. nor shall
it be effective to ;l.ssign to ENGINEER. or any of E!'IGI.
NEER's consultants. agents or employ~es. any dUlY or
authority to supervise or direct the furnishing or performanc~
of the Work or ariy duty or authority to undertake responsi-
bility contrary to the provisions of paragraph 9.15 or l),16,
Clarifications and interpretations of the Contract Documents
~hall be issued by ENG IN EER as provided in paragraph 9,~,
3.3. If. during the performance of the Work. CONTRAC-
TOR nnds a conflil:l. error or discrepancy in the Contract
Documents. CONTRACTOR shall so report 10 ENGINEER
in writing at once and belore proceeding with the Work affected
thereby shall obtain a wrilten interpretalion or c1arificalion
9
I
I
4,2A. ENGINEER's Rel';ell': E;-.IGINEER will
promptly review the pertinent conditions. uetennlne the
necessity of obtaining additional explorations or tests with
respect thereto and advise OWN ER in writing (with a copy
to CONTRACTOR> of ENGINEER's findings and con.
c1usions,
I
I
4.2.5. Possihle DO('/lmenr Chan\re: If ENGINEER
concludes that there is a material error in the Contract
Documents or that because of newly discovered condi-
tions a change in the Contract Documents is required. a
Work Directive Change or a Change Order will be issued
as provided in Article 10 to retlect and document the
consequences of the inaccuracy or difference.
I
I
4.2.6, Possihle Price and Time AdjllSlmellts: In each
such case. an increase or decrease in the Contract Price
oran extension or shortening of the Contract Time. or any
combination thereof. will be allowable to the extent that
they are attributable to any such inaccuracy or difference.
If OWNER and CONTRACTOR are unable to agree as to
the amount or length thereof. a' claim may be made therefor
as provided in Articles j I and 12,
I
I
I
Physical C onditions-C IIderground F acililies:
4,3.1. Sholl'n or Indicated: The information and data
shown or indicated in the Contract Documents with respect
to existing Underground Facilities at or contiguous to the
site is based on information and data furnished to OWNER
or ENGINEER by the owners of such Underground Facil-
ities or by others. Unless it is otherwise expressly pro-
vided in the Supplementary Conditions:
I
I
I
4,3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data: and.
I
.U .1.2. CONTRACTOR shall have full responsi-
bility for reviewing and checking all such information
and data. for locating ail Underground Facilities shown
or indicated in the Contract Documents. for coordina-
tion of the Work with the owners of such Underground
Facilities during construction. for the safety and pro-
tection thereof as provided in paragraph 6,20 and
repairing any damage thereto resulting from the Work.
the cost of all of which will be considered as having
been included in the Contract Price,
I
I
I
4,3.2. Not 511011'11 or IlIdiculed. If an Underground
Facility is uncovered or revealed at or contiguous to the
site which was not shown or indicated in the Contract
Documents and which CONTRACTOR could not reason-
ably have been expected to be aware of. CONTRACTOR
shall. promptly after becoming aware thereof and before
performing any Work affected thereby (except in an emer-
gency as permitted by par.Jgraph 6.2:!1. identify the owner
of such U ndergrounJ Facility and give written notice thereof
to that ownt:r and l\l OWNER and E;-.IGINEER. ENGI-
~ EER will rrompll\' review the Llnderground Facility to
I
I
I
determine the extent to which the Contract Documents
should be modified to reflect and document the conse-
.. quences of the existence of the Underground Facility. and
the Contract Documents will be amended or supplemented
to the extent necessary, During such time. CONTRAC-
TOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6,20.
CONTRACTOR shall be allowed an increase in the Con-
tract Price or an extension of the Contract Time. or both.
to the extent that they are attributable to the e'(istence of
any Underground Facility that was not shown or indicated
in the Contract Documents and which CONTRACTOR
could not reasonably have been expected to be aware of.
If the parties are unable to agree as to the amount or length
thereof. CONTRACTOR may make a claim therefor as
provided in Articles II and 12.
Reference Points:
4.4. OWNER shall provide engineering surveys to estab-
lish reference points for construction which in ENG INEER' s
judgment are necessary to enable CONTRACTOR to proceed
with the Work. CONTRACTOR shall be responsible for lay-
ing out the Work tunless otherwise specified in the General
Requirements). shall protect and preserve the established
reference points and shall make no changes or relocations
without the prior written approval of OWNER. CONTRAC-
TOR shall report to ENGINEER whenever any reference
point is lost or destroyed or requires relocation because of
necessary changes in grades or locations. and shall be respon-
sible.for the accurate replacement or relocation of such ref-
erence points by professionally qualified personnel.
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and pay-
ment Bonds. each in an amount at least equal to the Contract
Price as security for the faithful pert'ormance and payment of
all CONTRACTOR's obligations under the Contract Docu-
ments. These Bonds shall remain in effect at least until one
year after the date when final payment becomes due. except
as otherwise provided by Law or Regulation or by the Con-
tract Documents. CONTRACTOR shall also furnish such
other Bonds as are required by the Supplementary Condi-
tions. All Bonds shall be in the forms prescribed by Law or
Regulation or by the Contract Documents and be executed
by such sureties as are named in the current list of "Com-
panies Holding Certificates of Authority as Acceptable Sure-
ties on Federal Bonds and as Acceptable Reinsuring Com-
panies" as published in Circular 570 (amendedl by the Audit
Staff Bureau of Accounts. U.S. Treasury Depanment. All
Bonds signed by an agent must be accompanied by a certilieq
copy of the authority to act.
5.2, If the surety on any Bond fumishd by CONTRAC-
TOR is declared a bankrupt or becomes insolvent or its right
to do business is terminated in any state where any part of
II
I
I
5,8. All the policies of insurance tor the certificates or
other evidence th~reof) required to be purchased and main-
tained by OWNER in accordance with paragraphs 5.6 and
5.7 will contain a provision or endorsement that the coverage
afforded will not be cancelled or materially changed or renewal
refused until at least thirty days' prior written notice has been
given to CONTRACTOR by certified mail and will contain
waiver provisions in accordance with paragraph 5.11.:!.
I
I
I
5.9. OWNER shall not be responsible for purchasing and
maintaining any property insurance to protect the interests
of CONTRACTOR. Subcontractors or others in the Work to
the extent of any deductible amounts that are provided in the
Supplementary Conditions. The risk of loss within the
deductible amount. will be borne by CONTRACTOR. Sub-
contractor or others suffering any such loss and if any of them
wishes property insurance coverage within the limits of such
amounts. each may purchase and maintain it at the purchas-
er's own expense.
I
I
I
5.10. If CONTRACTOR requests in writing that other
special insurance be included in the property insurance pol-
icy. OWNER shall. if possible. include such insurance. and
the cost thereof will be charged to CONTRACTOR by appro-
priate Change Order or Written Amendment. Prior to com-
mencement of the Work at the site. OWNER shall in writing
advise CONTRACTOR whether or not such other insurance
has been procured by OWNER.
I
I
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights
against each other for all losses and damages caused by
any of the perils covered by the policies of insurance
provided in response to paragraphs 5.6 and 5.7 and any
other property insurance applicable to the Work. and also
waive all such rights against the Subcontractors. ENGI-
:--.lEER. ENGINEER's consultanls and all other parties
named as insureds in such policies for losses and damages
so caused. As required by paragraph 6.11. each subcon-
tract between CONTRACTOR and a Subcontractor will
contain similar waiver provisions by the Subcontractor in
favor of OWNER. CONTRACTOR. ENGINEER. ENGI-
N EER' s consultants and all other parties named as insureds.
None of the above waivers shall extend to the rights that
. any of the insured panies may have to the proceeds of
insurance held by OWNER as trustee or otherwise pay-
able under any policy so issued.
I
I
I
I
I
I
5.11.:!. OWNER and CONTRACTOR intend that any
policies pro....ided in response to par.1graphs 5.6 and 5.7
shall protect all of the parties insured and provide primary
coverage for all losses and damages caused by the perils
covered thc:reby, Accordingly. all such policies shall con-
tain provisions to the clTect that in the event of payment
of any loss or damage the insurer will have no rights l)f
reco\'ery against any of Ihe parties named as insureds l)r
additional insureds. and if Ihe insurers requin: separale
waiver forms 10 be signed by ENGINEER or ENGI-
:-.lEER's cllnsullant OW:--.IER willoblain the same. and if
I
I
I
such waiver forms are required of any Subcontractor.
CONTRACTOR will obtain Ihe same.
Receipt and Applicalion of Procuds:
5.l:!. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as trustee for the
insureds. as their interests may appear. subject to the require-
ments of any applicable mortgage clause and of paragraph
5.13. OWNER shall deposit in a separate account any rrioney
so received. and shall distribute it in accordance with such
agreement as the parties in interest may reach. If no other
special agreement is reached the damaged Work shall be
repaired or replaced. the moneys so received applied on
account thereof and the Work and the cost thereof covered
by an appropriate Change Order or Written Amendment.
5.13. OWNER as trustee shall have power to adjust and
settle any loss with the insurers unless one of the parties in
interest shall object in writing within fifteen days after. the
occurrence of loss to OWNER~s exercise of this power. If
such objection be made. OWNER as trustee shall make set-
tlement with the insurers in accordance with such agreement
as the parties in interest may reach. If required in writing by
any party in interest. OWNER as trustee shall. upon the
occurrence of an insured loss. give bond for the proper per-
formance of such duties.
. Acceptance of ImurtUlce:
5.14. If OWNER has any objection to the coverage afforded
by or other provisions of the insurance reqcired to be pur-
chased and maintained by CONTRACTOR in accordance
with paragraphs 5.3 and 5.4 on the basis of its not complying
with the Contract Documents. OWNER shall notify CON-
TRACTOR in writing thereof within ten days of the date of
delivery of such certificates 10 OWNER in accordance with
paragraph 2.7, If CONTR..\CTOR has any objection to the
coverage afforded by or other provisions of the policies of
insurance required to be purchased and maintained by OWN ER
in accordance with paragraphs 5.6 and 5.7 on the basis of
their no~ complying with the Contract Documents. CON.
TRACTOR shall notify OWNER in writing thereof within len
days of the date of delivery of such certificates to CON.
TRACTOR in accordance with paragraph 2.7. OWNER and
CONTRACTOR shall each provide to the other such addi-
tional information in respect of insurance provided by each
as the other may reasonably request. Failure by OWNER or
CONTRACTOR to give any such notice of objection within
the time provided shall constitute acceptance of such insur- I
ance purchased by the other as complying with Ihe Contract
Documents.
Partial Clili:JJlion-Properry Insurance:
5,15, If OWNER linds it necessary to occupy or use a
ponion or portions of the Work prior [0 SubslUntial Comple-
lion of all the Work. such use or occupancy may be accom-
plished in accordanc..: wilh paragraph 14,10: provided thaI no
13
I
I
royalty. All variations of the proposed substitute from that
specified will be identified in the application anci available
maintenance. repair and replacement service will be indi-
cated. The application wiU also contain an itemized esti-
mate of all costs that will result directly or indirectly from
acceptance of such substitute. including costs of redesign
and claims of other contractors affected by the resulting
change. all of which shall be considered by ENGINEER
in evaluating the'proposed substitute. ENGINEER may
require CONTRACTOR to furnish at CONTRACTOR's
expense additional data about the proposed substitute. .
I
I
I
6,7.1, If a specific means. method. technique. sequence
or procedure of construction is indicated in or required by
the Contract Documents, CONTRACTOR may lurnish or
utilize a substitute means. method. sequence. technique
or procedure of construction acceptable to ENGINEER.
if CONTRACTOR submits sufficient information to allow
ENGINEER to determine that the substitute proposed is
equivalent to that indicated or required by the Contract
Documents. The procedure for review by ENGINEER
will be similar to that orovided in paragraph 6.7, I as applied
by ENGINEER and as may be supplemented in the Gen-
eral Requirements.
I
I
I
I
6.7.3. ENGINEER will be allowed a reasonable time
within which to evaluate each proposed substitute. ENGI-
NEER will be the sole judge of acceptability. and no
substitute will be ordered. installed or utilized without
ENGINEER's prior written acceptance which will be evi-
dencedby either a Change Order or an approved Shop
Drawing. OWNER may require CONTRACTOR to fur-
nish at CONTRACTOR's e:<pense a special performance
guarantee or other surety with respect to any substitute.
ENGINEER will record time required by ENGINEER
and ENGINEER's consultants in evaluating substitutions
proposed by CONTRACTOR dnd in making changes in
the Contract Documents occasioned thereby, Whether or.
not ENGINEER accepts a proposed substitute. CON-
TRACTOR shall reimburse OWNER for the charges 01
ENGINEER and ENGINEER's consultants for evaluat-
ing each proposed substitute.
I
I
I
I
I
Conc~m;ng Subcontractors. Suppliers and Oth~rs:
6.8.1. CONTRACTOR shall not employ an~' Subcon-
tractor. Supplier or other person or organization I including
those acceptable to OWNER and ENGINEER as indi-
cated in paragraph 6.8.1). whether initially or :IS a substi-
tute. against whom OWNER or ENGINEER may ha'-e
reasonable objection. CONTRACTOR shall not be required
to employ any Subcontractor. Supplier or other person l'r
organizution to furnish or perform any of the Work aguinst
whom CONTRACTOR has reasonable objectil1n,
6.~,2, If the Supplementary Conditions require the
identity of certain Subcontractors. Suppliers or other pl:r-
sons or organizations (including those who are to furnish
the principal items llf materi.lIs and equipmentl to be sub-
mitted to OWN ER in advance of the specified date prior
to the Effective Oat.: of the Agreement for acc..:ptance b,-
I
I
I
I
I
OWNER and ENGINEER and if CONTRACTOR has
submitted a list thereof in accordance with the Supple-
mentary Conditions. OWNER's or ENGINEER's accept-
ance (either in writing or by, failing to make written objec-
tion thereto by the date indicated for acceptance or objec.
tion in the bidding documents or the Contract Documents)
of any such Subcontractor. Supplier or other person or
organization so identified may be revoked on the basis of
reasonable objection after due investigation. in which case
CONTRACTOR shall submit an acceptable substitute. the
Contract Price will be increased by the difference in the
cost occasioned by such substitution and an appropriate
Change Order will be issued or Written Amendment signed.
No acceptance by OWNER or ENGINEER of any such
Subcontractor. Supplier or other person or organization
shall constitute a waiverofany right of OWNER or ENGI-
NEER to reject defectil'e Work.
6.9. CONTRACTOR shall be fully responsible to OWNER
and ENGINEER for all acts and omissions of the Subcon-
tractors. Suppliers and other persons and organizations per-
forming or furnishing any of the Work under a direct or
indirect contract with CONTRACTOR just as CONTRAC,
TOR is responsible for CONTRACTOR's own acts and omis-
sions. Nothing in the Contract Documents shall create any
contractual relationship between OWNER or ENGINEER
and any such Subcontractor. Supplier or other person or
organization. nor shall it create any obligation on the; pan of
OWNER or ENGINEER to payor to see to the payment of
any moneys due any such Subcontractor. Supplier or other
person or organization except as may otherwise be required
by Laws and Regulations.
6.10. The divisions and sections ofthe Specifications and
the identifications of any Drawings shall not control CON-
TRACTOR in dividing the Work among Subcontractors or
Suppliers or delineating the Work to be performed by any
specific trade,
6.11. All Work performed for CONTRACTOR by a Sub-
contractor will be pursuant to an appropriate agreemem
between CONTRACTOR and the Subcontractor which spe-
cifically binds the Subcontractor to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER and contains waiver provisions
as required by paragraph 5.11. CONTRACTOR shall pay
each Subcontractor a just share of any insurance moneys
received by CONTRACTOR on account of losses under pol-
icies issued pursuant to pumgraphs 5.6 and 5.7,
Paten I Fees and Royallies:
6,11. CONTRACTOR shall pay all license fees and roy-
alties and assume all costs incident to the use in the perfor- '
mance of the Work or the incorpor.llion in the Work of any I
invention. design. process. product or device which is the
subject of patent rights nr copyrights held hy lllhers, If a
panicular invention. design. process. product or device is
specified in the Contract Documents for use in the perfor-
mance orthe Work and iftll the actual knowledge of OWNER
15
I
I
pletion 01 the Work. these record documents. samples and
Shop Drawings will be delivered to ENGINEER for OWNER.
I
I
Safety and Proltction:
6.20. CONTRACTOR shall be responsible for initiating.
maintaining and supervising all safety precautions and pro.
grams in connection with the Work. CONTRACTOR shall
take all necessary precautions for the safety of. and shall
provide the necessary protection to prevent damage. injury
or loss to:
I
I
6.10.1. all employees on the Work and other persons
and organizations who may be affected thereby:
I
6.10.2. all the Work and materials and equipment to
be incorporated therein. whether in storage on or off the
site: and
I
6.10.3. other propeny at the site or adjacent thereto.
including trees. shrubs. lawns. walks. pavements. road-
ways. structures, utilities and Underground Facilities not
designated for removal. relocation or replacement in the
course of construction.
I
CONTRACTOR shall comply with all applicable Laws and
Regulations of any public body having jurisdiction for the
safety of persons or propeny or to protect them from damage.
injury or loss: and shall erect and maintain all necessary
safeguards for such safety and protection. CONTRACTOR
shall notify owners of adjacent propeny and of Underground
Facilities and utility owners when prosecution of the Work
may affect them. and shall cooperate with them in the pro.
tection. removal. relocation and replacement of their prop.
eny, All damage. injury or loss to any propeny referred to
in paragraph 6,::0.1 or 6.20.3 caused. directly or indirectly.
in whole or in pan. by CONTRACTOR. any Subcontractor,
Supplier or any other person or organization directly or indi.
rectly ~mployed by any of them to perfonn or furnish any of
the Work or anyone for whose acts any of them may be liable.
shall be remedied by CONTRACTOR fexcept damage or loss
attributable to the fault of Drawings or Specifications or to
the acts or omissions of OWN ER or ENGINEER or anyone
employed by either of them or anyone for whose acts either
of them mav be liable. and not attributable. din:ctly or indi.
rectly. in whole or in pan. to the fault or negligence ofCO~.
TRACTOR!. CONTRACTOR's duties and responsibilities
for the safety and protection of the Work shall continue until
such time as all the Work is completed and ENGI~EER has
issued a notice to OWNER and CONTRACTOR in accord-
ance with pamgraph 1-1,13 that the Work is acceptable (excep[
as otherwise e,'(pressly provided in connection with Substan.
tial Cl.lmpletionl.
I
I
I
I
I
I
I
I
b,: I, CONTRACTOR shall designate a respl'nsible n:p-
resenl:lti\'.: at the ,ire: whose du[\' ,hall be: the rrt:\'entilln III
accidents, This person shall be CONTRACTOR's superin-
tendent unless otherwise designated in writinl,: by CO;-.;-
TR,'\'CTOR tll OWN ER,
I
I
Emef1:encies:
6.22. In emergencies affecting the safety or protection of
persons or the Work or propeny at the site or adjacent thereto.
CONTRACTOR. without special instruction or authorization
from ENGINEER or OWNER. is obligated to act to prevent
threatened damage. injury or loss. CONTRACTOR shall give
ENGINEER prompt written notice if CONTRACTOR believes
that any significant changes in the Work or variations from
the Contract Documents have been caused thereby. IfENGI-
NEER detennines that a change in the Contract Documents
is required because of the action taken in response to an
emergency. a Work Directive Change or Change Order will
be issued to document the consequences of the changes or
variations.
Shop Drawings and Samples:
6,23. After checking and verifying all field measurements
and after complying with applicable procedures specified in
the General Requirements. CONTRACTOR shall submit to
ENGINEER for review and approval in accordance with the
accepted schedule of Shop Drawing submissions (see para-'
graph 2.9). or for other appropriate action if so indicated in
the Supplementary Conditions. five copies (unless otherwise
specified in the General Requirementsl of all Shop Drawings.
which will bear a stamp or specific written indication that
'CONTRACTOR has satisfied CONTRACTOR's responsi-
bilities under the Contract Documents with respect to the
review of the submission. All submissions will oe identified
as ENGINEER may require. The data shown on the Shop
Drawings will be complete with respect to quantities. dimen.
sions. specified performance and design criteria. materials
and similar data to enable ENGINEER to review the infor.
mation as required,
6.24. CONTRACTOR shall also submit to ENGINEER
for review and approval with such promptness as to cause
no delay in Work. all samples required by the Contract Doc-
uments. All samples will have been checked by and accom.
panied by a specific written indication that CONTRACTOR
has satisfied CONTRACTOR's responsibilities under the
Contract Documents with respect to the review of the sub-
mission and will be identified clearly as to material. S4Pplier.
peninent data such as catalog numbers and the use for which
intended.
6.:5.1, Before submission of each Shop Drawing or
sample CONTRACTOR shall ha\'e determined and veri-
fied all quantities. dimensions. specified pert'ormance cri-
teria. installation requirements. materials. catalog num.'
bers and similar data with respect thereto and reviewed,
or coordinated each Shop Drawing or sample with other
Shop Drawings and samples and with the requirements of
the Work and the Contract Documents,
6.25.2, A[ the time: III each submission. CONTR..1,.C.
TOR shall give E~GIN EER speciric written notic!.: of each
variation that (he Shup Drawings or samples may huve:
from the requirements lIt' the CllOtract Documents. and.
in addition. shall cause :1 soecilic notation to he made on
17
I
I
TRACTOR shall not endanger any work of others by cutting.
excavating or otherwise altering their work and will only cut
or alter their work with the written consent of ENGINEER
and the others whose work will be affected. The duties and
responsibilities'of CONTRACTOR under this paragraph are
for the benefit of such utility owners and other contractors
to the extent that there are comparable provisions for the
benefit of CONTRACTOR in said direct contracts between
OWN ER and such utility owners and other contractors.
I
I
I
7.3, If any part of CONTRACTOR's Work depends for
proper execution or results upon the work of any such other
contractor or utility owner (or OWNERl. CONTRACTOR
shall inspect and promptly report to ENGINEER in writing
any delays. defects or deficiencies in such work that render
it unavailable or unsuitable for such proper execution and
results. CONTRACTOR's failure so to report will constitute
an acceptance of the other work as tit and proper for integra-
tion with CONTRACTOR's Work except for latent or non-
apparent defects and deficiencies in the other work.
I
I
I
CoordilUUion:
7.4. If OWNER contracts with others for the perfor-
mance of other work on the Project at the site. the person or
organization who will have authority and responsibility for
coordination of the activities among the various prime con-
, tractors will be identitied in the Supplementary Conditions.
and the specific matters to be covered by such authority and
responsibility will be itemized. and the extent of such author-
ity and responsibilities will be provided. in the Supplementary
Conditions. Unless otherwise provided in the Supplementary
Conditions. neither OWNER nor ENGINEER shall have any
authority or responsibility in respect of such coordination.
I
I
I
I
:~RTICLE 8-0WNER'S RESPONSIBILITIES
I
8.1. OWNER shall issue all communications to CON-
TRACTOR through ENGINEER.
I
8,~. In case of termination of the employment of ENGI-
NEER. OWNER shall appoint an engineer against whom
CONTRACTOR makes no reasonable objection. whose sta-
tus under the Contract Documents shall be that of the former
ENGINEER, Any dispute in connection with such appoint-
ment shall be subject to arbitration.
I
I
8.3. OWNER shall furnish the data required of OWNER
under the Contract Documents promptly and shall make pay-
ments to CONTRACTOR promptly after they are due as
provided in paragraphs 14,4 and 14,13,
I
SA. OWNER's duties in respect of providing lands and
easements and providing engineering surveys to establish
reference points are set forth in paragraphs 4, I and 4,4, Para-
graph 4.2 refers to OWNER's identifying and making avail-
able to CONTRACTOR copies of reports of explorations and
tests of ,ubo;ul1'ace conditions at the site and in existing strm:-
I
I
tures which have been utilized by ENGINEER in preparing
the Drawings and Specifications,
8.5. OWNER's responsibilities in respect of purchasing
and maintaining liability and property insurance are set forth
in paragraphs 5.5 through 5.8,
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4,
8.7. OWNER's responsibility in respect of certain
inspections. tests and approvals is set forth in paragraph 13..l.
8.8. In connection with OWNER's right to stop Work or
suspend Work. see paragraphs 13.lOand Ij.l. Paragraph 15,~
deals with OWNER's right to terminate services of CON-
TRACTOR under certain circumstances.
ARTICLE 9-ENGINEER'S STATUS DURING
CONSTRUCTION
Own,r's R,pns,ntlJliv,:
9.1. ENGINEER will be OWNER's representative dur-
ing the construction period. The duties and responsibilities
and the limitations of authority of ENGINEER as OWNER's
representative during construction are set forth:in the Con-
tract Documents and shall not be extended without written
consent of OWNER and ENGINEER.
Vislts 10 Sil,:,
9.2. ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction to observe
the progress and quality of the executed Work and to deter-
mine. in general. if the Work is proceeding in accordance
with the Contract Documents. E~GINEER will not be required
to make exhaustive or continuous on-site inspections to check
the quality or quantity of the Work. ENGINEER.s dfons
will be directed toward providing for OWNER a greater degree
of confidence that the completed Work will conform to the
Contract Documents. On the basis of such visits and on-site
observations as an experienced and qualified design, profes-
sional. ENGINEER will keep OWNER informed of the prog-
ress of the Work and will endeavor to guard OWNER against
defects and deficiencies in the Work,
Proj,cIRepresenlarion:
9.3. If OWNER and ENGINEER agree. ENGINEER
will furnish a Resident Project Representative to assist
ENGINEER in observing the performance of the Work. The
duties. responsibilities and limitations of authority of any
such Resident Project Representative and assistants will be
as provided in the Supplementary Conditions. If OWNER
designates another agent to represent OWNER at the site
who is not ENGINEER's agent or employee. the Juties.
responsibilities and limitations of authority of such other
person will be as provided in the Supplementarv Conditions,
19
I
I
effective to assign to ENGIN EER any duty or authority to
supervise or direct the furnishing or performance of the Work
or any duty or authority to undertake responsibility contrary
to the provisions of paragraph 9.15 or 9.16.
I
I
9.15. ENGINEER will not be responsible for CON-
TRACTOR's means. methods. techniques. sequences or pro-
cedures of construction. or the safety precautions and pro-
grams incident thereto. and ENGINEER will not be respon-
sible for CONTRACTOR's failure to perform or furnish the
Work in -accordance with the Contract Documents.
I
9,16. ENGINEER will not be responsible for the acts or
omissions of CONTRACTOR or of any Subcontractor. any
Supplier. or of any other person or organization performing
or furnishing any of the Worle.
I
I
ARTICLE IO-CHANGES IN THE WORK
I
I
10.1. Without invalidating the Agreement and without notice
to any surety. OWNER may. at any time or from time to
time. order additions. deletions or revisions in the Work:
these will be authorized by a Written Amendment. a Change
Order. or a Work Directive Change. Upon receipt of any such
document. CONTRACTOR shall promptly proceed with the
Work involved which wiII be performed under the applicable
conditions of the Contract Documents (except as otherwise
specifically provided).
I
I
10.~. If OWNER and CONTRACTOR are unable to agree
as to the extent. if any. of an increase or decrense in the
Contract Price or an extension or shortening of the Contract
Time that should be allowed as a result of a Work Directive
Change. a claim may be made therefor as provided in Article
11 or Article l~.
I
I
10.3. CONTRACTOR shall not be entitled to an increase:
in the Contract Price or an extension of the Contract Time
with respect to any Work performed that is not required by
the Contract Documents as amended. modified and supple-
mented ns provided in paragraphs 3,4 and 3.5. except in the
case of an emergency as provided in paragraph 6.~~ and
except in the case of uncovering Work as provided in para-
graph 13.9,
I
I
10..1. OWNER and CONTRACTOR shall execute appro-
priate Change Orders (or Written Amendments) covering:
I
10,~.I. changes in the Work which are ordered by
OWNER pursuant to paragraph 10.1. are required because:
of acceptance of Jeft-l'IiI'e Work under paragr..lpn 13, I ~ llr
com:cting d,:(ectil'e Work under paragraph 13,14, or are:
:lgreed to b~' the panies:
I
I
IO..I.:!. changes in the Contract Price or Contract Time:
which are agreed to hy the parties: and
I
10.4.3, changes in the Contract Price or Contract Time
which embody the substance of any written decision ren-
dered by ENGINEER pursuant to paragraph 9.11:
provided that. in lieu of executing any such Change Order.
an appeal may be taken from any such decision in accordance
with the provisions of the Contract Documents and applicable
Laws and Regulations. but during any such appeal. CON-
TRACTOR shall carry on the Work and adhere to the prog-
ress schedule as provided in paragraph 6.29.
10.5. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
(including. but not limited to. Contract Price or Contract
Time) is required by the provisions of any Bond to be given
to a surety. the giving of any such notice will be CONTRAC-
TOR's responsibility. and the amount of each applicable Bond
will be adjusted accordingly.
ARTICLE II-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compen-
sation (subject to authorized adjustments) payable to CON-
TRACTOR for performing the Work. All duties. responsibil-
ities and obligations assigned to or undertaken by CON-
TRACTOR shall be at his expense without change in the
Contract Price.
11.2. The Contract Price may only be changed by a Change
Order or by a Written Amendment. Any claim for an increase
or decrease in the Contract Price shall be based on written
notice delivered by the party making the claim to the other
party and to ENGINEER promptly (but in no event laterthan
thirty days) after the occurrence of the event giving rise to
the claim and stating the general nature of the claim. Notice
of the amount of the claim with supponing data shall be
delivered within sixty days after such occurrence (unless
ENGINEER allows an additional period of time to ascenain
more accurate data in support of the claim) and shall be
accompanied by claimant's written statement that the amount
claimed covers all known amounts (direct. indirect and con-
sequential) to which the claimant is entitled as a result of the
occurrence of said event. All claims for adjustment in the
Contract Price shall be determined by ENGINEER in accor.
dance with paragraph 9.11 if OWNER and CONTRACTOR
cannot otherwise al:!ree on the amount involved. No daim
for an adjustment i~ the Contract Price will be valid if not
submitted in accordance with this paragraph II.~. -
11.3, The value of anv Work covered by a Change Order
or of any claim for an in~rease or decrease in the Contract
Price shall be determined in one of the following ways:
11.3.1, Where the Work involved is covered by unit
prices contained in the Contract Documents. by applica-'
tion of unit prices to the quantities of the items involved
(subject to the provisions of paragraphs 11.9,1. through
11,9,3. inclusive!.
1\
I
I
requires reconstruction and CONTRACTOR is placed
in charge thereof. CONTRACTOR shall be paid for
services a fee proportionate to that stated in paragraph
11.6.2.
I
I
11.4.5.7, The cost of utilities, fuel and sanitary
facilities at the site.
I
11.4.5.8. Minor expenses such as telegrams. long
distance telephone calls. telephone service at the site.
expressage and similar petty cash items in connection
with the Work.
I
11.4.5.9, Cost of premiums for additional Bonds
and insurance required because of changes in the Work
, and premiums for property insurance coverage within
the limits of the deductible amounts established by
OWNER in accordance with paragraph 5.9.
I
11.5. The term Cost of the Work shall not include an~' of
the following:
I
11,5.1. Payroll costs and other compensation of CON -
TRACTOR's officers. executives. principals (of panner-
ship and sole proprietorshipsl. general managers. engi-
neers. architects. estimators. attorneys. auditors. accoun-
tants. purchasing and contracting agents. expeditors.
timekeepers. clerks and other personnel employed by
CONTRACTOR whether at the site or in CONTRAC-
TOR's principal or a branch office for general administra-
tion of the Work and not specifically included in the agreed
upon schedule of job classifications referred to in para-
graph 11.4.1 or specifically covered by paragraph 11.4.4-
all of which are to be considered administrative costs
covered by the CONTRACTOR's Fee.
I
I
I
I
11.5.2. Expenses I,f CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at the
~ite.
I
11.5.3. ..\ny pan ofCONTRACTOR's capital expenses.
inCluding interest on CONTRACTOR'S capital employed
for the Work and charges against CONTRACTOR for
delinquent payments.
I
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required by
the Contract Documents [Q purchase and maintain the
same (except for the cost of premiums covered by suI:>-
paragraph IIA,5,9 al:>ovel.
I
I
11.5.5, Costs due to the negligence of CONTRAC-
TOR. any Subcontractor.. or anyone t.lirectly or indirectly
employed by any of l;,~m or for who~e acts an~' of them
may be liahle ;r..:I'.Iding but not limileJ 10. the correction
of dt.'/i'( :;, ',' 'ur\.:. Jispus<ll 1'1' materiah or equipment
wrongly ~lL .,1 ;'., ~ ""'ak:ng guou any damage to prop.
erty,
I
I
11.5.6. Other U\'erhead or general expense costs of
any kind and the costs of any item nOl specifically and
expressl\' indudeu in paragraph II ,~,
I
CONTRACTOR's Fee:
11.6. The CONTRACTOR's Fee allowed to CONTRAC-
TOR for overhead and profit shall be delermined as follows:
11.6.1: a mutually acceptable fixed fee: or if none can
be agreed upon.
11.6.2. a fee based on the following percentages of the
various ponions of lhe Cost of the Work:
11.6.2~ 1. for costs incurred under paragraphs 1104. I
and 11.4.2. the CONTRACTOR's Fee shall be fifteen
percent:
11.6.2.2. for costs incurred under paragraph 1104.3.
the CONTRACTOR's Fee shall be f.ve percent: and if
a subcontract is on the basis of Cost of the Work Plus
a Fee. the maximum allowable to CONTRACTOR on
account of overhead and profit of all Subcontractors
shall be fifteen percent:
11.6.2.3. no fee shall be payable on the basis of
costs itemized under paragraphs IIAA. 11..U and 11.5:
11.6.2.4. lhe amount of credit to be allowed by'
CONTRACTOR to OWNER for any such change \'.:hich
results in a net decrease in cost will be the, amount of
the actual net decrease plus a deduction in CONTRAC-
. TOR's Fee by an amount equal to ten percent of the
net decrease: and
11.6.2.5. when both additions and credits are'
involved in anyone change. the adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the
net change in accordance with paragraphs 11.6.2.1
through 11,6.2A. inclusive,
11. i, Whenever the cost of any Work is to be determined
pursuant to paragraph 11,4 or 11,5. CONTRACTOR will
submit in form acceptable to ENGINEER an itemized cost
breakdown together with supporting data.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the Contract
Documents and shall cause the Work so covered 10 be done:
by such Subcontractors or Suppliers and for such sums within
the limit of the allowances as may be acceptable to ENGI-
NEER. CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CON-
TRACTOR (Jess any applicable trade discounts I of mateo,
rials and equipment required by the allowances to be deliv-
ered al the site. and all applicable laxes: and
II,ll.2, CONTRACTOR's ws(S for unloading and
handling on the sileo lahor. installation costs. overhead.
profit and other expenses contemplated for lhe allowances
have been incluued in the Contract Price and nol in the
:!3
I
I
be responsible for and shall pay all costs in connection with
any inspection or testing required in connection with OWN-
ER's or ENGINEER's acceptance ofa Supplier of materials
or equipment proposed to be incorporated in the Work. or of
materials or equipment submitted for approval prior to CON-
TRACTO R' s purchase thereoffor incorporation in the Work.
The cost of all inspections. teStS and approvals in addition to
the above which are required by the Contract Documents
shall be paid by OWNER (unless otherwise specifiedl.
I
I
I
13.5. All inspections. tests or approvals other than those
required by Laws or Regulations of any public body having
jurisdiction shall be performed by organizations acceptable
to OWNER and CONTRACTOR (or by ENGI~EER if so
specified),
I
I
13.6. If any Work (including the work of others) that is
to be inspected. tested or approved is covered without written
concurrence of ENGINEER. it must. if requested by ENGI-
NEER. be uncovered for observation. Such uncovering shall
be at CONTRACTOR's expense unless CONTRACTOR has
given ENGINEER timely notice ofCONTRACTOR's inten-
tion to cover the same and ENGINEER has not acted with
reasonable promptness in response to such notice.
I
I
13.7. Neither observations by ENGINEER nor inspec-
tions. tests or approvals by others shall relieve CONTRAC-
TOR from CONTRACTOR's obligations to perform the Work
in accordance with the Contract Documents.
I
I
Uncovering Work:
13.8. Ifany Work is covered contrary to the writt~n request
of E~GINEER. it must. if requested by ENGI~EER. be
unco\'ered for ENGI:-.lEER's observation and replaced nt
CONTRACTOR's expense.
I
I
1].9, If E~GINEER considers it necessarv or advisable
that covered Work be observed by ENGINEER or inspected
or tested by others. CONTRACTOR. at ENGINEER's
request. shall uncover. expose or otherwise mak~ available
for observation. inspection ~r testiOlz as ENGI~EER ma\'
require. that portion of the Work in question. furnishing nil
necessary labor. materinl and equipment. If it is found that
such \Vork is dt',(ectil'(', CONTRACTOR shall bear nil direct.
indirect nnu consequential costS of such 'uncovering. expo.
sure. observation. inspection and testing and of satisfactory
reconstruction.lincludiOlz but not limited to fees and chanzes
of engineers. nrchitects. ~[[orneys and other professionals I.
and OWN ER shall be entitled 10 an appropriate decrease in
the Contract Price. and. if the parties are unable ll1 agree as
to the nmount Ihereof. may mnke a claim therefor a~ provided
in Arllclc: II. If. hllll e:\ er. 'illcn \""l.rk is nul fl'und 10 be
dt',f"Clin', CO~TRAl'T()R shall be allowed an iOcrease in
(he: Cl'nEraC[ PI':_'_ .;' ,..i ~'\;c:nsilln of the Cuntrac[ Time, l'r
bOlh. Jin:ctl~ atl l'Il'lI [abil.: Lv such uncuvering, ~:\posllre.
obser\'.llion. inspection. testing anu reconstructil'n: and. if
th~ panit:s are unabk to agn:c as III tht: amullnt llr ex[t:nt
I
I
I
I
I
I
thereof. CONTRACTOR may make a claim therefor as pro-
vided in Articles I I and 12.
Owner May SlOp the Work:
13.10. If the Work is defectil'e. or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment. or fails to furnish or perform the Work in such a
way that the completed Work will confonn to the Contract
Documents. OWNER may order CONTRACTOR to s~op the
, Work. or any portion thereof. until the cause for such order
has been eliminated: however, this right of OWNER to stOp
the Work shall not give rise to any duty on the part of OWNER
to exercise this right for the benefit of CONTRACTOR or
any other party.
Cornction or Removal of Defeclivt Work:
13.11. Ifrequired by ENGINEER. CONTRACTOR shall
promptly. as directed. either correct all d!f!ctil'e Work.
whether or not fabricated. installed or compleled. or. if ihe
Work has been rejected by ENGINEER. remove it from the
site and replace it with rrondefectil'! Work. CONTRACTOR
shall bear all direct. indirect and consequential costs of such
correction or removal (including but not limited to fees and
charges of engineers. architects. attorneys and other profes-
sionals) made necessary thereby,
One Year Correction Period:
13.12. If within one year after the date of Substantial
Completion or such longer period of time as may be pre-
scribed by Laws or Regulations or by the tenns of any appli-
cable special guarantee required by the Contract Documents
or by any specific provision of the Contract Documents. any
Work is found to be defectil'e. CONTRACTOR shall promptly.
without cost to OWNER and in accordance with OWNER's
written instructions. eilher correct such deftctil't Work. or.
if it has been rejected by OWNER. remove it from the site
and replace it Wilh nondeftctil'e Work. If CONTRACTOR
does not promptly comply with the terms of such instructions.
or in an emergency where delay would cause serious risk of
loss or damage. OWNER may have the defectil'e Work cor-
rected or the rejected Work removed and replaced. and all
direct. indirect and consequential costs of such removal and
replacement (including but not limited to fees and charges of
engineers. architects. attorneys and other professionals) will
be paid by CONTRACTOR, In special circumstances where
a particular item of equipment is placed in continuous sc:rvice
before Substantial Completion of all the Work. the correction
period for that item mav start to run from an t:arlier dnte if
so provided in the Spec;'rications ur by Wrinen Amenument.i
,4L'ceptarrce of Deftctil'e Work:
13~ 13. If. instead of requiring correction or removal and
replacemt:nt of ddt!C'til'(' Work. OWNER lanu, prior [U
ENGIN EER 's recommenuation of tinal payment. alsu
ENGIN EER) prefers 10 accept it. OWNER may do so. CON-
TRACTOR shall ht:ar all Jirect. iOl.lirect anu consequt:nlial
:!5
I
I
representation by ENGINEER to OWNER. based on ENGI-
NEER's on-site observations of the Work in progress as an
experienced and qualified design professional and on ENGI-
NEER's review of the Application for Payment and the
accompanying data and schedules that the Work has pro-
gressed to the point indicated: that. to the best of ENGI-
NEER's knowledge. information and belief. the quality of
the Work is in accordance with the Contract Documents
(subject to an evaluation of the Work as a functioning whole
prior t~ or upon Substantial Completion. to the results of any
,subsequent tests called for in the Contract Documents. to a
final determination of quantities and classifications for Unit
Price Work under paragraph 9.10. and to any other qualifi-
cations stated in the recommendation): and that CONTRAC-
TOR is entitled to payment of the amount recommended.
However. by recommending any such payment ENGINEER
will not thereby be deemed to have represented that exhaus-
tive or continuous on-site inspections have been made to
check the quality or the quantity of the Work beyond the
responsibilities specifically assigned to ENGINEER in the
Contract Documents or that there may not be other matters
or issues between the panies that might entitle CONTRAC-
TOR to be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR.
I
I
I
I
I
I
I
14,6. ENGINEF:R's recommendation of final payment
will constitute an additional representation by ENGINEER
to OWNER that the conditions precedent to CONTRAC-
TOR's being entitled to final payment as set fonh in paragraph
14.13 have been fulfilled.
I
I
14,7, ENGINEER may refuse to recommend the whole
or any pan of any payment if. in ENGINEER's opinion. it
would be incorrect to make such representations to OWNER.
ENGINEER may also refuse to recommend any such pay-
ment. or. because of subsequently discovered evidence or
the results of subsequent inspections or tests. nullify any such
payment previously recommended. to such extent as may be
necessary in ENGINEER'sopinion to protect OWNER from
loss because:
I
I
14.7.1. the Work is defeclil'e. or completed Work has
been damage? requiring correction or replacement.
I
14,7.2. the Contl11ct Price has been reduced by Writ-
ten Amendment or Change Order.
I
1~,7.3. OWNER has been required to correct Je,fi,('-
r;I't' Work or complete Work in accordance with pal11gl11ph
13,14. or
I
1~.7A. Of ENGINEER's actual knowledge of the
occurrence of any of the events enumerated in paragraphs
15.2,( through 15,2.9 inclusive.
I
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because claims have been
made ;Igamst O\VN ER on accollnt ol'(ONTRACTOR's per-
formance or furnishing of the Work or Liens have been filed
in connection wilh the Work or Ihere are other items enlitling
I
I
OWNER to a set-off against the amount recommended. but
OWNER must give CONTRACTOR immediate written notice
(with a copy to ENGINEER) stating the reasons for such
action.
SubsumtUJi Completion:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CO NiRACfOR shall notify
OWNER and ENGINEER in writing that the entire Work is
substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) and request that ENGI-
NEER issue a certificate of Substantial Completion. Within
a reasonable time thereafter. OWNER. CONTRACTOR and
ENGINEER shal1.make an inspection of the Work to deter-
mine the status of completion. If ENGINEER does not con-
sider the Work substantially complete. ENGINEER will notify
CONTRACTOR in writing giving the reasons therefor. If
ENGINEER considers the Work substantially complete.
ENGINEER will prepare and deliver to OWNER a tentative
ceniticate of Substantial Completion which shall fix the date
of Substantial Completion. There shall be attached to the
ceniticate a tentative list of items to be completed or cor-
rected before final payment. OWNER shall have seven days
after receipt of the tentative certificate during which to make
written objection to ENGINEER as to any provisions of the
ceniticate or attached list. If. after considering such objec-
tions. ENGINEER concludes that the Work is not substan-
tially complete. ENGINEER will within founeen days after
submission of the tentative certificate to OWNER notify
CONTRACTOR in writing. stating the reasons therefor. If.
after consideration of OWNER's objections. ENGINEER
considers the Work substantially complete. ENGINEER will
within said founeen days execute and deliver to OWNER
and CONTRACTOR a definitive cenificate of Substantial
Completion I with a revised tentative list of items to be com-
pleted or corrected) reftecting such changes from the tentative
cenificate as ENGII'IEER believes justified after consider-.
ation of any objections from OWNER. Al the time of delivery
of the tentative cenificate of Substantial Completion ENGI-
NEER will deliver to OWNER and CONTRACTOR a written
recommendation as to division of responsibilities pending
final payment between OWNER and CONTRACTOR with
respect to security. operation. safety. maintenance. heat.
utilities. insurance and warranties, Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER prior 10 ENGINEER's issuing the definitive
cenificate, of Substantial Completion. ENGINEER's afore-
said recommendation will be binding on OWNER and CON-
TRACTOR until final payment.
14.9. OWNER shall have the right to t:xclude CON-
TRACTOR from the Work after the date of Substantial Com-
pletion. but OWN ER shall allow CONTRACTOR reasonable
access to complete or correct items on the tentative list.
Partial L'lili:.alion:
14.10. Use by OWNER of any finished pan of the Work.
which has specifically becn identified in the Contl11ct Do..:u-
27
I
I
Otherwise. ENGINEER will return the Application to CON-
TRACTOR. indicating in writing the reasons for refusing to
recommend final payment. in which case CONTRACTOR
shall make the necessary corrections and resubmit the Appli-
cation. Thiity days after presentation to OWNER of the
Application and 'accompanying documentation. in appropri-
ate form and substance. and with ENGINEER's recommen-
dation and notice of acceptability. the amount recommended
by ENGINEER will become due and will be paid by OWNER
to CONTRACTOR.
I
I
I
14,14. If. through no fault of CONTRACTOR. final com-
pletion of the Work is significantly delayed and if ENGI-
NEER so confirms. OWNER shall. upon receipt of CON-
TRACTOR's final Application for Payment and recommen.
dation of ENGINEER. and without terminating the Agree-
ment. make payment of the balance due for that portion of
the Work fully completed and accepted. If the remaining
balance to be held by OWNER for Work not fully completed
or corrected is less than the retainage stipulated in the Agree-
ment. and if Bonds have been furnished as required in para-
graph 5.1. the written consent of the surety to the payment
of the balance due for that portion of the Work fully com-
pleted and accepted shall be submitted by CONTRACTOR
to ENGINEER with the Application for such payment. Such
payment shall be made under the terms and conditions g<;>v-
erning final payment. except that it shall not constitute a
waiver of claims.
I
I
I
I
I
Con/1'tlctors Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and com-
plete the Work in accordance with the Contract Documents
shall be absolute. Neither recommendation of any progress
or final payment by ENGINEER. nor the issuance of a cer-
tificate' of Substantial Completion. nor any payment by
OWNER to CONTRACTOR under the Contract Documents.
nor any use or occupancy of the Work or any pan thereof by
OWNER. nor any act of acceptance by OWNER nor any
failure to do so. nor any review and approval of a Shop
Drawing or sample submission. nor the issuance or' a notice
of acceptability by ENGINEER pursuant to paragraph 14.13.
nor any correction of defective Work b~' OWNER will con-
stitute an acceptance of Work not in accordance with the
Contract Documents or a release of CONTRACTOR's obli-
gation to perform the Work in accordance with the Contract
Documents (except as provided in paragraph 14,161.
I
I
I
I
I
Wai~'er of Claims:
1-1.16, The making and acceptance or' final pal'ment will
consmute:
I
I
1-1,)6,1. a waiver of all claims by OWNER against
CO~TR:\CTOR. .:.\cept claims arising from unsettkJ
Li.:ns. from de.fL'Clin' Work appeanng after tinal inspec-
li,m pursuant to paragraph 1-1,11 ur frum failure II' cumpl~
II ith the C untraet Dllcuments ur the terms uf any special
guarantees specified therein: however. it will nlll consti-
[Ule a wain:r hy OWN ER uf anI rights in r.:spcct l'r'
I
I
CONTRACTOR's continuing obligations under the Con-
tract Documents: and
14.16.2. a waiver of all claims by CONTRACTOR
against OWNER other than those previously made in writ-
ing and still unsettled.
ARTICLE 15-SUSPENSION OF WORK AND
TERMINATION
. Own" May SUSfnnd Work:
15.1. OWNER may. at any time and without cause. sus-
pend the Work or any portion lhereoffor a period of not more
than ninety days by notice in writing to CONTRACTOR and
ENGINEER which will fix the date on which Work will be
resumed. CONTRACTOR shall resume the Work on the date
so fixed. CONTRACTOR shall be allowed an increase in the
Contract Price or an extension of the Contract Time. or both.
directly attributable to any suspension if CONTRACTOR
makes an approved claim therefor as provided in Articles II
and 12.
Owner May Termi1uzu:
15.2. Upon the occurrence of anyone or more of the
following events:
IS .2.1. if CONTRACTOR commences a voluntarY cas.e
under any chapter of the Bankruptcy Code <Title II. United
States Code). as now or hereafter in effect. or if CON-
TRACTOR takes any equivalent or similar action by filing
a petition or otherwise under any other federal or state
law in effect at such time relating to the bankruptcy or
insolvency:
15.2.2. if a petition is filed against CONTRACTOR
under any chapter of the Bankruptcy Code as now or
hereafter in effect at the time of filing. or if a petition is
filed seeking any such equivalent or similar relief against
CONTRACTOR under any other federal or state law in
effect at the time relating to bankruptcy or insolvency.:
15.2.3. if CONTRACTOR makes a general assignment
for the benefit of creditors:
15.2..l. if a trustee. receiver. custodian or agent of
CONTRACTOR is appointed under applicable law or under
contract. whose appointment or authority to take charge
of property of CONTRACTOR is for the purpose of
enforcing a Lien against such property or for the purpose
of general administration of such property for the benefit'
ofCONTRACTOR's creditors: '
15,2.5, if CONTRACTOR admits in wriling an inabil-
ity to pay its debts generally as they become uue:
15.2.6. if CONTRACTOR persistenlly fails to perform
the Work in accordam:e with the Cllntract Documents
~9
I
I.
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ARTICLE l6--ARBITRATION
16.1 All claims, disputes and other ma~ters in question between
OWNER and CONTRACTOR arising out of, or relating to, the Contract Docu-
ments or the breach thereof shall be decided under Georgia Law in the
Superior Co~ of Richmond County, Georgia.
(The remainder of this page was' left blank intentionally.)
31
1
I.
I.
I
I
I
I
1
I
1
I
I
I
I
1
I
I
I
I
ARTICLE 17-MISCELLANEOUS
Giving Notice:
17.1. Whenever any provIsIon of the Contract Docu-
ments requires the giving of written notice. it will be deemed
to have been validly given if delivered in person to the indi-
vidual or to a member of the . firm or to an officer of the
corporation for whom it.is intended. or if delivered at or sent
by registered or certified mail. postage prepaid. to the last
business address known to the giver of the notice.
CompUuuion o/Time:
17.2. I. When any period of time is referred to in the
Contract Documents by days. it will be computed to exClude
the first and include the last day of such period. If the last
day of any such period falls on a Saturday or Sunday or
on a day made a legal holiday by the law of the applicable
jurisdiction,. such day will be omitted from the computa-
tion.
17,2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight shall constitute a day.
General:
17.3. Should OWl'o{ER or , CONTRACf OR suffer injury
or damage to person or propcny because of any error. omis-
sion or act of the other pany or of any of the other party's
employees or agents or others for whose acts the other party
is legally liable. claim will be made in writing to the other
pany within a reasonable time of the first observance of such
injury or damage. The provisions of this paragraph 17,) shall
.nolbe constrUed. as a substitute for or a waiver of the 'pro-
visions of any applicable statute of limitations or repose,
17.4. . The duties and obligations imposed by these Gen-
eralConditions and the rights and remedies available here-
under to the panies hereto. and. in panicular but without
limitation. the warranties. guarantees and obligations imposed
upon CONTRACfOR by paragraphs 6.30.13.1. 13.12. 13.14.
14.3 and 15.2 and all of the rights and remedies available to
OWNER and ENGINEER thereunder. are in addition to.
and are not to be construed in any way as a limitation oLany
rights and remedies available to any or ail of them which are
otherwise imposed or available by Laws or Regulations. by
special warranty or guarantee or by other provisions of the
Contract Documents. and the provisions of this paragraph
will be as effective as if repeatedspecilically in the Contract
Documents in connection, with each panicular duty. obliga-
tion. right and remedy to which they apply. All representa-
tions. wll/Tanties and guarantees made, in the Contract Doc-
uments will survive final payment and termination or com- .
pletion of the Agreement.
33
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1.3
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 coverages 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 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.
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.
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.
SC-1
Rev: 07/07/04
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 Public Works and Engineering Department. There will be
no separate payment for this work.
1.5 SURVEYS:
The Contractor will provide surveying for construction staking, horizontal control
and vertical control as necessary.
1.6 PROGRESS PAYMENT:
Section l4.2 ofthe 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 Public
Works and Engineering, or his official designee.
1.8 UNDERGROUND UTILITIES: (References 4.3, 1.4,3.2)
The Contractor shall coordinate with all utility companies through the "One
Call" method or other appropriate steps to locate and avoid damage to all utilities
that may affect or be affected by the Contractor's work.
1.9 SAFETY: (Reference 6.20)
The Contractor shall use certified flagmen, barricades and signs as necessary to
notify the public, in particular, those persons driving in the vicinity of the project,
of the construction and its affect on traffic.
SC-2
Rev:.07/07/04
,
,
,
,
,
,
p
p
,
,
,
,
p
,
,
,
,
,
,
SECTION P
. PROPOSAL
Date: /2// / 0 9-
! I
Gentlemen:
In compliance with your invitation for bids dated /2. /; , 200~, 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:
NEELY ROAD IMPROVEMENTS
PROJECT NUMBER: 324-04-201824055
In strict accordance with the Contract Documents and in consideration of the amounts
shown on the Bid Schedule attached hereto and totaling:
O~e ~i/"o-," ~..~ee /-Iv....J.....~~,/-r;:;/Ci'-? :)eve..... -rt;?o~'$c...-~I Hve.
.j $~;;OD DOLLARS ($ /, 32, J. C/OS-. ~ )
I I , f
The undersigned hereby agrees that, upon written acceptance of this bid, he will within
10 days of receiptof 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 lO calendar days after the date of written notice to proceed, and that he will
complete the work within 350 calendar days.
The undersigned acknowledges receipt of the following addenda:
No, 3 J Mo. c;-
I f
/..L. I
/
No. 2-
I
Respectfully submitted.
~/.::..-:'- c::;.,.....,~-h-i/c--h.c;,4, ~c,
(NameofFilIn) ,
70. t)o~ /)0 &~), 6,4 ?o SO?
(Busine.ss Aqdress) ""j) ;p..
By: L(.k.~4/rl'\ K V I t! ).~/y,"-\-"
Title: ~t9l/de-"7+
P-1
Rev: 9/11/03
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revised Date: 11-18-04
NEELY ROAD llvlPROVEMENT
Project # 324-04-20l824055
Road Way . UNIT
& Drainage
ITEM NO. DESCRlPTION UNIT QTY PRICE AMOUNT
150-1 000 Traffic Control LS LS h/'5'c>~ h/~o ~
167-0100 Water Quality MONTH 12 r;,O 2~ 4DC> ~
Monitoring , 22-00 -
207-0203 Found Backfill CY 350 7'5'" 7202... ~
Mati, TP 11 20-
210-0100 Grading Complete LS LS Be. €>~
324-04-201824055 29& c<;r) - 2'7'& t:..n ~
310-5060 Gr Aggr BaSe Crs, SY 31,000 s-!!:l. 1&3 3/0 ~
6 IN, lncl MatI
318-3000 Aggr Surf Crs TN 2,000 /~ .J.2 213 '}tf-o ~
402-3113 Recycled Asph TN 3,500
Conc 12.5 MM 42 !!2 /~D O~S-~
Superpave, Gp
1 or 2, lncl Bitum
413 -1 000 Bitum Tack Coat GL 1,600 I~ 1&>00 ~
500-3101 Class A Concrete- CY 1 6T)~ C??7 ~
Toe Walls
500-3800 Class A Concrete, CY 30 7q..Z ~ 22.2.)~ ~
Incl. Reinf Steel
550-1180 Storm Drain Pipe, LF 400 2 G:;> o~ /D 9-2q.. ~
18 IN, H 1-10
550-1480 Storm Drain Pipe, , LF 280 g')~ 80
48 IN, H 1-10 24-570 -
550-2180 Side Drain Pipe, LF 650 24- ~ So
18 IN, H 1-10 /S-&92 -
550-4118 Fl~ed End Section EA 36 320 tJO 00
18 IN, Side Drain 0-- /IBoB -
550-4218 Flared End Section EA 22 ~ &/ 99/) g2-.
18 IN, Storm Drain 0-
634-1200 Right of Way EA 2 r;&/~ Cj):j ~
Marker
643-0010 Field Fence LF l4,300 s-.!!.. 7G:. 2/'7' ~
Woven Wire
Road Way Total as-2-j c;~ 4--
& Drainage
1/-2..
P-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Temporary UNIT
Erosion
Control
ITEM DESCRIPTION UNIT QTY PRICE AMOUNT
163-0230 Temporary grass LB 175 .so~ &')5"0 ~
163-0235 Temporary Mulch TN 14 4-0 dc> St-;oo ~
0-
163-0300 Const. & Rem. EA 2 ,.,0 25C>o~
Construction Exits /2-5""0 -
163-0503 Const. & Rem. EA 7 5'00 ~
. <>0
Silt Control Gates, 3~oc.;,-
TP 3
163-0530 Const. & Rem. LF 1,000
Baled Straw 00 =
&- c.- 000 -
Erosion Check
171-0010 Temporary Silt LF 4,000 00 0=
Fence, Type A 2- 8000-
171-0020 Temporary Silt LF 15,000 2~ r;;>G
Fence, Type B 30 oc>o --
171-0030 Temporary Silt LF 6,000 4~ 00
Fence, Type C 2~oG>0 -
Temporary Total B& ]5'0 ~=--
Erosion
/
Control
Permanent UNIT
Erosion
Control
ITEM DESCRIPTION UNIT QTY PRICE AMOUNT
603-2182 Stn Dumped Rip SY 600 3),~ 00
Rap, TP 1 24IN 223~B -
603-7000 Plastic Filter SY 600 7'5'" ZBS-o ~
Fabric 4-
700-6100 Additional LB 1,700 O~ I')~
Grassing
700-6900 Permanent LB 175 /25~ 2./ 875' ~
Grassing
700- 7000 Agricultural Lime TN 50 3D~ /500 ~
700-8000 Fertilizer Mixed TN 16 ,-,0 4, c;>V
Grade 250- 000 -
700-8100 Fertilizer Nitrogen LB 800 2~ /(Poo ~
Content !
Permanent Total ,
Erosion 54-- /130 ~ '
Control I
P-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Maint. Of UNIT
Erosion
Control
ITEM DESCRIPTION UNIT OTY PRICE AMOUNT
165-0010 Maint. Of LF 4,000 DI
4 00
Temporary Silt 0- o-
F ence. Type A
165-0020 Maint. Of LF 15,000
01 C/O
Temporary Silt 0- /~o-
Fence, Type B
165-0030 Maint. Of LF 6,000
Temporary Silt D:::l. t1.> "" 0
o-
Fence, Tvoe C
165-0070 Maint Of Baled LF 1,000
Straw Erosion 01 =
0- /0-
Check
165-0087 Maint. Of Silt EA 7 00
Control Gates, TP /00 - 7oo~
3
Maint. Of Total
00
Erosion 7'tOo -
Control
Signing and UNIT
Markin,g
ITEM DESCRIPTION UNIT OTY PRICE AMOUNT
636-1014 Highway Signs, TP SF 70 /?~
1 Matl-Refl 13$& ~
Sheetin,g TP IV
636-2080 Galv Steel Post, LF 120 /4~ 1))3 ~
TP8
653-1501 Thermoplastic LF 24,500
Solid Traf Stripe, 5 O~ 5"t:> 3~ ~
IN White
653-1502 Thermoplastic LF 24,500
Solid Traf Stripe, 5 O~ 5&3S- ~
IN Yellow
653-1704 Thermoplastic LF 40
Solid Traf Stripe, 5~ vO
2/0-
24 IN White
Signing and Total '-0
14- ~3Cj' -
.. Marking I ,
p- 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Water
Distri
System
Items
ITEM DESCRlPTION UNIT QTY PRlCE AMOUNT
500-3101 Class A Concrete- CY 10 ;;!.Go =0
Pipe Encasement 200- 2002- -
615-1000 Jack or Bore Pipe- LF 52 ~ B34-3 92-
16" Steel Ibo -
670-1100 Water Main, 10" LF 12,500 Z~ 2?-o c..Z 5" ~ ::..
Duct. Iron /'7 -
670-2000 Pressure Reducing EA 1 tR(Pg2, ~ ~&82- ~
Valve
670-2006 8X8X8 Precast LS 1 2/ G?zt/- -=to 21 ~Z.4- "!!!-
Vault
670-2100 Gate Valve, 10" EA 7 1/.8s (PJ 82'7 '7 ,9-1
670-4000 Fire Hydrant EA 12 23(P/ /'S Zg 333 ~
Water System Total 3/5""'7/1 ?2...
Distribution Items /
TOTAL PROJECT BID /
, ~~ "10.. _ , ~..,-
/I:.~ ~ wil/VI
5"=r
II; 327;oOS- -
P-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL NOTES
ADJUSTING MINOR STRUCTURES TO GRADE:
This item consists of raising or lowering the upper portion of existing manholes, water
valve boxes, gas valve boxes or any other miscellaneous structures within the area of
construction. There will be no separate payment for this work unless shown as a separate
pay item.
* Prior to any resurfacing the contractor shall identify and reference all structures
so the precise locations can be determined after resurfacing. This shall be done in
the company of the ARC Inspector. This shall be the first order of work where
minor structures requiring adjustment are included in the contract.
AGGREGATE SURFACE COURSE:
The item aggregate surface course is for use in inclement weather to facilitate the
movement of local traffic along roadway construction and to permit ingress and egress at
drives. When used for this purpose, Section 3l8, Georgia Standard Specifications, is
modified to permit truck dumping on unprepared and muddy sub grade. 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
Coarse Aggregate Size 467
Stabilizer Aggregate Type 1 or 2
Crushed Stone
Subsection 8l5.01
Subsection 800.01
Section 803
Subsection 806.02
All materials to be used as directed by the Engineer.
AS-BillLT 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 Public Works & Engineering
Office. After originals have "as built" information incorporated, they shall be stamped
and signed on the cover sheet by a 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.
G-l
Rev: 3/6/03 RLC
Rev: 9111/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CASINGS:
All steel casings being installed across any roadway and/or right-of-way shall have the
joints continuously welded to obtain a watertight seal. The Contractor shall notify the
Engineer when welds are ready for inspection. Welded casings backfilled without the
Engineer's approval shall be uncovered for inspection at the Engineer's request.
COMPACTION:
All compaction shall be as defined in the current edition of Georgia department of
Transportation Specifications. Special attention shall be given to the backfill of minor
structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction
shall b~ achieved using approved tamps and soil layers of approximately 6 inches (loose
measure) and in accordance with Georgia Department of Transportation Standards 1030-
D and 1401. Backfilling operations of this nature shall not begin until the Contractor has
on hand all equipment in good working condition, and competent operators.
The backfilling of pipe and other minor structures shall be in accordance with Georgia
Department of Transportation Standard specifications, Current Edition. Backfilling with
sand using jetting and/or flooding will not be allowed in any case without the written
permission of the Engineer.
NOTE:When sand and jetting/flooding method is used the warranty for the backfilled
area is extended from 12 months to 24 months. A plan for the jetting/flooding shall be
submitted at the Pre-Construction Conference.
CONCRETE:
The Contractor shall have a slump cone on the project at all times when concrete is being
placed. He shall, in the Engineer's presence, perform slump tests as directed by the
Engineer. Tests shall be performed by qualified personnel with a properly cleaned slump
cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall
have a minimum of 611 lbs. Cement per cubic yard. Class "B" concrete shall have a
minimum of 470 lbs. Cement per cubic yard. Concrete not meeting these requirements
will be rejected by the Engineer.
NOTE: No concrete shall be placed until all required equipment such as slump cone,
curing compound and dispensor, etc., all in good working condition, are on the site.
Inspectors must be given a minimum one-hour advance notice. No concrete shall be
placed without the Inspector present unless otherwise directed by the Engineer. All
concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00
p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive fmish
immediately after removing forms. Forms shall be removed as provided in Section 500
of GA.DOT Specifications.
G-2
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONSTRUCTION:
Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb,
header curb, etc.) shall be paid for in the unit price bid for curb and gutter unless
otherwise noted.
At locations where new pavement is to be placed adjacent to existing pavement, without
an overlay, or where curbing is to be placed across paved parking lots, a joint shall be
sawed on a line to ensure pavement removal to be neat. Only those joints sawed in
concrete pavement will be paid for under the pay item-Sawed Joints. . . per Linear Foot.
Where curb and gutter is used and the shoulder elevations are higher than adjacent
ground, the actual direction of drainage runoff shall be determined by the Contractor, He
shall make such provisions as necessary to ensure that no ponding is caused by the new
construction. He may place additional fill to provide drain inlets. Compensation will be
under the price bid for the appropriate pay item. Driveway profiles may also be altered
allowing the concrete pad to slope down outside the back of the curb line not to exceed
an algebraic difference of 0.07. This should be used primarily on the high side of super-
elevated curves. The Contractor should use caution with standard variance and place
special emphasis on hydraulic considerations.
The Contractor shall provide borrow and/or waste pits for this project. All pits acquired
for use on this project shall be reclaimed in accordance with Subsection 107.23 and
Section l60 of the Standard Specifications and page PP A-I of this document.
All storm drain pipe, side drain pipe, pipe culvert wing-walls, steps, retaining walls, curbs
and gutters, headwalls, all types of pavement, wooden structures, except those
specifically shown as a removal pay item will be removed as Clearing and Grubbing,
Grading Complete, Grading Per Mile or Lump Sum Construction.
Cut and fill slopes outside of clear zones may be adjusted on construction where
necessary to remain within the right of way.
Curb cut ramps in accordance with Standard 9031- W are to be used at all street
intersections on this project.
Asphalt milling where specified for use on existing pavement that is to be resurfaced
adjacent to curb and gutter. Finished surface on asphalt pavement shall not exceed ~"
above the gutter line as shown on Georgia Standard 9031-J.
CONSTRUCTION LAYOUT:
Construction layout work shall be performed by the Contractor. See Section l49 ofthe
Standard Specifications.
G-3
Rev: 3/6/03 RLC
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONSTRUCTION SCHEDULE:
The Contractor shall prepare a schedule identifying the primary construction activities
and/or phases for constructing this project. This schedule shall be presented at the Pre-
Construction Conference. When significant events occur that impacts the schedule a
revised Construction schedule shall be submitted.
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
Public Works Director or his/her designated representative.
EROSION AND SEDIMENT CONTROL:
The Contractor shall be responsible for all soil erosion. and sediment control practices.
All on-site erosion control shall comply with local Augusta Richmond County erosion
and sediment control ordinances. The cost of this work shall be included in the cost of
Lump Sum Construction unless shown as a separate pay item.
EXCESS MATERIAL:
All excess material is to be disposed of as directed by the Engineer or as noted in Sub-
Section 107.23 ofthe Specifications and in accordance with page PP A-I.
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.
G-4
Rev: 3/6/03 RLC
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 Flae:e: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).
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 jlagger
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 ofthejlagger shall be placed
beyond the point where traffic can reasonably be expected to stop under the most severe
conditions for that day's work.
FOUNDA TION 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.
G-5
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GRADES:
With the approval of the Engineer, grades may be field adjusted to provide for best
drainage.
GRADING:
In contracts where grading, including excavation for drainage structures, is accomplished
under Section 210 (Grading Complete or Grading Per Mile) or Section 230 (Lump Sum
Construction), the Lump Sum amount bid will include all work necessary to obtain the
line, grade and compaction in accordance with the Specifications and other contract
documents. There will be no separate payment for any work of this nature including
borrow and the removal of unsuitable and/or unstable material. However, the Contractor
shall make whatever investigations he deems necessary to determine the extent of any
borrow or removal necessary to meet contract requirements. If it develops that removal
of unsuitable/unstable materials quantities could not have been predicted by the
contractor from a reasonably thorough investigation of project conditions, the Contractor
may request negotiation for payment for excavation of this nature in areas where the
depth exceeds three (3) feet below subgrade. The Owner will consider negotiation only
when this type of removal is excessive and the Contractor provides evidence that he
thoroughly investigated project conditions prior to entering his bid. Only those quantities
in excess of three (3) below finished sub grade and/or normal excavation for drainage
structures, ordered by the Engineer, will be considered for payment.
GRASSING AND EROSION CONTROL:
The Contractor shall bid on grassing, lump sum, and it shall be his responsibility to
determine the actual area to be grassed. No claims will be considered for extra
compensation if the contractor relies on plan information to prepare his bid.
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 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.
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.
G-6
Rev: 3/6/03 RLC
Rev: 9/1 1103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
LUMP SUM CONSTRUCTION:
The Contractor shall provide breakdowns on all components that make up Lump Sum
Construction. The breakdown shall provide the unit price assigned to each component.
Forms designed specifically for these breakdowns
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.
G-7
Rev: 3/6/03 RLC
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 proj ect and disposed in a proper manner.
When not shown as a pay item, payment shall be included in the price bid for Lump Sum
Construction and itemized as such.
MISCELLANEOUS DRAINAGE STRUCTURES:
All miscellaneous drainage structure such as Catch Basins, Drop Inlets, Manholes,
Junction Boxes, Spring Boxes, Drain Inlets, special Inlets, etc., whether standard or
special design shall be paid for Per Each. There will be no separate payment for
additional depth unless specifically shown as a pay item.
NOTE: All Catch Basins, Drop Inlets, manholes, exposed Junction Boxes, etc., with
concrete 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 INSTALLATION:
1. Payment for pipe culvert or utility installation includes sawing and/or
cutting and removing existing pavement and replacing the pavement as
specified in accordance with Standard 140 l.
2. Payment for pipe culvert includes plugging existing pipe with Class "A" or
"B" concrete (See Georgia Standard 9031-L).
G-8
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. Payment for pipe culvert includes any required Concrete collars (See
Georgia Standard 9031- U).
4. All concrete storm drain and longitudinal pipe shall include O-ring gaskets.
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 or 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 constructing 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
G-9
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 own~r and the Engineer. In the event that
the Contractor elects to utilize private property for any purpose connected with the
project, such as, but not limited to, staging areas, equipment and/or material storage or
simply as a convenience, he shall submit a written agreement to the Engineer containing
vital information such as limits of both area and time the property is to be utilized and a
description of the intended use. The agreement must be signed by both the property
owner and the Contractor and will be reviewed and recorded by the Engineer. Such
agreements must be submitted prior to the contractor's use ofthe property.
All buildings located on newly acquired RJW and/or easements shall be relocated by the
Contractor. Such buildings on existing RJW and/or easements shall be removed by the
owner or will become the property of the Contractor.
SAL V AGEABLE 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.
G-IO
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SHOULDER WORK:
All necessary cleaning of the existing pavement, including clipping of shoulders, required
prior to resurfacing shall be the responsibility of the Contractor. The material displaced
shall be removed, lowered or spread over the shoulder to an elevation and slope, which
will provide adequate drainage. The cost of such work shall be included in the prices bid
for other items.
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 Specifications, of the Georgia Department of
Transportation, current edition, which will be part of this contract.
This project is based on, and shall be constructed in accordance with, the State of Georgia
Department of Transportation Standard Specifications for Construction of Roads and
Bridges, current edition and any supplements thereto. All of these specifications shall be
considered as though fully contained herein. In cases where conflicts arise within these
specifications, they will be revised to resolve such conflict. Until the conflict is resolved,
the interpretation of the Engineer shall control the situation.
G-ll
Rev: 3/6/03 RLC
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
STORAGE BUILDINGS:
The existing sheds and/or buildings 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 Construction and described in the itemization of Lump Sum
Construction.
STORM DRAIN PIPE:
Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced
concrete and shall include O-ring gaskets.
SUB-CONTRACTORS:
The Contractor shall furnish the official name, plus the name and telephone number of
the 24-hour emergency contact of all firms he proposes to use as Subcontractors in the
work. This information is to be furnished at the Preconstruction Conference. However,
no work shall be done on this project by a Subcontractor until the Contractor receives
approval of his Subcontractor(s) from the Engineer.
NOTE: All submissions shall include the following information for each Subcontractor:
1) Name of Subcontracting Firm
2) Description of Work To Be Done
3) Contact Person's Name and 24 Hour Phone Number
SUPERELEV ATION:
All horizontal circular curves are to be superelevated m accordance with Georgia
Standard 9028-C as directed by the Engineer.
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-12
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TEST ROLLING:
Prior to placing any base course, the subgrade 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 mmunum of
interference with, or interruption of, traffic on the travelway. 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 9l02.
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 l50 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 4pon 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.
G-13
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
UTILITIES:
All utility facilities except those owned by Augusta Utilities Department which are in
conflict with construction, not covered as specified items in the detailed estimate, are to
be removed and relocated to clear construction by the respective owners with the
exception of Augusta Utilities and Augusta Traffic Engineering unless added later to the
contract as a supplemental item. All "above ground" utility structures will be located as
near as possible to the right-of-way line.
The Contractor will not be paid for any delays or extra expense caused by utility facilities
obstructions or any other items not being removed or relocated to clear construction in
advance of his work.
All known utility facilities are shown schematically on the plans, and not necessarily
accurate in location as to plan or elevation. Utility facilities such as service lines or
unknown facilities not shown on the plans will not relieve the Contractor of his
responsibility under this requirement except as noted below. "Existing Utility Facilities"
means any utility facility that exists on the highway project in its original, relocated or
newly installed position. Other than service lines from street mains to the abutting
property the contractor will not be held responsible for the cost of repairs to damaged
underground utility facilities when such facilities are not shown on the plans and their
,existence is unknown to the Contractor prior to the damage occurring, providing the
Engineer determines the Contractor has otherwise fully complied with the Specifications.
The Contractor shall use the one-call center telephone number 1-800-282-7411 for the
purposes of coordinating the marking of underground utilities.
The Contractor's attention is directed to the probability of encountering private utility
installations consisting of sanitary sewers, water, sprinkler systems, ornamental light
systems, gas and underground telephone cables that either are obstructions to the
execution of the work and need to be moved out of the way or, if not, must be properly
protected during 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-14
Rev: 3/6/03 RLC
Rev: 9/11/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE
WORK BEGINS:
(Contacts revised 10/2/03)
Atlanta Gas Light Company
1840 Wylds Road
Augusta, GA 30913
Phone: (706) 481-1452
FAX: (706) 481-1495
Artn: Carl Corlev
Augusta Utilities Department
360 Bay Street, Suite 180
Augusta, GA 3090l
Phone: (706) 798-0494
FAX: (706) 312-4l23
Attn: Doug Cheek
Bell South
384l Wrightsboro Road
Augusta, GA 30909
Phone: (706) 860-8283
FAX: (706) 855-l9l7
Attn: Warren Geitgev
Comcast
P. O. Box 3579
Augusta, GA 30904
Phone: (706) 739-1842
FAX: (706) 733-6942
Attn: Kevin O'Meara
Georgia Power Company
4220 Evans To Lock Road
Evans, GA 30809
Phone: (706) 667-5633
FAX: (706) 667-5666
Attn: AI Danner
Knology of Augusta
3714 Wheeler Road
Augusta, GA 30909
Phone: (706) 364-1015
FAX: (706) 364-l0ll
Artn: Richard Strength
Jefferson Energy Cooperative
P. O. Box 457
Wrens, GA 30833
Phone: (706) 547-5019
FAX: (706) 547-505l
Attn: Mike Wasden
KMC
Telephone:
ATTENTION DENNIS NORVIEL
G-15
Rev: 3/6/03 RLC
Rev: 9111/03
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
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 12-month warranty. The 12-
month warranty is hereby modified to include the following: Any repairs, corrections or
modifications performed within the last six months of the original 12-month warranty
shall have the original 12-month warranty extended l80 calendar days past the date of
such repairs, corrections or modifications.
G-16
Rev: 3/6/03 RLC
Rev: 9/11103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SECTION 1SD-TRAFFIC CONTROL
August 28, 1995
First Use: October 20,1995
Modification of Special Provision
Section 150 - Traffic Control (Rev. June 21, 1994)
Retain Section 150 as written and add the following:
For this project, all references to flags on construction warning signS in the Standard construction Details
listed below are deleted except for signs which are mounted at less than seven (7') feet in height (portable
signs). ' .
Standard Construction Details
· Typical By-Pass Detour for Two-Lane Highway
· Typical Detour Across Median
· Transition of 4-Lane Divided Highway to 2-Lane Highway
· Traffic Control General Notes, Standard Legend, Miscellaneous Details
In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 9106, 9107, and .
applicable Standard ,Construction Details shall conform to Part VI of the MlTI'CD, Revision 3, dated
September 3, 1993.
150.02 WORK ZONES: Delete 'Work Zones" and substitute: Temporary Traffic Control Zones.
150.02. 8.2.: Delete last sentence and substitute: Channelization device spacing shall be 10 feet for 200
feet in advance of the temporary gore, and 10 feet for the first 100 feet of the temporary gore.
150.03. F.1. MATERIALS - INTERIM SIGNS: Retain as written and add secon.4paragraph.
Posts for all interim signs shall be constructed to yield upon impact unless the posts are protected
by guardrail, portable barrier, impact attenuator or other type of positive barrier protection.
Unprotected posts shall meet the breakaway requirements of the "1985 AASHTO Standard
Specifications for Structural Supports for Highway Signs, Luminaries and, Traffic Signals".
Unprotected post splices will not be permitted any higher than four inches above the ground line
to lessen the possibility of affecting the undercarnage of a vehicle.
150.03.H. CONSTRUCTION WARNING SIGNS: CONSTRUCTION WARNING SIGNS THAT ARE
REQUIRED TO BE MOUNTED AT SEVEN FEET IN HEIGHT NO LONGER REQUIRE THE USE OF
WARNING FLAGS. .
Delete,first sentence of second paragraph an.d substitute:
Construction warning signs which are mounted at less than seven feet in height (portable signs) shall
have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each sign.
TC-/
I
I.
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
150.04.E.2.a.2.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are
required.
150.04. E.2.b.1.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are
required.
150.05. D. TEMPORARY GUARDRAIL ANCHORAGE: Delete all references to Type 9 and substitute Type
11,(eleuen).
150.1 0 PAYMENT: Item No. 641 - Delete reference to Type 9 and substitute Type 11 (eleuen).
SPECIAL PROVISION
. .
. SECTION 150- TRAFFIC CONTROL
June 22, 1994
FirstUse: July 24,1994
Modification of Standard Specifications, 1993 Edition'
Retain Section 150 as written and add the following:
For this project, all references in the Standard Construction Details listed below to Type I Barricades,
Type II Barricades, Type "A" flashing-lights and Type "C" steady buin lights are deleted, except that
Type "C" lights will be required for tapers in nighttime lane closures.
Standard Construction Details
· Typical By-Pass Detour for Two-Lane Highway
· Typical Detour Across Median .
· Transition of 4-Lane Divided Highway to 2-Lane Highway
· . Traffic Control General Notes, Standard Legend, Miscellaneous Details
In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 9106, 9107, and
applicable Standard Construction Details shall confonn to Part VI of the MUTeD, Revision 3, dated
September 3, 1993. '
Detail "A" as shown on Georgia Standard 4960 is deleted.
SPECIAL PROVISION
SECTION 150-TRAFFIC CONTROL
Rev. June 21, 1994
First Use: July 24, 1994
Rev.: August 16, 1994
Modification of the Standard Specifications, Current Edition .
Delete Section 150 as written and substitute the following:
150.01 DESCRIPTION: This section as supplemented by the Plans; Specifications, and MUTCD shall be
considered the Traffic Control Plan.' Activities shall consist of furnishing, installing, maintaining, and
removing necessary traffic signs, barricades, lights, signals, cones, pavement markings and other traffic
control devices and shall include flagging and other means for guidance and protection ofvehicu1ar and
-rc-z
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
pedestrian traffic through the Work Zone. This Work shall iilclude both maintaining existing devices
(excluding Traffic Signals) and installing additional devices as necessary in construction work zones,
When any provisions of this Specification or the Plans do not meet the minimum requirements of the
Manual on Uniform Traffic Control Devices (MUTeD), the MUTCD controls. The 1988 Edition of the
MUTCD and Revision 3, dated'September, 1993, of Part VI shall be in effect for the duration of the
project.
A. 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, Sp~cial Provisions and the MUTCD. This individual's
traffic control responsibilities shall have priority over all other assigned duties.
As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the
Contractor in administering the Traffic Control Plan. The WTCS shall have appropriate training in
safe traffic control practices in accordance with Part VI of the MUTCD. In addition to the WTCS all
others making decisions regarding traffic control must meet the training requirements of Part VI of
the MUTCD. On projects where traffic control duties will not require full time supervision, the
Engineer may allow the Contractor's Project Superintendent to serve as the WTCS as long as
satisfactory results are obtained.
The WTCS shall have a copy of the MUTCD on the job site. Copies of current MUTCD may be
obtained from:
U.S. Government Printing Office
Superintendent of Documents
Mail Stop: SSOP
Washington, D.C. 20402-9328
The WTCS shall be available on a 24-hour basis as needed to maintain traffic control devices with
access to all personnel, materials and equipment necessary to respond effectively to an emergency
situation within forty-five (45) minutes of notification ofthe emergency.
The WTCS shall supervise the initial installation of traffic control devices which will be reviewed by
the Engineer- prior to the beginning of construction. Modifications to traffic control devices as required
by sequence of operations or staged construction must be reviewed by the WTCS. The WTCS shall
regularly perform inspections to ensure that traffic control is maintained.
B. All traffic control devices used during the construction of a project shall meet the Standards utilized
in the MUTeD, and shall comply with the requirements of these Specifications, Project Plans, and
Special Provisions. Reference is made to Subsections 104.05, 107.07, and 107.09.
C. All reflectorization for construction (black on orange) signs, objeCt markers, and channelization
devices shall meet the requirements of Section 913, Type II or III WlIess otherwise specified. All other
signs shall meet the requirements of Type I WlIess otherwise specified.
D. No work shall be started on any project phase until the appropriate traffic control devices have been
placed in accordance with Project requirements. Changes to traffic flow shall not commence WlIess
all labor, materials, and equipment necessary to make the changes are available on the Project.
E. 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 should supplement the approved
traffic control plan. Any major changes to the approved traffic control plan, proposed by the
Contractor,are to be submitted to the Department for approval in accordance with Subsection 104.03
of the Standard Specifications.
"'/C'-3'
I
I.
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
Some additional traffic control details will be required prior to any major shifts of traffic. The traffic
control details shall include! but not be limited to, the following:
1. A detailed drawing showing traffic location and laneage for each step of the change.
2. The location, size, and message of all signs required by the MUTeD, Plans, Special Provisions,
and other signs as required to fit conditions.
3. The method to be used in, and the limits of, the obliteration of conflicting lines and markings,
4. Type, location, and extent of new lines and markings.
5. Horizontal and vertical alignment and superelevation rates for detours, including cross section
and profile grades along each edge of existing pavement.
6. Drainage details for temporary and permanent alignIilents.
7. Location, length, andlor spacing of channelization and protective devices (temporary barrier,
guardrail, barricades, etc.)
8. Starting time, duration and date of planned change.
9. 'For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing
workforce, materials, imd equipment necessary to accomplish the propos~d work. This will be the
minimum resource allocation required in order to start the work.
The above details shall be submitted to the Engineer for approval at least 14 days prior to the.
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 startmg time. The Engineer and the Contractor's representative will verify that all
conditions have been met prior to the Contractor obtaining materials for the actual traffic shift.
F. Traffic control devices shall be in acceptable,condition when first erected on the project arid 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
rontrol devices shall be removed, placed or coverf;ld so as not to be visible to traffic'. 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 becpme due, the Contractor.
G. 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 on days immediately before,
on, or after holidays or other days in which unusual traffic conditions exist, including threatening or
inclement weather. .
150.02 WORK ZONES:
A In addition to the other provisions contained herein, work zone traffic control shall be accomplished I
using the following means and materials:
1. Portable advance warning signs as required by the contract or meetingthe requirements of the
MUTeD and Sub-Section 150.03.' ,
2. Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on
Interstate or multi-lane highway lane closure only, shall be a minimum size of 48" high by 96"
-rc-~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
wide with not less than 15 lamps used for the arrow. The arrow will occ:upy virtually the entire
size ofthe 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 SUIUly day, or clear night Arrow panels shall be equipped with automatic dimming features
for use during hours of darkness. The arrow panels shall also meet the requirements as shown
in the MUTCD. The sequential or flashing arrow panels shall not be used for lane closures on two-
lane, two-way highways when traffic is restricted to one-lane operations in which case,
appropriate signing, flaggers and when required, pilot vehicles will be deemed sufficient.
3.' Portable changeable message signs meeting the requirements of Section 632 and the MUTeD,
4. Channelization devices meeting the standards of the MUTCD and Subsection 150.05.
5. Precast concrete barrier meeting the requirements of Section 622.
6. Temporary traffic signals meeting the requirements of Section 647.
7. Pavement marking materials complying with Subsection 150.04.A.
. B. LANE CLOSURES:
1. All lane closures shall have prior approval of the Engineer. 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.
2. On multilane highways where traffic has been shifted to the inside lanes for overnight use, the
entrance and exit ramps shall have channelization devices placed on both 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. Channelization device spacing in the first
100 feet of the temporary gore shall be 25 feet.
3, Termination Area: The transition to normal or full width highway at the end of a lane closure
shall be a maximum of 150 feet. .
4. To provide the greatest possible convenience to the public in accordance with Subsection 1'07.07,
the Contractor shall remove all signs, lane closure markings, and devices immediately when lane
closure work 'is completed or temporarily s\1Spended for any length of time or as directed by the
Engineer. .
C. TRAFFIC PACING METHOD:
1. PACING OF TRAFFIC: With prior approval from the Engineer, traffic may be paced allowing the
Contractor up to ten (10) minutes maximum to work in or above all lanes of traffic for the
following purposes:
a. Placing bridge members or other bridge work.
b. Placing overhead sign structures.
c. Other work items requiring interruption of traffic.
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.
-rc-s-
I
I-
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
When ready to start the work activity, the police vehicle will pull into the travel lanes and act as a
pilot vehicle slowing the traffic thereby providing a gap in traffic allowing the Contractor to perform
the Work. Anyon-ramps between the pace and the work area shall be blocked during pacing of traffic,
with a flagger properly dressed and equipped with a Stop/Slow paddle. Each ramp should be opened
after the police vehicle has passed.
Pilot vehicles shall travel at a safe pace speed, desirably not less than 20 mph interstate and 10 mph
non-interstate. The Contractor shall provide a vehicle to proceed in front of the police vehicle and
behind the other traffic in order to inform the Contractor's work force when all vehicles have cleared
the area.
Traffic will not be permitted to stop during pacing except in extreme cases as approved by the
Engineer.
2. METHODS OF SIGNING FOR TRAFFIC PACING: At a point not less than 1,000 feet in advance of
the beginning point of the pace, the Contractor shall erect and cover a W-special sign (72 inch x72
inch) with a Type "B" flashing light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY"
(See Detail150-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" letters and border of the size
specified.
-rc-r;
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I,
I
I
DEPARTMENT OF TRANSPORTATION-
STATE OF GEORGIA
....111 fRi ~ ~ ~ ~ ~
10' 'I 5Z' 1 10'
~~ @\%J ~[Q)
fS'--'. ..2' 1j15
~~~~[Q)
~~@~JJ ..~~~~ w
t.,.I. :': 1,:/-
Tm " rLlSHlllC I.ICHT [JI TlW'FIC SID[
53'
, g.s'
72'
l-Sr[elAl. SIGN
I TlIiI"QIWrr .-os T IltUCf [D ,
S I eN SHAll. NA V[ It. ACI( U CEil) AliI) I(R)["
CJI ORMG: IIE'LteTOUlED BAClGfDJHD
DETAIL 1S0...;.A
,. MMGIH
1 I..,' IIORD[R
]' IlADIUS
5'
12'
12' SER. 'e'
5'
12'
fl' SEA. 'e.
5'
1J'
12' SEll. 'C'
~.
,.
" SEIIi. 'e'
"
D. The Contractor's trucks and other vehicles shall travel in the direction of normal roadway traffic
unless separated by a positive barrier, or when construction activity necessitates otherwise, and shall
not reverse direction except at intersections, interchanges, or approved temporary crOssings.
E. The Contractor shall ensure that dust, mud, and other debris from cOnstruction activities do not
. interfere with normal traffic operations or acljacent properties.
F. Existing street lighting shall remain lighted as long as practical and until removal is approved by the
Engineer.
G. Adequate temporary lighting shall be provided at all nighttime work sites where workers will be
immediately acljacent to traffic.
H. For their own protection, workers in or acljacent to traffic during nighttime operation shall.wear
reflectorized vests.
/ t::'-7
I
I,
I-
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
1. The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to
traffic is prohibited.
J. The Worksite Traffic Control Supervisor (WTCS) shall monitor the work to ensure that all the rocks,
boulders, construction debris, stockpiled materials, equipment, tools and other potential hazards are
kept clear of the tTavelway. These items shall be stored in a location, in so far as practical, where they
will not be subject to a vehicle running off the road and striking them.
K All existing pedeStrian walkways shall 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.
150.03 SIGNS:
A When required for proper traffic control during construction of the project, all existing guide, warning,
and regulatory signs shall be maintained by the Contractor in accordance with these Specifications.
Existing street name signs shall be maintained at street intersections. All existing illuminated signs
shall remain lighted and be maintained by the Contractor.
B. When not in use, all inappropriate traffic signs or portions thereof 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. Subsequent punch-list or other work
to be performed shall be accomplished utilizing temporary'construction warning signs that shall be
removed daily.
C. The Contractor shall not remove any existing signs and supports without prior approval from the
Engineer. All existing signs and supports which are to be removed shall be stored and protected as
directed by the Engineer, and become the property of the Department unless otherwise specified in
the contract documents.
D. 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, or as directed by the Engineer. These signs shall remain the property of the Contractor.
The bottom of all interim signs shall be at least seven feet above the level of pavement edge.
E. Existing special guide signs on the Project shall be maintained until conditions require a change in
location or leg-end content. When change is required, existing signs shall be modified and continued
in use if the required modification can be made within existing sign borders using design
requirements Oegend, letter size, spacing, border, etc.) equal to that 'of the existing signs, or of
Subsection 150.03.E.5. 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 Gegend) 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-cpnflicting location which has been approved by the
Engineer.
2. INTERIM SPECIAL GUIDE SIGNS: When it is not possible to utilize existing signs, either in '
place or relocated, the Contractor shall furnish, erect, maintain, modify, relocate, and remove new
interim special guide signs in accordance with the Plans or as directed by the Engineer.
3. INTERIM OVERHEAD GUIDE SIGN STRUCTURES: Interim overhead special guide sign
structures are not requir-ed to be lighted unless specifically required by the Plans. Iflighting is
required the sign shall be lighted as soon as erected and shall remain lighted, during the hours
of darkness, until the interim sign is no longer required. The ContTactor shall notify the Power
Company at least thirty (30) days prior to desiring connection to the power source.
-rC-B
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
1
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
4. The installation of new permanent special guide signs and the permanent modification or
resetting of existing special guide signs, when included in the contract, shall be accomplished as
soon as practical to minimize the use of interim special guide signs. Iflighting is required by the
Plans, all new permanent overhead special guide signs shall be lighted as soon as erected.
5. Interim special guide signs that may be required in addition to, or a replacement for, existing
expressway and freeway (interstate) signs must be designed and fabricated in compliance with
the minimum requirements for guide signing contained in Part 2E "Guide Signs Expressways"
and Part 2F "Guide Signs Freeways" of the MUTCD, except that the minimum size of all letters
and numerals in the nam,es of 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. Additionally, the
exit road name or route shield shall be placed on the exit gore sign.
F. MATERIALS - INTERIM SIGNS:
1. POSTS - Posts for all interim signs shall meet the requirements of Section 911 except that green
or silver paint may be used in lieu of galvanization for steel posts or structural shape posts. Wood
posts ate not required to be pressure treated.
2. SIGN BLANKS AND PANELS - All sign blanks and panels shall conform to Section 912 of the
Specifications except that blanks and pariels 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 carl>onates, fiberglass reinforced plastics,
recycled plastics, ete.) 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. Signs shall be painted to prevent rust if other metals are used in lieu of aluminum.
Plywood blanks or panels will not be permitted.
G. All existing, interim and new permanent signs shall be installed so as to be completely visible for an
advance distance in compliance with the MUTCD. Limbs, brush, construction equipment and
materials shall be kept clear of the driver's line of sight to the signs.
H. Advance warning signs shall be placed ahead of construction in accordance with Part VI of the
MUTeD and shall include a series of at least three advance road construction (W20-1) signs placed
at the termini of the project. The series shall have the legend ROAD WORK (1500 FEET, 1000 FEET,
AND 500 FEET.) In addition to the above, multi-lane divided highways shall also have the legend
ROAD WORK (2 MILES, 1 MILE, AND 1/2 MILE.) On-ramps and at grade intersecting roadways
shall be signed with a minimum of one ROAD WORK AHEAD sign.
All construction warning signs shall have two 18 inch x 18 inch fluorescent red-orange or orange-red
warning flags mounted on each including the project construction signs (G20-1 and G20-2A.) Project
mileage indicated on the G20-1 sign shall be the actual project mileage rounded up to the nearest
whole mile. All construction warning signs on divided highways shall be double indicated (i.e., on the
left and right sides of the roadway.)
1. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where I
the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable
support. Vehicle mounted p'anels shall be provided with remote controls. Minimum. mounting height
. shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels
which should be as high as practical.
J. The portable changeable message sign, when specified, shall be placed ahead of construction activities
and shall meet the requirements of Section 632 and the MUTCD.
-rc- '7
I
I.
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
K 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.
150.04 PAVEMENT MARKINGS
A. Generally, full pattern pavement markings in accordance with Section 652 and in conformance with
Section 3A and 3B, except 3B-3 and 3B-5, of the MUTeD are required on all courses before the
roadway is opened to traffic. No passing zones shall be marked to conform to Section 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. On resurfacing projects pavement
markings shall be provided on all surfaces that are placed over existing markings. On widening and
reconstruction projects (where the lane configuration is altered from the pre-construction layout)
pavement markings will be as required by the Plans or the Engineer. On new construction projects
pavement marking plans will be provided.
B. MATERIAlS: All traffic striping applied under this Section shall be a minimum four inches in width
and shall 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 (Le. reflectorizing only a portion of a stripe)
will not be allowed. .
C. USAGE: 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 possiple stage.
Inappropriate or conflicting existing pavement markings shall be removed. '
When shifting of traffic necessitates removal of centerline, lane liiles, 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.
BefoTe 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 coner-ete 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 amcrete thickness required to cover lines (generally 60 IbJsq.
yd. of Asphaltic Concrete "H") will be allowed. Excessive build-up will not be permitted. When an
overlay for the sole purpose of eliminating conflicting markings is not allowed, the markings no longer:
applicable shall be removed in accordance with Subsection 656.02. The elimination of coD.flicting ,
pavement markings by overpainting with paint or liquid asphalt is not acceptable.
D. Raised pavement markers (RPMs) are required as listed below for all asphaltic concrete pavements
before the roadway is open to traffic. When Portland Cement Concrete is an intermediate or final
surface and is open to traffic, one calendar day is allowed for cleaning and drying before the
installation ofRPMs is required.
TC-/tJ
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
1. On Interstate and limited access highways under construction, excluding projects consisting
primarily of asphaJt resurfacing items, retro-reflective raised pavement markers CRPMs) shall be
placed and/or maintained on intermediate pavement surfaces opened to traffic as follows:
a. SUPPLEMENTING LANE LINES:
80 foot centers on skip lines with curvature less than three degrees. (Includes tangents.)
40 foot centers on solid lines and all lines with curvature between three degrees and six
degrees.
20 foot centers on curves over six'degrees.
20 foot centers on lane transitions 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.
2. 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.)
RPMs are DQt allowed on right edge lines.
E. EXCEPrIONS 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 four feet long with a maximum gap of 36 feet. On curves greater than six '
degrees, a two-foot stripe with a maximum gap of 18 feet shall be used. In lane shift areas
skip lines will not be allowed. Solid Lines will be required. Interim skip lines will be
permitted for a period not to exceed 14 calendar days. Interim skip lines must be replaced
with markings in full compliance with Section 652 prior to expiration of the 14 calendar day
period.
-rc-//
I
I.
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
Interim raised pavement markers may be substituted for the interim skip (broken) stripes.
If raised pavement markers are substituted for ilie four foot interim skip stripe, four markers
spaced at equal intervals over a four feet distance will be required. No separate payment will
be made if the interim 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 must be approved by
ilie Office of Materials and Research but in no case will the markers be attached by the use
of nails. .
The interim raised pavement markers must be maintained until the full pattern pavement
markings are applied. At the time full pattern pavement markings are applied the interim
raised markers shall be removed in a manner that will not interfere with application of the
full pattern pavement markings.
b. NO PASSING BARRIER: On two-lane, two-way roadways for periods not to exceed three
calendar days where skip centerlines are in place, no-passing zones may be identified by
using post or portable mounted DO NOT PASS regulatory signs (R4-1 24" x 30") at the
. beginning and at intervals not to exceed 1/2 mile within each no-passing zone. A post or
port.ablemounted PASS WITH CARE regulatory sign (R4-124" 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 must have a minimum vertical height of three feet above the
pavement surface to the bottom of the sign and be secured in such a manner as to not be
easily blown over or misaligned.
c. EDGELINES:
(1) Bituminous Surface Treatment Paving; Edgelines will not be required on intermediate
surfaces (including asphaltic concrete leveling for 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 must be placed within 30 calendar days of the time that the final surface
was placed.
(2) All Other Types of Pavement: Edgelines will not be required on intermediate surfaces that.
are in use for a period of 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 must be placed within 14 calendar days of the time that the surface was
placed.
d. MISCELLANEOUS PAVEMENT MARKINGS: School zones, railroads, stopbars, symbols,
words and oilier similar markings shall be placed on final surfaees conforming to Section 652 ·
within 14 calendar days of completion of the final surface. On intermediate surfaces these '
markings'will generally not be required unless specified by the Engineer because of special
conditions or when the intermediate surface will be in use for more than 45 calendar days. I
I
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 nightfall.
TC-/Z
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
(2) Lanelines - Interim skip (broken) stripe as described in Subsection 150.04.E.1.a. may be
used for periods not to exceed three calendar days.
(3) Edgelines - Edgelines shall be placed on intermediate and final surfaces within three
calendar days of obliteration.
b. DIVIDED HIGffiVAYS (GRASS OR RAISED MEDIAN)
(1) Lanelines - Full pattern skip stripe shall be restored before nightfall.
(2) Centerline/Edgeline - Solid lines shall be placed on intermediate and final surfaces within
three calendar days of obliteration.
c. Miscellaneous Pavement Markings Same as Subsection 150.04.E.1.d,
3. LIMITED ACCESS ROADWAYS AND ROADWAYS WITH PAVED SHOULDERS GREATER
THAN FOUR FEET
a. Same as Subsection 150.04.E.2. except as noted in (b) below.
b. EDGELINES-
(1) Asphaltic Concrete Pavement - Edgelines shall be placed on intermediate and fmal
surfaces prior to opening to traffic.
(2) Portland Cement Concrete Pavement - Edgelmes shall be placed on any surface open to
traffic no later than one calendar day after work is completed on a section of roadway. All
water and residue shall be remoyed prior to daily striping.
F. APPLICATION OF PAVEMENT MARKINGS: The Contractor shall furnish layout, clean as
necessary, and preline the surface. for the placement of pavement markings applied under. this
Section. All existing marking tape on final surfaces shall be removed prior to placement of final '
markings.
Pavement markings shall re-establish No-Passing Zones in the locations and configuration that
existed prior to construction. Existing No-Passing Zones shall be clearly identified as to location prior.
to construction by staking or erection of DO NOT PASS and PASS WITH CARE signs. On new
location projects and on projects where either horizontal or vertical alignments have been modified,
the location of No-Passing Zones will be identified by the Engineer.
G. MOBILE OPERATIONS: When pavement markings (centerlines, lane lines, and edge lines) are
applied in a continuous operation by moving vehicles and equipment, the following minimum
equipment and warning devices shall be required in addition to the requirements of the MUTCD:
1. A lead vehicle is required for two-way traffic conditions and shall have an approved sequential
or flashing arrow panel ,mounted so. as to be easily visible to oncoming traffic. A lead vehicle is not
required for low volume off-system routes and one-way traffic applications.
2. The work vehicle applying markings shall have a sequential or flashing arrow panel mounted on
the rear. If the work vehicle is also functioning as the lead vehicle then an approved arrow panel
shall be mounted so as to be 'easily visible to oncoming traffic. The work vehicle shall follow
directly behind the lead vehicle.
3. The work vehicle placing cones shall follow directly behind the work vehicle applying the
markings. The cxme work vehicle shall have a sequential or flashing arrow panel mounted on the
rear.
-/-c-/3
I
I.
I.
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
4. For multi-lane roadways a protection vehicle shall follow the above vehicles and the protection
vehicle shall also display a prominent sign with the legend PASS ON LEFT (RIGHT). On
interstate and limited access roadways, the protection vehicle shall be equipped with a truck
moimted attenuator (TMA) that is certified for impacts not less than 45 mph in accordance with
NCHRP 230.
5. All vehicles shall be equipped with the official slow moving vehicle symbol sign and left and right-
side rear mounted flashing yellow lights.
150.05 CHANNELIZATION
A. GENERAL: Channelization should clearly delineate the travel way through the ,work zone and alert
drivers and pedestrians to conditions created by work activities in or near the travelway.
Channelization shall be done in accordance with the plans and specifications, the MUTCD, and the
following requirements. .
1. Types of Devices Permitted for Channelization in Constroction,WorkZones:
a. DRUMS:
(1) DESIGN: Dru.ms shall meet the minimum requirement of the MUTeD and shall be
reflectorized as required in Subsection 150.01.C.
(2) APPIJCATION: Drums shall be used as the required channelizing device to delineate the
full length of a lane closure, shift, or encroachment, except as modified by this Subsection.
(a) TRANSITION TAPERS AND LANE CLOSURES: Dnmis shall be used on all
transition tapers. The minimum length of the approach transition taper for a lane closure,
shift, or encroachment for highw~ with posted speed of 45 mph or greater shall be equal
to the lane width of lateral shift (Ft.) x the posted speed limit (Mph), (L = WS), but not
less than 15,0 feet. For multiple lane closures, only one lane may be closed per taper with
a minimum tangent length of 2L between tapers. The length of a closed lane, excluding
the transition taper, will be limited to two mile, unless otherwise approved or directed by
the Engineer. Drums shall be placed the full length of the taper spaced at maximum
intervals in feet equal to the numerical speed limit (EXAMPLE: 55 Mph Speed Limit =
55 feet maximum spacing). '
For taper lengths on urban, residential or other streets where the posted speed is 40 mph
or less, the minimum length of the approach transition taper may be computed using the
formula L = WS2/60. Greater taper length shall be used when required for individual
situations.
Drums with steady burning lights, for the length of the taper only, are required if the
condition exists into the night. '
(b) LONGITUDINAL CHANNELIZATION: Drums shall be spaced as listed below for
various roadside work conditions except as modified by Subsection 150.06. Spacing shall
be used for situations meeting any of the conditions listed as follows:
(1) 50 FOOT SPACING MAXIMUM:
(a) For difference in elevation exceeding two inches.
(b) For healed sections no steeper than 4:1 as shown in Subsection 150.06, Detail
150-E..
-rc-/~
I
1
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
(2) 100 FOOT SPACING MAXIMUM:
(a) For difference in elevation of two inches or less.
(b) F1ush areas where equipment or workers are within ten feet of the travel lane.
(3) 200 FOOT SPACING MAXIMUM: Where equipment or workers are more than
ten feet from travel lane. Lateral offset clearance to be four feet from the travel lane.
(a) For paved areas eight feet or greater in width that are paved flush with a
standard width travellane.
(b) For disturbed shoulder areas not completed to typical section that are flush
to the travel lane and considered a,1isable shoulder. '
'When the appropriate signs are posted advising of conditions such as soft or low
shoulder, drums may be removed after shoulders are completed to typical section
and gr~sed and after guardrail or other safety devices have been installed.
b. VERTICAL PANELS:
(1) DESIGN: All vertical panels shall have a minimum of 270 square inches of retro-reflective
area facing the traffic and shall meet the requirements of the MUTCD.
(2) APPLICATION: Lane encroachment by the drum on the travel way 'should permit a
reml'lining lane width often 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 otiher
application of vertical panels will be permitted.
c. CONES:
(1) DESIGN: All cones shall be a minimum of 28 inches in height regardless of application and
shall meet the requirement ofthe MUTCD.
(2) APPLICATION: For longitudinal channelizing only, co~es will be permitted for daylight
closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime
work will not be permitted. '
d. BARRICADES:
(1) DESIGN: The use of Type I and Type II barricades will not be permitted. Type III
barricades shall meet the minimum. requirements of the MUTeD and shall be reflectorized
as required in Subsection 150.01.C.
(2) APPLICATION: Type III barricades shall be placed as required by the plans, the
Standards, and as directed by the Engineer.
e. WARNING LIGHTS:
(1) DESIGN: All warning lights shall meet the requiremen~ of the MUTCp.
(2) APPLICATION:
(a) Type A low-intensity flashing lights sh8J.l 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. .
-rc- /5
I
I.'
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
(b) Type C Steady-Bum lights shall be used on all tapers when the condition exisU into
the night. Steady-bum lights shall also be used as shown in the Plans, the Standards, and
as directed by the Engineer.
f.PORTABLE BARRIERS:
(1) DESIGN: Portable Barriers shall meet the requirements of Section 622 - PRECAST
CONCRETE BARRIER.
(2) APPLICATION: Portable Barriers shall be placed as required by the plans. standards, and
as directed by the Engineer. When Portable Barrier is located 20 feet or less from a travel .
lane, yellow reflectors shall be fixed to the top of the barrier at intervals not greater than 50
feet and shall be mounted approximately two inches above the barrier. The reflectors shall
be either 10" x 10" square Type V (or equal) reflective sheeting mounted on flat-sheet panels,
or 8" diameter center-mounted sealed prismatic reflex reflectors housed in an aluminum
backing with a single grommeted hole.
Approach end of Portable Barrier shall be flared or protected by an impact attenuatar (crash
cushion) or other approved treatment in accordance with Georgia Standard 4960,
Construction Details 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., precast concrete barrier shall be used as
a separator.
B. TEMPORARY SAND LOADED ATTENUATOR MODULES
L DESCRIPTION: This work consists of the furnishing, installation, maintenance, relocation, reuse
as required, and removal of Temporary Sand Loaded Attenuator Modules for traffic impact
attenuators. .
2. MATERIALS: Materials used in the Attenuator shall meet the requirements of Subsection 648.02
for Type 2 Sand Loaded Modules - Cylindrical Drums or Type 2-A Sand Loaded Modules -
Stabilizer Drums with Wine Glass shaped Inner Containers.
3. CONSTRUCTION: Temporary Sand Loaded Attenuator Module installation shall conform to the
requirements of Subsection 648.03, Manufacturer's recommendations, and Georgia Standard
4960 and shall be installed at locations designated by the Engineer.
C. PORTABLE IMPACT ATI'ENUATORS:
L DESCRIPl'ION: This work consists of the furnishing (including spare parts), installation,
maintenance, relocation, reuse as required, and removal of Portable Impact Attenuators.
2. MATERIALS: Materials used in the Attenuator shall meet the requirements of Section 650 for
Type A Portable Impact Attenuators.
3. CONSTRUCTION: Portable Impact Attenuator installation shall confoni:l to the requirements of '
Subsection 650.03, Manufacturer's recommendations, and Georgia Standard 4960 and shall be
installed at locations designated by the Engineer, and/or shown on the plans.
D. TEMPORARY GUARDRAIL ANCHORAGE - Type 11:
1. DESCRIPTION: This work consists of the furnishing, instaliation, maintenance and removal of
Temporary Guardrail Anchorage - Type 11 used for Portable Barrier or temporary guardrail end
treatment.
TC-/~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
2. MATERIALS: Materials used in the Temporary Guardrail Anchorage - Type 11 shall meet the
requirements of Subsection 641.02 of the Standard Specifications and current Georgia Standards
and may be new or used. Materials salvaged from the Project which meet the requirements of
Standards may be utilized if available. The use. of any salvaged materials will require prior
approval ofthe Engineer.
3. CONSTRUCTION: Installation of the Temporary Guardrail Anchorage - Type 11 shall conform
to the requiremen~ of the Plans, current Georgia Standards and Subsection 641.03 of the
Standard Specifications. Installation shall also include sufficient additional guardrail and
appurtenances to effect the transition.and connection to Temporary Concrete Barrier as required
by the details in Georgia Standard 4960.
150.06 EXCAVATION ADJACENT TO A TRAVEL LANE: Construction work involving trenching acljacent
to a travel way shall not begin until the Contractor is able to continuously place the required typical
section to within two inches of the existing pavement elevation, or heal the remaining difference in
elevation to the traveled way as shown in DetailI50-E.
Channelization devices and placement during the construction period shall conform to the requirements
of Subsection 150.05 and Details 150-B, 150-C, 150-D, and 150-E shown herein.
In addition to the signs specified in Section 150 and the MUTCD, a W-20 sign with the legend "(LEFT)
(RIGHT) LANE NARROWS" with two flags shall be kept just off the paving edge and 500 feet upstream
of the point where channelization devices are erected on the pavmgedge.
A STONE BASES, SOIL AGGREGATE BASES, AND SOIL BASES: Drop-offs ,in elevation of more than
two inches between surfaces carrying, oracljacent to, traffic will not be allowed for more than 24
hours. However, where the Contractor haS demonstrated the ability to continuously excavate and
backfill in a proficient manner, a single length of excavated area not to exceed 1000 feet may be left
open as a start up area for periods not to exceed 48 hours,
B. ASPHALT BASES/BINDERS: Drop-offs in elevation of more than two inches between surfaces
carrying or adjacent to traffic will not be allowed for more than 48 hours.
C. PORTLAND CEMENT CONCRETE AND CEMENT STABILIZED BASES: Construction work
acljacent to the traveled way which involves these types of bases shall be healed within 48 hours after
the curing period is complete for each section placed. During the placement period, traffic control
devices will be in accordance with Subsection 150.05 and Detail 150-B.
D. MISCELLANEOUS EXCAVATIONS OR DROP-OFFS ADJACENT TO TRA VELWAY: Work such as
drainage strnc;tures, utility facilities, or any other work which results in a drop-off adjacent to the
travelway shall be performed expeditiously so as to minimize the exposure to the hazard. A1:, soon as
practical, the excavation shall 'be backfilled to the minimum requiremen~ of Detail150-E. In no case
will the drop-offbe allowed to exist more than five calendar days. This may require stage construction,
such as plating and backfilling the incomplete work.
7C- /7
I
I.
I"
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
NOTE. Drums reQUIred for thIs
locatlon,spaced at 50 F'T. Intervals.
If the traveled way wrdtl'l
Is reduced to less thon
10 feet by the use of drums.
vertIcal panel a shall be used
In Ueu of drums. .
LocatIon of drums when
drop-off exceeds ~ Inches.
----------\
----~~-----_.!\
1(
i NEW CONSTRUCTION +
TRAVEL LANE
~
DROP-OFF GREATER THAN 4 ~CHES
DETAIL 150-8
Drums spaced at
SO feet Intervals.
Location of drums when
drop-off Is 2+ Inches to
4C InChes. ,
-_:..~------\
------------\
1(
i
NEW CONSTRUCTION
+
TRAVEL LANE
~
DROP-OFF OF 2+ INCHES TO 4 INCHES
DET AIL 150-C
-rc -- /6
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
Orums spaced ot
100 feet Int.rvals.
Locotlan of dr~s when
drop.off Is Z Inches or less.
c
t
. NEW CONSTRUCTION
+
TRAVEL LANE
~
. DROP-OFF OF 2 INCHES OR LESS
DETAIL 150-0
Locotlon of drums Immedlotely
after completIon of healed section.
spoced ot 50 ft. Intervals.
Com~acted oraded .
aooreoate, 5ubba.se
materIal or dlrt.
TOP OF DRU~ TO BE LEVEL
2 ft. +/-
----------~.
------~--~-\
NO STEEPER THAN 4:1
...c
11(
it
NEW CONSTRUCTION
+
~
TRAVEL LANE
HEALED SECTION
DET AIL 150-E
Tc-/1
1
I,
I
I
1
1
1
I
I
I
I
I
I
I
I
1
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
150.07 FLAGGING AND PILOT CARS:
A. Flaggers shall be provided as required to hanclle traffic, as,speci.fied in the Plans or Special Provisions,
and as required by the Engineer. .
B. All flaggers shall meet the requirements of the MUTCD and must have received training and a
certificate upon completion of the training from a Department approved training program. Failure
to provide certified flaggers as required above shall be reason for the Engineer suspending work
involving the flagger(s) until the Contractor provides the certified flagger(s). .
C. Flaggers shall wear high-visibility clothing in compliance with the MUTeD and shall use a Stop/Slow
padclle meeting the requirements of the MUTCD for controlling traffic. The Stop/Slow paddles shall
have a shaft length of seven (7) feet minimum. In addition to the Stop/Slow paddle, a flagger may use
a 24 inches square red/orange flag as an additional device to attract attention. For night work, the
vest shall have reflectorized stripes on froX?-t and badt.
D. Pilot vehicles shall be provided if specified in the Plans or Specifications and meet the requirements
of the MUTCD.
E. Signs for flagger traffic control shall be placed in advance of the flagging operation in accordance with
the MUTeD. In addition to the signs required by the MUTeD, 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.
150.08 ENFORCEMENT: The safe passage of pedestrians and traffic through and around the temporary
traffic control zone, while m;n;mi7.ing 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 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.
-rc- z 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF
TRAFFIC CONTROL INSTALLATION AND/OR MAINTENANCE
ORIGINAL TOTAL CONTRACT AMOUNT
From More Than To and Inc1udine- Daily Chare-e
$0 $100,000 $100
100,000 1,000,000 250
1,000.000 5,000 000 500
5,000,000 20,000.000 750
20,000,000 40,000,000 1,000
40,000,000 - 1,500
150.09 MEASUREMENT:
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 Oess
previous payments), not to exceed one hundred (100) percent and subject to normal retainage.
When no payment item for Traffic Control-Lump Sum is shpwn in the Proposal, all of the
requirements of Section 150 and the Traffic Control Plan shall be in full force and effect, The cost of
complying with these requirements will not be paid for separately, but shall be included in the overall
bid submittal.
B. 'SIGNS: When shown as apay 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. I
-rc-Z;
I
I.
I,
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
C. PRECAST MEDIAN BARRIER: Precast Median Barrier will be measured as specified in Section 622.
D. CHANGEABLE MESSAGE SIGN, PORTABLE: Changeable Message Sign, Portable will be measured
as specified in Section 632.
E. TEMPORARY GUARDRAIL ANCHORAGE, Type 11: Temporary Guardrail Anchorage. Type 11 will
be measured by each assembly, complete in place and accepted according to the details shown in the
plans, which shall also include the additional guardrail and appurtenances necessary for transition
and connection to Temporary Concrete Barrier. Payment shall include all necessary materials,
equipment, labor, site preparation, maintenance and removal.
F. TRAFF1C SIGNAL INSTALLATION - TEMPORARY: Traffic Signal Installation - Temporary will be
measur~d as specified in Section 647.
. . L
G. FLASHING BEACON ASSEMBLY: Flashing Beacon Assemblies will be measured as spemiedin
Section 647.
H. TEMPORARY, SAND LOADED ATrENUATOR MODULES: Each Sand Loaded Attenuator Module
of the type specified includes all material components, hardware, incidentals, labor, site preparation
and maintenance. Each module will be measured for payment by the drum only once regardless of the
number oflocations installed. Modules to replace those damaged or destroyed by traffic impact will
also be measured by the unit for payment. Upon completion of the project, the modules shall be,
removed and retained by the Contractor.
1. PORTABLE IMPACT ATTENUATORS: Each Portable Impact Attenuator will be measured by the
unit which shall include all material components, hardware, incidentals, labor, site preparation, and
mamtenance, including spare parts recommended by the manufacture for repairing minor accident
damage. Each unit will be measured only once regardless of the numberoflocations installed, moves
required, or number of repairs necessary because of traffic damage. Upon comp1etion of the project,
the units shall be removed and retained by the Contractor.
J. PAVEMENT MARKINGS: Pavement markings will be measured as specified in Section 150.
.
150.10 PAYMENT:
When shown in the SchedUle ofItems in the Proposal, the following items will be paid for separately.
Item No. 150. Traffic Control. . . . . . , . . . . ; . . . . . . . . . . . . , . . , . . . . . . . . . . . . . . . . . . . . . . . . .Lump Sum
Item No. 150. Traffic Control, Solid Traffic Stripe _ Inch, (Color) ,............ per Linear Mile
Item No. 150. Traffic Control, Skip Traffic Stripe_ Inch, (Color) ,............. per Linear Mile
Item No. 150. Traffic Control, Solid Traffic Stripe,
Thermoplastic Inch, (Color) .........................,. per Linear Mile
.Item No. 150. Traffic Control, Skip Traffic Stripe,
Thermoplastic Inch, (Color) ......... .'................. per Linear Mile
Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors. . . . . . : . . . . . . . . .. p~r Each
"
Item No. 150. Traffic Control, Raised Pavement Markers'. MI Types. . . . . . . . . . . . . . . . . .. per Each
Item No. 150. Interim Ground Mounted Special Guide Signs. . . . . . . . . . . . . . . . . . . ~ perSquare Foot
Item No. 150. Interim Overhead Special Guide Signs. . . . . . . . . . . . . . . . . . . . . . . . .. per Square Foot
-r{;Z z.
DEPARTMENT OF TRANSPORTATION.
STATE OF GEORGIA
Remove & Reset Existing Special Guide Signs,
Ground Mount, Complete in Place. . . :. . . . . . . . ,. . . . .. . . . . . .. .. . . . .. per Each
Remove & Reset, Existing Special Guide Signs,
Overhead, Complete in Place ..................................... Per Each
Traffic Control, Temporary Sand Loaded Attenuator Modules ............ per Each
Traffic Control, Portable Impact Attenuator . . . . . . . . . . . . . . . . , . . . . . . . . . .. Per Each
Traffic Control, Pavement Markers, Words and Symbols ......... .. per Square Foot
Traffic Control, Pavement Arrow (Painted) With Raised Reflectors ........ per Each
Modify Special Guide Sign, Ground Mount. . . . . . . . . " . . . . . . . . , . " per Square Foot
Modify Special Guide Sign, Overhead. . . . .. . . . . . . . . . .. . . .. . . . . .. per Squani Foot
Precast Concrete Median Barrier .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . per Linear Foot
Changeable Message Sign, Portable .............,...;................ per Each
Temporary Guardrail Anchorage, Type il ............................. per Each
Traffic Signal Installation, Temp. . . . . . .. .... . . .... . " .. . . . .. . . . . .. . : Lump Sum.
Flashing Beacon Assembly, Structure Mounted. . . . . . . . . . . . . . . . . . . . . . . " per Each
Flashing Beacon Assembly, Cable Supported. . ~ . . . . . . . . . . . . . . . . . . . . . . .. per Each
.."" .,.
-rC-Z3
I
I
I
CONTRACT ID
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
DATE: 07/14/04
PAGE: 1
SPECIAL PROVISIONS
C36673-04-000-0
2.220 MILES ON GRADING, DRAINAGE, BASE, AND PLANT MIX
RESURFACING ON CR 27 (NEELY ROAD) BEGINNING AT HORSESHOE
CIRCLE AND ENDING AT WAYNESBORO ROAD.
I -------------------------------------------------------------------------------
S.P. CODE SPECIAL PROVISIONS DESCRIPTION
-------------------------------------------------------------------------------
107-1-01-SP
08-1-01-SP
109-1-02-SP
152 -1-01- SP
28-1-01-SP
100-1-01-SP
i02-1-01-SP
02-1-01-SP
19-1-01-SP
328-1-01-SP
183-1-01-SP
99-0-00-
I
I
I
I
I
I
I
I
I
I
I
LEGAL REGULATIONS AND RESPONSIBILITIES TO THE PUBLIC
PROSECUTION AND PROGRESS
MEASUREMENT & PAYMENT
FIELD LABORATORY BUILDING (OFF/SYSTEM 400/402)
GRADING (MODIFIED) INCLUDING HAUL
ASPHALTIC CONCRETE (OFF SYSTEM - 400/402)
RECYCLED ASPH CONCRETE (OFF SYSTEM -, 400/402)
AGGR FOR ASPH CONC (Off System 400/402)
FIBER, STAB ADDITIVES (Off System 400/402)
HOT MIX ASPH CONC MIXTURES (Off System 400/402)
MINERAL FILLER (Off System 400/402)
PLANS ( :3 )
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
Date: September 24, 2002
First Use Date 2001 Specifications: November I, 2002
l>EPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
(For State Aid Contracts Only)
Section 107-Lega, Regulations and Responsibility to the PUblic
Delete Subsection J07.23.A and substitute thelollowing:
107.23 Environmental COnsiderations
All (?nvirotunental considerations and clearances'shaIl be the responsibility of the County or muhicipality to meet, including
the requirements of Section 404 of the Clean Water Act (33 USC 1344),
After July I, 1991, State funded projects must comply with the requirements of Chapter 16 of TitIe Ii of the Official Code of
Georgia Annotated, the Georgia EnVironmental Policy.Act (GEPA), of 1991. In compliance with GEPA, those projects for
which Federal funding is sought, and NEP A compliance is accomplished, are exempt from the requirements of GEP A
GEP A requires that environmental documentation be ~mpIished for County or City projects if more than 50 petcent of the
total project cost is funded by a grant of a State Agency or a grant of more that $250,000,00 is made by the State Agelicy to
the municipality or County. The "responsibIeoffi~ial of the government agency s~ determine if a propOsed governmental
action is a proposed governmental action which may significantly adversely affect the quality of the environment." .
A. The Following Projects Would Not SignificantJy Adversely Affect The Qtaa.Ifty OfTbe Environment:
Non-land disturbing activities and minor land disturbing activities that would not be anticipated to significantly. affect the
quality of the environment jnclude the following list These types of projects fund.ed With state money would not be
subject'to envirownental assessment of any kind, Hearing procedures outline in GEPA Would not be applicable.
1. Minor roadway and non-historic bridge projects.
a. Modernization of an existing highway by resurfacing, J;'estoration, rehabilitation, adding shoulders, widening a
single lane or less in eacb direction and the addition of a median within preViously, djst~ exis,ting rjght~of-
way,
b. Adding auxiliary Janes for localized purposes (weaving, climbing, speed changes, etc.) and correction
substandard curves and intersections within previously disturbed existing right-or~way.
...... .
c. Non-historic bridge replacement projects in existing alignment with no detour bridge.
2. Lighting, signing, pavement marking, signalization, freeway surveillance and control systems, and railroad
protective devices.
3. Safety projects such as grooving, glared screen, safety barriers, energy attenuators, median barriers, etc.
4. Highway landscaping and IlUldscaping modification, rest area projects and truck weigh stations within previously
disturbed existing right-of-way,
5. Construction of bus shelters and bays within existing right-of-way,
6, Temporary replacement of a highway facility that is commenced immedia~ly after the occurrence of a natural
disaster of catastrophic failure to restore the highway for the health, welfare, and safety of the public.
Office of State Aid
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Sect/on 107-Legal RegulatIons and Responsibility to the Public
B. Tbe FoDowing PtoJects May Not Significantly Adversely Alreet Tbe QuaUty Of The Environment:
For projects that will cause land disturbance and for which there is no anticipation that the project may significantly
adversely affect the quality of the environment, certain studies will be undertaken. These studies would serve to
document whether or not the County or municipality should anticipate that a project might significantly adversely affect
the quality of the environment. Documentation of the studies will be accomplished through the USe of the "GEP A
Investigation Studies" checklist .
The types of projects that would fall under the category, would include:
I. Bridge replacement projects on new location or with a detour bridge, where there are no significant adverse impacts
to historic or archaeological resources, no involvement with Federally listed threatened and endangered species and
no significant adverse impact to wetlands. .
2, Passing lanes, median additions and widening projects, where there are no significant adverse impacts to historic or
archaeological resources, no involvement with Federally listed threatened and endangered species and no significant
adverse impact to wetlands.
3. Safety and intersection improvements where there are no significant adverse impacts to historic,or archaeological
resources, no involvement with Federally listed threatened and endangered species and no significant adverse impact
to wetlands.
4, Rest area projects and truck weigh stations with no purchase of additional right~f.way.
5. New location projects where there are no significant adverse impacts to historic or archaeological resources, no
involvement with Federally listed threatened and endangered species and no significant.adverSe impact to wetlands.
If studies' demonstrate that the project will nOt significantly adversely affect the quality of the environmen~ project files
will be documented. If studies demonstrate that the project may significantly adversely affect the quality of the
environment, development of an environmental effects report (EER) wiD be undertaken along with full GEP A
compliance.
C. Tbe Fonowing Projects May Slgnlflcantly Adversely Affect Tbe Quality Of The Environment:
This category of projects may include major widening and new location projects. If such projects result in a significaDt
adverse effect, an ERR shall be prepared.
D. EER Procedure:
GEP A calls for consideration of the "cumuIati ve effect of the proposed goverrunent actions on' the environment.. . ..if a
series of Proposed government actions are related either geographically or as logical parts in a chain of contemplated
actions." Therefore, EER's for sections of roadways to be widened or built as new location facilities will include aU
projects that are connected geographically or as logical parts in a chain of con~mplated actions.
i, During preparation of an environmental effect report, the County or Municipality will consult with arid solicit
comments from agencies that have jurisdiction by law, special expertise, or other interest with respect to
environmental impacts.
2. In compliance with GEPA the following shall be contained in the ERR, at a minimum:
a. Cover sheet;
b. Executive summary;
c. Alternatives, including the no-build;
d. Relevant environmental setting; Geology, soils, water supply and wetlands, floral fauna, archaeology/history,
economic environment, energy, cultural resources;
e, The environmental impact of the proposed action of the relevant setting and mitigation measures proposed to
avoid or minimize adverse impact;
f. Unavoidable adverse environmental effects;
g. Value of short-term uses of the environment and maintenance and enhancement of its long-terin value;
h. Beneficial aspects, both long term, and short term and its economic advantages and disadvantages;
i. Comments of agencies which have jurisdiction by law, special expertise, or other interest with respect.to any
environmental impact or resource;
Office of State Aid
Page 2
I
I
SectIon 107-Lega' Regulations and Responslbllfty to the Public
3. At least 45 days prior to making a decision as to whether to proceed with the undertaking, publish in the "legal
organ of each County in which the proposed governmental action or any part thereof is to occur, notice that an
environmental effects report has been prepared".
4, The County or Municipality shall send a copy of the EER and all other comments to the Director. BPD,
5. The County or municipality shall make the document available to the public,and agencies, upon request.
6, A public hearing will be held in each affected county if at least 100 residents of the State of Georgia request on
within 30 days of publication in the legal organ of an affected County. The responsible official or his designee may
hold a public hearing if less than 100 requests are received. (rhe county or municipality is not relieved of other State
legal requirements of public hearings, however.)
7, Following the public notice period and/or public hearing, a summary of the document, comments received and
recommendation as to whether to proceed with the action as originally prepared, to proceed with changes, or not to
proceed will be prepared (Notice of Decision).
8, This decision document, when signed by the responsible official, will be sent to the director, EPD, and an
abbreviated notice of the decision will be publis'hed in the legal organ of each County in which the proposed
governmental action or any part thereof is to occur.
9. A copy of the decision document, the EER and public hearing comments (if any) will be sent to the Department Of
Transportation, Office of Environment and Location and The Department of NattIral Resources, Environmental
Protection Division for their files.
I
I
I
I
I
I
I
Department Of TransportatJon
Office or Environment And Location
3933 A ~tion CIrcle
AtlaQta, Georgia 30336
I
I
Department or Natural Resources
Environmental Protection Dlvislon
205 Butler Street, Se
Suite 1152
Atlllllta, Georgia 30334
Any mitigation measures identified in the EER will be incorporated into the final project plans.
I
I
I
I
I
I
I
I
Office of State Aid
Page 3
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
, Date: May 29. 2001
First Use Dale 2001 Specifications: November 1. 2002
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA.
SPECIAL PROVISION
Section 10S-Prosecutlon and Progress
Retain Subsection 108.03 except as modified below:
For this Project, the Progress Schedule required by Subsection 108.03 need not be submitted,.
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
Date: July 3, 2001
First Use Date 2001 Specifications: November 1,2002
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 109-Measurement & Payment
, (City ICounty Contracts)
Delete the first sentence of Subsection l09.07.A, paragraph one, and substitute the
' following:
A. General: Oil the tenth day of each calendar month, the total value of Items complete in place will be
estimated by the Engineer and certified for payment.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
Date: August 8, 2002
First Use Date 2001 Specifications: November 1,2002
DE~ARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SectIon 152-Field Laboratory Building
Delete Subsection 152,1.02.B am! substitute the following;
B. Referenced Documents
GDT 38
GDT 83
NFPA-IOA
Delete Subsection 152.3.05.D.5.e throuth h.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
, July 23, 2002
Date: September 24, 2002
First Use Date 2001 Specifications: November 1, 2002
DEPARTMENT OF TRANSPORTATION
STA TE OF GEORGIA
SPECIAL PROVISION
~
(For State Aid Contracts Only)
Section 228-Grading (Modified) Including Haul
Add thefollowing: ,
228.1 General Description
Grading (Modified) Including Haul consists of the following:
· 'Excavation of all materials of whatever nature including borrow if required, to alignment, grade
and typical cross-sections shown on the plans or as directed by the Engineer
· All necessary hauling, fonnation of embankments, shoulder construction, sub grade construction,
ditch excavation, finishing and dressing, replacement of unsuitable material removed from the
subgrade, and disposal of any unsuitable or surplus material.
· Removal and disposal of miscellaneous roadway items including, but not limited to, curbs,
drainage structures and pavements, unless established as separate contract items.
· All necessary clearing and grubbing in accordance with Section 201 and Section 202, required to
complete the work unless these items have been established as pay items in the contract.
228.1.01 Definitions
General Provisions 101 through 150.
228.1.02 Related .References
A. Stmidard Specifications
. , Section 109
Section 201
Section 202
Section 205
Section 206
Section 207
Section 208
Section 209
B. Referenced Documents
General Provisions 101 through 150.
Office of State Aid Page 1
I
I
I
I
I'
1
I
I
I
I
I
I
I
I
I
I
I
I
I
Grading (Modified) Including Haul
228.1.03 Submittals
General Provisions 101 through 150.
228.2 Materials
Use all suitable material excavated, including that taken from trenches, roadway ditches and slopes, in
fonning embankments as far as practicable.
Use surplus or unsuitable materials in flattening slopes of embankments, backfilJing washes or ditches, or ,
wasted back of the construction lines as directed.
228.2.01 Delivery, Sto-rage, and Handling
General Provisions 101 through 150.
228.3 Construction Requirements
.228.3.01 Personnel
General Provisions 101 through 150.
, 228.3.02 Equipment
Use construction equipment approved by the Engineer that will not damage base, pavement or other
appUrtenances to be retained.
228.3.03 Preparation
General Provisions 101 through 150.
228.3.04 Fabrication
General Provisions 101 through 150.
228.3.05 Construction
Perfonn the work according to the appropriate portions of Sections 201,202,205, 206, 207,208, and 209
of the Specifications.
A. Clearing and Grubbing
Perfo~ clearing and grubbing well in advance of eXcavation and embankment construction.
B. General Requirements
1. Cross Section
As a minimum requjrern~nt, grade the roadway according to the specified typical sections.
2. Slopes, Ditches, Shoulders,
Perfonn excavation so that front slopes, ditches and shoulders are neatly trimmed to the lines given.
Additional shoulder width will be permitted when ~xtra width shoulders are ready in place and fit
the existing roadbed provided the finished shoulders present a reasonably uniform appearance.
Office of State Aid Page 2
I
I
I
I
I,
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
Grading (Modified) Including Haul
3. Shaping and Dressing
After all excavation and formation of embankments and shoulders has been substantially completed,
properly shape, finish, and dress the roadway in reasonably close confOrmity to the lines and grades
given.
4. Compaction
Construct aU embankments in 8 inch (200 rom) layers and the full width of the cross section.
Compact in according to Section 208 of the Specifications.
c. Placing Base Material
Prior to placing any base material, the finish the subgrade according to Subsection 209.3.05 of the
Specifications.
228.3.06 Quality Assurance .
General Provisions 101 through 150.
228;3.07 Contractor Warranty and MaJntenance
General Provisions 101 through 150.,
228.4 Measurement
Grading Modified Including Haul is measured in Linear Miles (kilometers) along the centerline of the road
or the median, iocluding ramps, When shown on the Plans. Surplus material. may be disposed of beyond the
end of the Project, but the distance (miles or kilometers) measured for payment will not extend beyond the
established termini.
228A.01 Limits
General Provisions 101 through 150.
228.5 Payment
The item of Grading (Modified) Including Haul is paid for at the Contract Unit Price Per Linear Mile
(kilometer) complete, in place, and accepted. Payment is fulI compensation for clearing and gtubbing inside
. the construction limits when: this item is not shown as a separate itemln the Contract, for all excavation to
the Iypical section required or as modified herein, fomiotion of embankments, construction of shoulders,
backing out subgmdes for pavemenl, flushing fill slopes and ramps, filling washe., wasting surplus or
unsuitable material, fmi.hing and dressing, cleaning of .ide ditches, all hauling of excavation, and any
, incidentals necessary to complete the Item. . .
No separate payment be made for finishing and dressing, Include the cost of necessary finishing and
dressing to comply with the.e Speci fications in the Contract UnIt Price of Grading (Modified) Including
Ha~. .
, Pa ent will be made under:
tern No. 228 adin modified, includin haul
228.5.01 Adjustments
General Provisions 101 through 150.
Office of State Aid Page 3
I
I
I
I
I,
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
Date: August 8, 2002
Revised September 4, 2003
First Use Date 2~OI Specifications: November 1,2002
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
OFF SYSTEM USE ONLY
Section 400-HotMix Asphaltic Concrete Construction
Delete Subsection 400.2 and substitute thelollowing:
400.2 Materials
Ensure that materials comply with the specifications listed in Table 1.
Table 1-Material$ SpecIfications
Material Subsection
Asphalt Cemen~ Grade Spec/fied ~
Coarse Aggregates for ASphaltic Concrete , 802.2.02
Fine Aggregates for ASphaltlc Concrete 802.2.01
Heat Stable Anti-Stripping Additive 831.2.Q4
Hydrated Ume ~82.2.0~
Silicone Fluid $31.2,05
'BitumInous Tack. Coat PG 58-22, PG 6+22, PG 67-22 820.2
Hot Mix Asphaltic Concrete Mixtures m
,Delete Subsection 400.3. 02. B. 5.
Delete Subsection 400.3.02.B.8,
Delete Subsection 400.3. 02.C5.
Delete Subsection 400.3.03.A.3 Table 2 and Substitute the following;
Table 2-Applic8tfon Rates for Bltumfnous Tack, gallyd2 (UmZ)
MinImum Maximum
All Mixes. 0.04 (0.180) O.06{0.270)
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.On thin leveling courses and freshly plaCed asphaltic concrete mixes. reduce the application rate to 0.02 to
0,04 gaVycP (0.09 to 0.18 Um1),
Delete Subsection 400.3.03.B.4 and Substitute thefollowing:
4, Use leveling course mixtures that meet the requirements of the job mix formulas defined in:
· Subsection 400.3.05.A. "Observe Conmosition of Mixtures"
'. Section 828
Delete'Subsection 400.3.03.B.5 and Substitute thefollowing;
5. lfthe leveling and patching mix type is undesignated, determine the mix type by the thickness or spread rate
according to Table 3.
. Table 3-Levellng and Patching Mix Types
ThIckness Rate of Sprelid , , Type of Mix
Up to 0.7510 (19 mm) Up to 85 Ibslyd2 (45 kg/m2) 4.75 mm Mix or 9.5 mm
Superpave (Level A)
0.75,to 1.5/n (19 to 38 mm) 85 to 165Ib~dZ(45 to 90 kg/m2) 9.5 mm Superpave (Level B)
1.5 to 2 In (38 to, 50 mm) 165 to 220 Ibslyd2(90 to 120 kg/m2) 12.5 mm Superpave.
2 to 31n (50 to 75 mm) 220 to 330 IbslycF (120 to 180 kg/mZ) 19 mm Superpave ·
Over 3 In (75 mm) Over 330 IbslycP (180 kglrrr) 25 mm Su~rpave
· Those mixtures may be used for isolated patches no more than 6 in. (l SO mm) deep and no more than 4 ft.
(1.2 m) in diameter or length.
Delete Subsection 400.3. 05.D. 1.
Delete SubseCtion 400. 3. 05.D.3.
Delete Subsection 400.3.05.E and Substitute thefol/owing:
E. Observe Weather Limitations
Do not mix and place asphaltic concrete if the existing surface is wet or frozen. Follow the temperature gwdeIines in the
following table: ....
, Table 4-Llft Thickness Table
Lift ThIckness MInImum Temperature
1 In (25 mm) or less 55 OF (13 'C)
1.1 to 2 In (26 mm to 50 mm) 45 OF (8 DC)
2.1 to 3 in (51 mm to 75 mm) . 35 OF (2 DC)
3.1 to 4 in (76 mm to 100 mm) 30 OF (0 DC)
4.1 to 8 In (101 mm to 200 mm) Contractor's dIscretion
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
Delete Subsection 400.3.05.F.l and Substitute the following:
1. Determine the course' s maximum cOIIlpacted layer thickness by the type mix being used according tq Table 5.
Tabre 5-Maxrmum Layer Thickness
"
Mix Type MInimum Layer MaxImum layer MaxImum Total
ThIckness Thickness , Thickness
25 mm Superpave 3 In (75 mm) 5 In (125 mm) * -
19 mm Superpave 1 3/4 In (44 mm) 31n (75 mm) * -
12.5 mm Superpave 1 3/8 In '(35 mm) 2 1/2 In (62/l.1m)* 8 In (200 min)
9.5 mm Superpave 3/4 In (19 mm) 2 In (50 mm) 4 in (100 mm)
level A)
9.5 mm Superpave levels 7/8 In.(22 mm) 2 In (50 mm) 41n (100 mm)
8, C, or 0)
4.75 mm Mix 3/410 (19) mm) 11/810(30 mm) 2 In (50 mm)
* AI/ow up to 6 in (150 mm) per 11ft on trench widening. Place 9.5 mm Superpave and 12.5 mm Superpave up to 4 In
(100 mm) thIck for driveway and sIde road franslUon. , ,
Delete Subsection 400.3.05,H3.
Delete Subsection 400.3, 06.A. 1 and Substitute thefollowing:
1. Determine Lot Amount
A lot consists oftbetons (megagrams) of asphaltic concrete produced and placed each production day. If this
production is less than 500 tons (500 Mg), or its square yard (meter) equivalent, production may be incorporated
into the next working day. The Engineer may terminate a lot when a pay adjustment is imminent if a plant or
materials adjustment resulting in a probable correction has been made. Terminate all open lo~ at the end of the
month, except for materials produced and placed during the adjustment period.
If the final day's production does not constitute a lot, the produCtion may be included in the lot for the previous
day's run; or, the Engineer may treat the production as a separate lot with a corresponding lower number of tests.
-.
Delete Subsection 400.3.06.A.2 and Substitute thefollowing:
2. Determine Lot Acceptance .
If the Engineer determines that the material is not acceptable to leave in place~ the ~rials shall be removed and
replaced at the Contractor's expense.
Delete Subsection 400.3.06.A.3.b.3).(g) and Substitute thefol/owing:
(g) Add the following infonnation on load tickets from which a sample or temperature check is t3.ken:
I
I
I
I
· Mixture temperature
· Signature of the QCT person perfonning the testing
Delete the text-box note under Table 6 in Subsection 400.3.06,A.3.h.4).a).
I
Delete Subsection 400.3.06.A.3.b.4).b) and Substitute thefol/owing:
I
I
b) Quality Assurance Sampling and Testing
(1) Randomly take a minimum of two' quality assurance samples from the lesser of five days or five lots of
production regardless of mix type or n~er of projects. , '
(2) Compare test deviation from job mix formula to Mixture Control Tolerances in Section 828. IfresuIts are
outside these tolerances, another sample from the respeCtive mix may be taken.
NOTE: For leveling courses less than 110 Ib/ydJ (60 kg/roJ) that have quality assurance test
results outside the Mixture Control Tolerances of Section 828. use the Department's test results
o~v. ,
I
I
I
I
If test results of the additional sample are not within Mixture Control Tol~ces, the Department will take the
following action:
· Take random samples from throughout the lot as in Subsection 400.3.06.A. I .b.3 and use these test results
for acceptance and iD calculations for the monthly plant mting, .
· Determine if the Contractor's quality control prOgram is satisfactory and require prompt corrective action
by the Contractor if specification requirements are not being met.
· Determine if thQ QCT has not followed Departmental procedures or has provided erroneous information.
'. Take samples of any in-place mixture represented by una,cceptabIe QCT tests and use the additional sample
results for acceptance and in calculations for the monthly plant mting and apply applicable pay factors.
I
Delete Subsection 400.3.06.B and Substitute the following:
I
B. Compaction
Determine the miKture COmpaction using either ODT 39 or GDT 59. The compaction is accepted in lots defined in
Subsection 400.03.06.A Of AcCCtltance PlanS" and is within the same lot boundaries as the mixture acceptance.
I, Calculate Pavement Mean Air Voids
The Departnulnt will calculate the pavement air voids placed within each lot as follows:
a. Average the results of 5 tests run on randomly selected sites in that lor
b. Select the random sites using OPT 7~.
Density tests are not required for asphaltic concrete placed at 90ibslyd2 (50 kg/mI) or leSs, 4.75 mm mix. Compact
these courses to the Engineer's satisfaction.
The maximum Pavement Mean Air Voids for all Superpave mixtures shall be 8.3 percent Th~ adjustment period
for density shall be three lots or three production days, whichever is less, in order for the contractor to ensure
maximum compactive effort has been achieved which will yield no more than 83 percent Mean Air Voids. If the
contractor needs to adjust the mixture to improve density results, a change in the job mix formula may be requested
for approval during the adjustment period so long as the following values arc not exceeded:
· Coarse control sieve :t: 4%
· No.8 (2.36 mm) sieve :f: 2%
· No. 200 (75 fl1D) sieve :f: 1 %
· Asphalt Content :f: 0,2%
I
I
I
I
I
I
I
I
I
I
I-
I
1
I
I
I
I
I
I
I
I
I
1
I
1
· AU value changes must still be within specification limits
If the Office of Materials and Research is satisfied that the Contractor has exerted the maximum compactive effort
and is not able to maintain Pavement Mean Air Voids at no more than 8.3% after the adjustment peroid, the
Engineer may establish a maximwn target for Pavement Mean Air Voids.
If the pavement mean air voids within a Lot exceeds 8.3% (or 100% of the maximum target air voids, ifestablished)
is not maintained, the Engineer may stop the paving operation until appropropriate steps are taken by the Contractor
to correct the problem Upon approval of the Engineer, the paving operation may be restarted but will be limited to
a 1000 ft (300 m) test section to verify that the corrective action taken will result in satisfactory density. Continued
operation may not be permitted if the pavement mean air voids fail to meet the specified density requirements.
2. Obtain .uniform Compaction
For a Lot to be accepted for compaction, the air void range cannot exceed 4% for new construction or 5% for
reswfacing projects. The range is the difference between the highest and lowest acceptance test results within,the
affected lot
Delete Subsection 400.3.06. C and Substitute the following;
C. Surface Tolerance
In this Specification, pavement courses to be overlaid with a friction course are considered surface courses. Other asphalt
paving is subject to straightedge and visual inspection and Irregularity correction as shown below;
1. Visual and Straightedge Inspection
Paving is subject to visual and straightedge inspection during and after construction operations' until Final
Acceptance. Locate surfac~ irregQ1arities as follows; ,
a. Keep a 10ft (3 m) straightedge near the paving operation to measure swface irregularities on courses. Provide
the straightedge and the lahor for its use.
b. Inspect the base, intermediate, and surface course surfaces with the straightedge to detect irregularities,
c. Correct irregularities that exceed 3/16 in. 'in 10ft (5 mm in 3 m) for base and intermediate courses, and 118 in.
in 10ft (3 mm in 3 m) for surface courses. .
Mixture or operating techniques will be stopped if irregularities such as rippling, tearing, or pulling occur and the
Engineer suspects a continuing equipment problem. Stop the paving operation and correct the problem.
Delete Subsection 400.3.06.D and Substitute the/allowing;
D. Reevaluation of Lots
Reevaluation of Lots and acceptance will be based on Department evaluations. The Department will be reimbursed by
the Contractor for all costs of these evaluations.
Delete Subsection 400.4.A.2.b and Substitute thefoNowing:
b. Ensure that the corrected surface course complies With Subsection 400.3.06.C.l. "Visual and Straililitedge
Inspection." The mixture required to correct a deficient area is paid for at the Contract Unit Price of the courso being
corrected.
The quantity of the additional mixture shall not exceed the required calculated quantity used toincrcase the average
thickness of the overlaid section to the maximum tolerance allowed under the following table.
Table 11-Thicknes,s and Spread Rate Tolerance at Any Given Location
Course Thickness Specified Spread Rate Specified
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Asphaltic concrete base course :t 0.5 In (:13 mm) +40 Ibs, -50 Ibs (+20 kg, -30 kg)
Intermediate and/or wearing COurse :i: 0,25 In (:t 6 mm) +20 /bs, -251bs (+10 kg, -15 kg)
Overall of any combination of 1 and 2 :I: 0.5 In (:13 mm) +40 /bs, -50 100 (+20 kg. -30 kg)
NOTE 1: Thickness and spread rate tolerances are provided to allow nonnal varlatlons within a given
lot. 00 not continuously operate at a thlcknes. or spread rate not specified.
When the Plans specify a thickness, the Engineer may take as many cores as necessarylo determine the average
thickness of the intermediate or surface Course. The Engineer shall take a minimum of one core per 1,000 it (300 m)
per two lanes of roadway. Thickness will be determined by average measurements of each core according to GDT
42.
If the average exceeds the tolerances specified in the Subsection 40Q,4 .A.2. b. Table 11. "Thickness and Spread Rate
Tolerance Ilt Anv Given Location", additional co~ will be taken to determine the area of excess thickness and
excess tonnage wiII not be paid for.
Delete Subsection 400.5 and Substitute the following:
400.5.Payment
Hot mix asphaltic concrete of the various types are paid for at the Contract Unit Price per ton (megagram) or per square yard
(meter), Payment is fun compensation for furnishing and placing materials 'including asphalt cement, hydrated lime when
required, approved additives, and for cleaning and repairing, preparing surfaces, hauling, mixing, spreading, rolling, and
performing other operations to complete the Contract Item.
Payment will be made under: ,
Item No. 400 Asphaltic concrete ~ Superpave, arouD-b1end, inclUding polymer-mOdIfled Per ton (megagram)
bItuminous materials and hydrated lime
Item No. 400 Asphaltic concrete ~ Superpave, grouo-blend. includIng bituminous materials Per ton (megagram)
and hydrated lime
Item No, 400 Asphattlc concrete ~ Supe,pave, arouD-bJell<j, Including bitumInous materials, Per ton (megagram)
GI/sonlte modifier, and hydrated lime
,tem No. 400 - inches asphaltJc conCl'9te, ~ Superpave, arouo-b1end, InclUding Per square yard (meter)
bitumInous materials, Gl/sonlte modifier, and hydrated lime
,tem No. 400 Asphaltic concrete m Stone Matrix Asphaft, tlrouo-blen<1, including polymer- Per ton (megagram)
modified bitumInous materials and hydrated lime
Item No. 400 Asphaltic concrete ~ OGFC, Q!Q!m.l only, Including bituminous materials and Per ton (megagram)
hydrated lime -.
Item No. 400 Asphaltic concrete ~ OGFC, or2!.m.2 only, including polymer-modified Per ton (megagram)
bituminous materials and hydrated lime
Item No. 400 Asphaltic concrete~ Porous European MIx, RmWJ..2 only, Including polymer- , Per ton (megagram)
modified bituminous materials and hydrated lime
400.5.01 Adjustments
A. Materials Produced and Placed DurJng the Adjustment Period
(This Subsection is Deleted.)
B. Determine Lot Acceptance
The control sieves used in the mixture acceptance for the various types of mix are indicated below:
Control Sieves Used In the Mixture Acceptance Schedule
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Control Sieves Used In the Mixture Acceptance Schedule ,.1
Asphaltic concrete 25 mm Superpave 11210., No.8 (12.5 mm, 2.36 mm) sieves and asphalt cement
Asphaltic concrete 19 mm Superpave 3/8 In., No. 8 (9.5 mm, 2.36 mm) sieves and asphalt cement
Asphaltic concrete 12.5 mm Superpave 318 In., No.8 (9;5 mm, 2.36 mm) sieves and asphalt cement
Asphaltic Concrete 9.5 mm Superpave No.4, No.8 (4.75 mm, 2.36,mm) sieves and asphalt cement
Asphaltic concrete 4.75 mm Mix No.8 (2.36 mm) sieve and asphalt cement
The Department will perform the following tasks:
I. Determine the mean of the deviations from the job mix formula per lest results per lot.
2. Determine this mean by averaging the actual numeric value of the individual deviations from the job mix formula;
disregard whether the deviations are positive or negative amounts.
C. Calculate Pavement Mean AirVofds
The Department will detennine the percent of maximwn air voids for each lot by dividing the pavement mean air voids
by the maximum pavement mean air voids acceptable.
D. Asph~tic Concrete For Temporary Detours .
Hot mix. asphaltic concrete placed on temporary detours that wiU not remain: in place as part of the permanent pavement
does not require hydrated lime. Hot mix used for thiS pwpose is paid for at an adjusted Contract Price.
, .
Where the Contract Price of the asphaltic concrettl for permanent pavement is let by the ton (megagram), the Contract
Price for the asphaltic concrete placed on teinporary detours ~ adjusted by subtracting $0.75Iton (SO.8S/rug) ofmix used.
' Where the Contract price of the mix in the permanent pavement is based on the square yard (meter), obtain the adjusted
price for the same mix Used on the temporary detour by subtractiJ:tg $0.04/yd2 .($0.05/ nf) per ] -in (25-mm) plan depth.
Further price adjustments required in Subsection 400.3.06. "OuaIiW Acceptance." are based on the appropriate adjusted
Contract Price for mix used in tbe'temporary detour work.
I
I
I
I
I
I
1
I
I
I
1
I
I
I
I
I
I
I
I
Dale: November 4, 2003
FIrst Use Date: February I, 2004
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 40O-Hot Mix Asphaltic Concrete Construction
Delete Subsection 400.2.01.A3 aTUi substitute the following:
3. Insulate the sides and front end of the bed with an insulating material confortning to the following requirements:
· Consists of builders insulating board o~ equivalent
· Has a minimum "R" value of 4.0
· Can withstand approximately 400 "F (200 oc) temperatures
Install the insulating material so it is protected from loss and contamination.
A "Heal Dump Body" may be used in lieu of insulation of the bed. "Heat Dump Body" refen to any approved
transport vehicle that is capable of di vetting engine e~aust and transmitting heat evenly lhroughout the dump body
to keep asphalt at required temperature. Mark the "Heat Dump Body" clearly with "OPEN" and ''CLOSE'' position
at the exhaust divector. Install a padlock and lock it in the "OPEN" position when the "Heat Dump Body" is used to
transport bituminous mixtures.
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Date: August 8, 2002
First Use Date 2001 Specifications: November 1,2002
. DEPARTMEN'l' OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 402-Hot Mix Recycled Asphaltic Concrete
Delete Subsection 402.2.A and substitute thefollowing:
A. RAP Material Composition
Use RAP materials from any of the following:
· Existing roadway
· Contractor's RAP stockpile that has been approved by the Department
· Pepartment stockpile
NOTE: The location of Department RAP material stockpiles wiD be given OD the Plans.
1, RAP Percentage
Limit the percentage of RAP allowed in recycled mixes so that the OVel'alJ amount of alluvial ~vei does not exceed .
5 percent of the total mix. The percentage of alluvial gravel, local sand, lInd Group I material in the RAP wiU be
determined through petrographic analysis or available records.
RAP furnished to the Contractor but not used in the work remains the Contractor's property.
RAP used in the recycled mixtures for mainline or ramps (if applicable) may make up from 0 to 40 percent of the
mixture depending on the amount of RAP available, the production facilities, and whether the mixture meets the
requirements in Section 828.
The ri1ax.imum ratio of RAP material to the recycled mixture is 40 percent for continuous mix type pIants'and 25
' petcent for batch type plants.
2. Process RAP Material
Process RAP material to be used in the recycled mixture so that 100 percent will pass the 2 in (50 mm) sieve.
Additional crushing and sizing may be required if the RAP aggregate exceeds the maximum sieve size for the mix
type as shown in Section 82~. Obtain representative ma~rials from the R,? stockpile for the mix design.
Delete Subsection 402.2.F and substitute the following;
F; Recycled Mixture
The recycled mixtufe shall be a homogenous mixture of RAP or RAS material, virgin aggregate, hydrated lime, and neat
asphalt cement Further, ensure that the mixture is appropriately treated with an approved anti-stripping agerit, either a
heat stable anti-striping additive or hydrated lime,
Anti-stripping agent can be chosen at the Contrac'tor's discretion except where Doted in the Pay Item Designation. Ensure
that the mixture conforms to an approved mixture design outlined in Section 82&. Where hydrated lime is used, it shall
be added at a rate of 1.0 percent of the virgin aggregate portion plus 0.5 percent of the aggregate in the RAP portion of
the mixture. Where heat stable anit-strip additive is used, it shall be added at a mte of 0.5 percent of the neat asphalt
cement ad~ to the mixture, '
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Date: November 15,2002
First Use Date 2001 Specifications: November 1,2002
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 40~-Hot Mix Recycled Asphaltic Concrete
Delete the payment table under Subsection 402.5 and Substitute the following:
Payment will be made under:
Item No. 402 Recycled asphaltic concrete ~ superpave, group-blend, InCludIng bituminous Per ton (megagram)
materials
Item No. 402 Recycled asphaltic concrete ~ ~perpave, group.blend, Including bituminous Per ton (megagram)
materfals and hydrated lime
Item No. 402 ' "
Recycled asphaltic concrete ~ superpave. group-blend, Including polymer- Per ton (megagram)
modified bituminous materials and hydrated Ume
Item No. 402 ' In (mm) recycled asphaltic concrete ~ superpave, group-blend, Per square yard (meter)
Including bituminous materials
Item No. 402 In (mm) recycled asphaltic concrete ~ SUperpave, group-blend, Per square yard (meter)
IncludIng bitumInous materials and hydrated lime
Item No. 402 In (mm) recycled asphaltic concrete ~ superpave, 9roup-bl~nd, Per square yard (meter)
including polymer-modifled bituminous materials and hydrated lime
Item No. 402 Recycled asphaltic concrete patching IncludIng bituminous materials Per ton (megagram)
Item No. 402 Recycled asphaltic concrete patching lndudlng bitUmInous, materials and . Per ton (megagram)
hydrated lime
Item No. 402 Recycled asphaltic .concrete leveling Includlng bitumInous matenals Per ton' (megagram)
Item No. 402 Recycled asphaltic concrete leveling Including bituminous materials and Per ton (megagram)
hydrated lime
I
I
I
I
I
I
I
I
I
I~
I
I
I
!
I
,
I,
i
I
i
i
I
I
Date: August 8, 2002
First Use Date 2001 Specifications: November 1, 2002
DEPARTMENT OF TRANSPORTA nON
STATE OF GEORGIA
SPECIAL PROVISION
, .
Section 802-Aggregates for Asphalflc Concrete
Delete Subsection 802.2.01.A.5.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Date August 8, 2002
First Use Date 2001 Specifications: November 1,2002
. GEORGIA DEPARTMENT OF TRANSPORTA TION
STATE OF GEORGIA
SPECIAL PROVISION
Section 819-Flber, Stabilizing Additives
Delete Section 819:
-
Page 1
I
I
I
I
I
I
I
I
I
I
I
I
I
,
Date: August 8, 2002
First Use Date 2001 Specifications: November 1,2002
DEPARTMENT OF TRANSPORTATION
'STATE OF GEORGIA
SPECIAL PROVISION
Section 828-Hot Mix Asphaltic Concrete Mixtures
Delete Subsection 828.1 and Substitute thefollowing;
828.1 General Description
This specification includes the requirements for hot mix asphaltic concrete mixtures, including:
· Superpave asphaltic concrete mixtures
· Fine-graded mixtures
828.1.01 Deflnltfons
Nominal Maximum Sieve 'Size: One standllfd sieve size larger than tho first sieve to retain more than ten percent '
Delete Subsection 828.2.C.l.b and Substitute thefollowing;
b. Design mixtures which meet the following criteria for l'1Jtting where tested using GDT 1l~:
· Mix Design Level A - 0.3 in (7 mm) maximum
· Mix Design Level B - 0.25 in (6 mm) maximum
· Mix Design Level C & D - 0.2 in. (S nun) maximum
Mixtures designed prior to July I, 2001 which do not exceed 0.2 in (5 nun) rutting when tested at 120 "F (49 DC)
using s;;nT 115 may be acceptable. .
Tests will not be required for mixtures designed exclusively for trench widening for the 4.75 mm mix.
Delete Subsection 828.2.01.
Delete Subsection 828.2.02.
I
I
I
I
I
I
I
I
I
I
1
I
I
Date: August 8, 2002
FIrst Use Date 2001 Specifications: November 1,2002
DEPARTMENT OF TRANSPORTA TION
STATE OF GEORGIA
SPECIAL PROVISION
Section 883-Mineral Filler
Delete Section 883.
I
I
~
I
,~
I
~I
I
,.
I
J:
(J)
c
3:
3:
):II
:0
-<
(J)
x
m
m
-of
o
o
c:
z
~
. .
::JJ
o
:x:
~
o
z
c
"
:c
o
c..
m
o
-f
Z
o
..
"
:c
o
o
<<?
en
o
o
0)
6
o
(0
~
0)
o
~
)>
c:
C>
c:
en
~
1 1 1:-" ~
z
m
m
!<
:0
~
o
o
:0 Z
I\) ~
.:::! ==
m
:r
o
:0
(J)
m
en
:r
o
m
o ."
- :D
:0 0
P ==
m
a :E
~ )>
r- -<
.. z
m
(J)
CD
o
:0
o
:0 -f
o 0
)>
o
-
/I,)
j..) !" r-
/I,) I\) C)
== I\) -f
3: :r
:E:D
-c
~==
w :r-<
~
~~
co
Q) ~~
c::!
:E"tI
-<
~==
I\) :I:-f
I I I I I~ I
-i
:r
m
z
c
~
OJ
m
JJ
$
o
Z
-i
:r
en
r-
en
-i
en
::r
o
C
r-
o
()
o
JJ
JJ
m
en
"tl
o
Z
o
:E
=i
:r
-i
:r
m
z
c
s::
OJ
m
:D
o
"T1
-i
:r
m
en
-i
JJ
m
!!j
o
Z
-i
:I:
m
s:
)>
:-0
I
1-3
~i
"..q
~J
~!
~
Z
C)
~
~
~
>
r:Jj
t.!j
~
r:Jj
~
(")
t.!j
C/)
tr:l
(j
::2
o
~
'I
."
.~
;i
N
;,1
~
~
n
~
z
9
~
~
g
~
=
=
b
=
~
...
~
n
j
;
o
~
...
...
,-
~
*~
o
~
z
;I;
...
...
,-
~
...
N
"
~
~
=
2'-0'
en
=:l
o
?
l:l
~
~
...,
o
=
~
~
n
t""
~
f'.l
N "'"
;.:.;.=. CIJ
o = t""
<:. 0
M (II "tl
~ ~ ~
(II n
::j ~
;j
o
t"'
@E)
~ ~
C') l"l
~ ~
~ S
l:l l:l
> ~
2 ~
~ l"l
C') 0
> z
~ E
tl:I a
~ 51
~ en
l"l ~
~ ~
> z
~ 0
C') ~.
; ~
~.
N
@
N
N
=
t"'
~
~
--
en
~
~
~
~
~
l:l
~
en
....
~
t""
~
>
......
g
en
~
...
l"l
~
en
M
a
o
z
~
~
~ ~
t"' ...,
i 9
N
'"
z
o
~
~
~
t"'
o
~
2
,
~
r'"
Q
~
~
Z
to:'l
n
;
~
~
~~
~
~
o
~
o
~
~
~
...,
~
d
~
g
en
~f
~~
Oen
~~
~~
~j
...C')
~~
'Po
l:l~
~~
~~
~>
'PC')
~~
~
~
~
tl:I
to:'l
~
~
t::1
...
Z
>
n
l"l
o
~
~
n
~
8j
~t"'
o 0
~~
~2
~~
ij
;j ~
~ en
~~
~ ~
~~
o~
Eao
o z
zen
n ~
~M
~6
t"" ~
~~
f'.l~
Z
:.l
i
z
~
~
~
2
en
~
t:rJ
a
o
z
o
"'l
~
l"l
t::1 l"l ..., ~
to:'loof;j
~~j~
~as~
~~~;j
o'g ~ ~
"'l en ..., ...,
~ 8 ~ ~
~~i~
~ l"l ~ en
~@~~~
~ ti; ~
~ tl:I ~ g
~~~
~ t:rJ rIi
(:j ~ "ll
~g~
~ en l"l
.on::;
~E 0 >
s ~
F 0
::j n Z
~ :-' 2
o ~ n
'oj 0
..., Z
~ ::3 en
l"l t'i ;g
o ~ Q
!i ~ z
:J ~ C')
~ ~ g
>~en
..., ~ ~
Z.o 0
o ~ ~
n n
~ ..;
~ t::1 ti1
~ ~ t"'
~ Z !
Q t::1
tl:I
~
...
en
o
'oj
~
~
~
'oj
~
j
tl:I
>
en
M
(")
o
~
~
~
s
~
tl:I
t:rJ
N
tN
;J
1,,<,
. ~~\""~ ~} -I' .jl" ".
'7"'''' .> 4
B"OW~5 ~
. \. \.
,.:~J::" .~. \:.
,..;(-?,:: :" q' ~
'10
...
.'-
sr1J~, 15'1
,
<II
; i
~
,.' "'. .~:" ~
/ "'i \
COfJnt
'.. ChI
.....
.........
11
1
)
,. ',,-
-..;'~~:..~;.
I
+
PI1{}db - S~~6:1Jb( 9~)
R ,cAmlJt)J CotJ,,-Y
I
I
I
1/
I
(
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
Section 167 -- Water Quality ~onitoring
Page 1 of 4
Date: August 26, 2002
First Use Date 2001 Specifications: November 1,2002
Revised: January 16,2003
Revised: August 1,2003
Revised April 1,2004
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 167-Water Quality Monitoring
Add the following:
167.1 General Description
This Specification establishes the Contractor's responsibility to meet the requirements of the National Pollutant Discharge
Elimination System (NPDES) Infrastructure Pennit No. GAR 100002 as it pertains to Part IV, Erosion, Sedimentation and
Pollution Control Plan.
167.1.01 Definitions
Qualified Personnel- Qualified personnel are defmed as persons who have successfully completed the Department's WECS
Certification Course and maintain a current WECS certification card.
167.1.02 Related References
A. Standard Specifications
Section 161-Control of Soil Erosion and Sedimentation
B. Referenced Documents
NPDES Infrastructure Pennit No. GAR 100002, Part IV
WECS Certification Course
Environmental Protection Divisions Rules and Regulations (Chapter 391-3-26)
OCGA 12-7
167.1.03 Submittals
General Provisions 101 through 150
167.2 Materials
General Provisions 101 through 150,
167.2.01 Delivery, Storage, and Handling
General Provisions 101 through 150.
167.3 Construction Requirements
167.3.01 Personnel
Use qualified personnel to perform all monitoring, sampling, inspections, and rainfall data collection.
Use the Contractor designated WECS or select a prequalified consultant from the Qualified Consultant List (QCL) to perform
water quality monitoring.
Ensure that monitoring consultants' employees who perform monitoring, sampling, inspections, and rainfall data collection
are WECS Certified,
167.3.02 Equipment
Provide equipment necessary to complete the Work or as directed,
167.3.03 Preparation
General Provisions 101 through 150,
167.3.04 Fabrication
va-I
I 1 1 ("I '1"""" 1, 1
,..., ,..., r\ J~ "r\ A
II
r
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 167--Water Quality Monitoring
Page 2 of 4
General Provisions 101 through 150,
167.3.05 Construction
A. General
Perform inspections, rainfall data collection, testing of samples, and reporting the test results on the project according to
the requirements in Part IV of the NPDES Infrastructure permit and this Specification,
Take samples manually or with the use of automatic samplers, according to the permit. Analyze all according to the
permit, regardless of the method used to collect the samples,
If samples are analyzed in the field using portable turbidemeters, the monitoring results shall state that they are being
used and a digital readout ofNTUs is what is provided,
Submit bench sheets, work sheets, etc" when using pOltable turbidemeters. There are no exceptions to this requirement.
Perform required inspections and submit all reports required by this Specification within the time frames specified,
Failure to perform the inspections or submit the required reports within the time specified will result in the cessation of
all construction activities with the exception of traffic control and erosion control. Continued failure to perform
inspections or submit the required reports within the times specified will result in non-refundable deductions as specified
in Subsection 161.5.01.B,
B. Inspections
Have the Engineer inspect the installation and condition of each erosion control device required by the erosion control
plan within seven days after initial installation, Have this inspection performed for each stage of construction when new
devices are installed, Correct all deficiencies reported by the Engineer within two business days.
Ensure inspections are conducted by the WECS or qualified personnel on the areas and at the frequencies listed below,
Document all inspections on form DOT-EC-I.
1. Daily:
a, Petroleum product storage, usage and handling areas
b. All locations where vehicles enter/exit the site
2, Weekly and after Rainfall Events:
Conduct inspections on these areas every seven calendar days and within twenty-four hours after the end of a
rainfall event that is 0.5 in (13 mm) or greater:
a. Disturbed areas not permanently stabilized
b. Material storage areas
c, Structural control measures, Best Management Practices (BMPs)
d, Water quality monitoring locations and equipment
3, MontWy:
Once per month, inspect all areas where [mal stabilization has been completed, Look for evidence of sediments or
pollutants entering the drainage system and or receiving waters, Inspect all erosion control devices that remain in
place to verify the maintenance status and that the devices are functioning properly.
Continue these inspections until the Notice of Termination is submitted,
C. Reports:
1. Inspection Reports:
Summarize the results of inspections noted above in writing on form DOT-EC-l. Include the following
information:
. Date( s) of inspection
. Name of personnel making inspection
. Status of devices
. Observations
. Action taken
.. Signature of personnel making the inspection
. Any incidents of non-compliance
The EC-l 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
W~~2
I
Section 167--Water Quality Monitoring
Page 3 of 4
I
reports provided the inspection reports are satisfactory,
The Engineer will notify the WECS or qualified personnel of any additional items to be added to the inspection
report,
Correct any items listed in the inspection report that require routine maintenance or correction within twenty-four
hours of notification,
Assume responsibility for all costs associated with additional sampling as specified in Part ND,5,d,3,(c) and Part
IV,D,5,d.3,(d), of the NPDES GAR 100002 permit if either of these conditions arise:
. BMPs shown in the Plans are not properly installed and maintained, or
. BMPs designed by the Contractor are not properly designed, installed and maintained,
2, Monitoring Reports
a, Report Requirements
Include in all reports, the following certification statement, signed by the WECS or consultant providing
monitoring on the project:
"1 certify under penalty of law that this document and all attachments were prepared under my direct
supervision in accordance with a system designed to assure that qualified personnel properly gather and
evaluate the information submitted, Based on my inquiry of the person or persons who manage the system,
or those persons directly responsible for gathering the information, the information is, to the best of my
knowledge and belief, true, accurate and complete, 1 am aware that there are significant penalties for
submittingfalse information, including the possibility offine and imprisonment for knowing violations, "
When a rainfall event requires a sample to be taken, submit a report of the monitoring results to the Engineer
within seven working days of the date the sample was obtained, Include the following information:
1) Date of sampling
2) Rainfall amount on sample date (sample date only)
3) NTU of sample & analysis method
4) Location where sample was taken (station number, etc.)
5) Receiving water or outfall sample
6) Project number and county
7) Whether the sample was taken by automatic sampler or manually (grab sample)
b. Report Requirements with No Qualifying Rainfall Events
When no qualifying rainfall event occurs during item 1 or 2 (whichever comes rust): Submit a report that states
"No qualifying rainfall event occurred and no samples were taken."
1) Clearing and Grubbing is complete and 90 days have passed without a qualifying rainfall event occurring
in the drainage area selected as the representative sampling location,
2) Clearing and Grubbing is complete and the mass grading has been completed without a qualifying rainfall
event occurring in the drainage area selected as the representative sampling location,
Submit this summary to the Engineer within 7 working days after the mass grading is complete or within
97 days of the completion of clearing and grubbing (whichever applies),
c. Test Results
Provide monitoring test results to the Engineer within 48 hours of the samples being analyzed. This notification
may be verbal or written, This notification does not replace the monitoring summary,
3, Rainfall Data Reports
Record the measurement ofrairifall 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.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
h/4J-3
I 1rl
~ _1 .. .._ __: _: _ _. _1_1. _lrl_~_ 1 1:"71_-4--_1
"7 /':1 (\ /'1 (\(\ A
I
I
I
I
I
I
I
I
I
Section 167--Water Quality Monitoring
Page 4 0 f 4
167.4 Measurement
The work required in the Inspection and Report sub-sections will be measured for payment.
When the monitoring location is a receiving water, the upstream and downstream samples constitute one sample,
When the monitoring location is an outfall, a single outfall sample constitutes one sample,
167.4.01 Limits
General Provisions 101 through 150. Submit the report to the Engineer within 7 working days
167.5 Payment
Payment for Water Quality Monitoring and Sampling will be made as follows:
Water Quality Monitoring and Sampling per each is full compensation for meeting the requirements of the monitoring
sections of the NPDES permit and this Specification, obtaining samples, analyzing samples, any and all necessary
incidentals, and providing results of turbidity tests to the Engineer, within the time frame required by the NPDES
Infrastructure permit, and this Specification.
This item is based on the rainfall events that require sampling as described in Part IV,D,5 of the permit.
The Department will not pay for samples taken and analyzed for rainfall events that are not qualifying events as compared to
the daily rainfall data supplied by the WECS,
Water Quality Inspections per month is full compensation for perfonning the requirements of the inspection section of the
NPDES permit and this Specification, any and all necessary incidentals, and providing results of inspections to the Engineer,
within the time frame required by the NPDES Infrastructure permit, and this Specification.
Water Quality inspections will be paid for per month,
Payment will be made under:
Item No. 167
Per month
I Water Quality Monitoring and Sampling will be paid per each,
I
I
I
I
I
I
I
I
I
Payment will be made under:
Item No. 167
167.5.01 Adjustments
General Provisions 101 through 150.
Per each
WQ-1
,,",1, LL .. ___/~1.____.,.__J...Jr/_.___;_l ___..;_;~__/_1-.~1+/__1t:;"7l-.~~1
7 nJ' /') ()(),1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page lof3
, '." .:; ,,~"-;--' ':::-.{':\ " ,
~:~;.;~~ ~~::~ GieiXllli@ O@) lQ)lSlJ>>~ rrftml1IlSlJDt]: €Of Tr.rn on~porrtation
Kooping GoorgiD on tho ~1ovo "
All consultants prequalified in
9.02 Rainfall and Runoff Reporting
Company Address City, State ZIP Phone
1885 Lawrenceville- Lawrenceville, GA (770) 682-
Acer Environmental. Inc. Suwanee Rd.
Suite 150 30043 1861
Advanced Environmental 208 North Magnolia Street Albany, GA 31707 (229) 430-
Technologies, LLC 9120
Advanced Monitoring Consultants, 3797 Lindley Circle Powder Springs, GA (770) 943-
Inc. 30127 3437
ASA Engineering & Surveying, Inc. P.O. Box 430 Valdosta, GA 31602 (229) 244-
0596
ATC Group Services d/b/a ATC 1300 Williams Drive Marietta, GA 30066 (770) 427-
Associates, Inc. Suite A 9456
Ayres Associates 225 Peachtree St., N.E. Atlanta, GA 30303 (404) 658-
Suite l400 South Towers 9320
Beck, Taylor, & Beshara, Inc. P.O. Box 639 Braselton, GA 30517 (706) 654-
3683
Brewer & Dudley, LLC 107 Davis Street Monroe, GA 30655 (770) 267-
4703
CCR Environmental. Inc. 3783 Presidential Parkway Atlanta, GA 30340 (770) 458-
Suite 123 7943
Clean Water Consultants. Inc. 955 Honeysuckle Trail Winder, GA 30680 (770) 868-
30C Business Center Drive 1371
Columbia Engineering 4405 International Blvd Norcross, GA 30093 (770) 925-
Suite B-lOl 0357
. . , 105 Park 42 Drive Locust Grove, GA (770) 9l4-
ConstructIOn Matenals ServIces, Inc. Suite A 30248-2545 l744
Contour Engineering, LLC 975 Cobb Place Blvd. Kennesaw, GA 30144 (770) 794-
Suite 308 0266
Corporate Environmental Risk 2115 Monroe Drive Atlanta, GA 30324 (678) 999-
Management, LLC Suite 110 0173
Earth Tech l455 Old Alabama Road Roswell, GA 30076- (770) 990-
Suite 170 2129 1400
Engineering Consulting Services, 1800 Sandy Plains Pkwy Marietta, GA 30066 (770) 59q-
LTD Suite 208 1971
Erosion and Sediment Control l160 East Wesley Chapel Byron, GA 31008 (478) 825-
Specialists, Inc. Road 544l
Wt2 c- /
http://www.dot.state.ga.us/dotJpreconstruction/consultantdesignlbyclass/I902.htm 7/30/2004
I Page 20f3
I Erosion Control Services, Inc. 2040 Williamson Road Griffin, GA 30224 (770) 228-
8887
I Erosion Management Contractors, 632 Carter Street Ashburn, GA 31714 (229) 567-
Inc. 4268
Gaskins Surveying Company, Inc, 1266 Powder Springs Rd. Marietta, GA 30064 (770) 424-
I 7168
Geo- H ydro Engineers 1000 Cobb Place Blvd Kennesaw, GA 30144 (770) 426-
Suite 290 7100
I Geotechnical & Environmental 502l Mercer University Macon, GA 31210- (478) 757-
Drive
Consultants (GEC) Suite D2 5691 1606
I Golder Associates, Inc. 3730 Chamblee Tucker Road Atlanta, GA 3034l (770) 496-
1893
I Greenhorne & O'Mara, Inc. 2211 Newmarket Parkway Marietta, GA 30067 (770) 988-
Suite 104 9555
1. B. Trimble, Inc. 6445 Powers Ferry Road Atlanta, GA 30339- (770) 952-
I Suite 100 2933 1022
John A. McGilL P.c. 934 Shields Pond Road Thomson, GA 30824 (706) 453-
1913
I Jordan, Jones & Goulding, Inc. 6801 Governors Lake Pkwy. Norcross, GA 3007l (678) 333-
0422
I KCI Technologies, Inc. 6525 The Comers Pkwy Norcross, GA 30092 (678) 533-
Suite 400 4430
Kisinger Campo & Associates, 1720 Peachtree Street, NW (404) 607-
Atlanta, GA 30309
I Com:. Suite 1048 1676
MACTEC Engineering and 3200 Town Point Drive Kennesaw, GA 30144 (770) 42l-
Consulting. Inc. Suite 100 3344
I Moreland Altobelli Associates, Inc. 2211 Beaver Ruin Road Norcross, GA 30071 (770) 263-
Suite 190 5945
NOV A Engineering and 3640 Kennesaw North (770) 425-
I Industrial Parkway Kennesaw, GA 30144
Environmental, Inc. Suite E 0777
PBS&J, Inc. 5665 New Northside Drive Atlanta, GA 30328 (770) 933-
I Suite 400 0280
(404) 255-
Peoples & Quigley, Inc. 6059 Boylston Drive Atlanta, GA 30328 2650
I Piedmont Geotechnical Consultants, P.O.Box 1997 Roswell, GA 30077 (770) 752-
Inc. 9205
I Precision Planning, Inc. 400 Pike Blvd. Lawrenceville, GA (770) 962-
30046-2210 8000
Professional Engineering 12600 Deerfield Parkway Alpharetta, GA 30004 (678) 566-
I Consultants, Inc. Suite 100 3578
95 Chastain Road (770) 424-
Professional Service Industries, Inc. Suite 301 Kennesaw, GA 30144 6200
I QORE Property Sciences ll420 Johns Creek Parkway Duluth, GA 30097 (770) 476-
3555
I title-/!-
http://www.dot.state.ga.us/ dotJpreconstruction/ consultantdesignfbyclass/I902 .htm 7/30/2004
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rakestraw & Associates, Inc.
Rindt McDuff Associates, Inc.
Rochester & Associates, Inc.
Rosser Civil Engineering (Division
Of Rosser IntI. Inc.)
S&ME, Inc.
Southern Engineering Consultants,
LLC
Southern Manor Landscaping
Statewide Engineering, Inc,
Terracon. Inc.
The TBE Group, Inc.
Travis Pruitt & Associates, Inc.
URS Corporation
Whitaker Laborato~
Wilbur Smith Associates, Inc.
83 Ty Ty Omega Road
334 Cherokee Street
425 Oak Street, NW
524 West Peachtree Street,
NW
5555 Oakbrook Parkway
Suite 460
1011 East Hill Avenue
Suite B
230 Patton Road
220 South Gaskin Avenue
P.O. Box 971
2855 Premiere Parkway
Suite C
6649 Peachtree Industrial
Blvd..
Suite J
4317 Park Drive
Suite 400
1000 Abernathy Road, NE
400 Northpark Town Center
Suite 900
2500 Tremont Rd.
2920 Brandywine Rd.
Suite 220
Williams. Sweitzer and Barnum, Inc. 2232 Redmond Circle
Willmer Engineering, Inc.
Wright Padgett Christo12her. Inc.
(WPC, Inc.)
3772 Pleasantdale Rd
Suite 165
5205 Waters Avenue
Page 30f3
Tifton, GA 31793 (229) 382-
0009
Marietta, GA 30060 (770) 427-
8123
Gainesville, GA 30501 (770) 718-
0600
Atlanta, GA 30308- (404) 876-
3512 3800
Norcross, GA 30093 (770) 209-
9550
Valdosta, GA 3160 1 (229) 253-
0900
Griffin, GA 30224 (770) 228-
6353
Douglas, GA 31534 (912) 384-
7723
Duluth, GA 30097 (770) 623-
0755
Norcross, GA 30092- (678) 421-
4302 0080
Norcross, GA 30093 (770) 4l6-
7511
Atlanta, GA 30328- (678) 808-
5606 8800
Savannah, GA 31405 (912) 234-
0696
Atlanta, GA 30341- (770) 936-
5539 8650
Rome, GA 30165-2087 ~~~~ 234-
(770) 939-
0089
Savannah, GA 31404 (9l2) 629-
4000
Atlanta, GA 30340
Data current as of 6/11/2004 12:23:24 PM
W()C-3
http://www.dot.state.ga.us/dotJpreconstruction/consultantdesignlbyclass/I902.htm
7/30/2004
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 10f3
~: . ..... ~""" . .-:..-:' :~
:"::"".r~~:~~.~ GilS@l)"@ Dan ~~B>>;a) lritlJ1ro~lI1ltt og Tran 1I1l51]llortation
KGOping Goorgi3 on tho t'lovo
I
All consultants prequalified in
9.02 Rainfall and Runoff Reporting
Company Address City, State ZIP Phone
1885 Lawrenceville- Lawrenceville, GA (770) 682-
Acer EnvironmentaL Inc. Suwanee Rd.
Suite 150 30043 1861
Advanced Environmental 208 North Magnolia Street Albany, GA 31707 (229) 430-
Technologies, LLC 9120
Advanced Monitoring Consultants, 3797 Lindley Circle Powder Springs, GA (770) 943-
Inc. 30127 3437
ASA Engineering & Surveying, Inc. P.O. Box 430 Valdosta, GA 31602 (229) 244-
0596
ATC Group Services d/b/a ATC 1300 Williams Drive Marietta, GA 30066 (770) 427-
Associates, Inc. Suite A 9456
A yres Associates 225 Peachtree St., N.E. Atlanta, GA 30303 (404) 658-
Suite 1400 South Towers 9320
Beck. Taylor, & Beshara, Inc. P.O. Box 639 Braselton, GA 30517 (706) 654-
3683
Brewer & Dudley, LLC 107 Davis Street Monroe, GA 30655 (770) 267-
4703
CCR EnvironmentaL Inc. 3783 Presidential Parkway Atlanta, GA 30340 (770) 458-
Suite 123 7943
Clean Water Consultants, Inc. 955 Honeysuckle Trail Winder, GA 30680 (770) 868-
30C Business Center Drive 1371
Columbia Engineering 4405 International Blvd Norcross, GA 30093 (770) 925-
Suite B-101 0357
. . . 105 Park 42 Drive Locust Grove, GA (770) 914-
ConstructlOn Matenals ServIces, Inc. Suite A 30248-2545 1744
Contour Engineering, LLC 975 Cobb Place Blvd. Kennesaw, GA 30144 (770) 794-
Suite 308 0266
Corporate Environmental Risk 2115 Monroe Drive Atlanta, GA 30324 (678) 999-
Management, LLC Suite 110 0173
Earth Tech 1455 Old Alabama Road Roswell, GA 30076- (770) 990:-
Suite 170 2129 1400
Engineering Consulting Services, 1800 Sandy Plains Pkwy Marietta, GA 30066 (770) 590-
LTD Suite 208 1971
Erosion and Sediment Control 1160 East Wesley Chapel Byron, GA 31008 (478) 825-
Specialists, Inc. Road 5441
W~c-~
http://www.dot.state.ga.us/dot/preconstruction/consultantdesign/byclass/I902.htm 7/30/2004
I Page 2 of3
I Erosion Control Services, Inc. 2040 Williamson Road Griffin, GA 30224 (770) 228-
8887
I Erosion Management Contractors, 632 Carter Street Ashburn, GA 31714 (229) 567-
Inc. 4268
Gaskins Surveying Company, Inc. 1266 Powder Springs Rd. Marietta, GA 30064 (770) 424-
I 7168
Geo-Hydro Engineers 1000 Cobb Place Blvd Kennesaw, GA 30144 (770) 426-
Suite 290 7100
I Geotechnical & Environmental 5021 Mercer University Macon, GA 31210- (478) 757-
Drive
Consultants (GEe) Suite D2 5691 . 1606
I Golder Associates, Inc. 3730 Chamblee Tucker Road Atlanta, GA 30341 (770) 496-
1893
I Greenhorne & O'Mara, Inc. 2211 Newmarket Parkway Marietta, GA 30067 (770) 988-
Suite 104 9555
1. B. Trimble, Inc. 6445 Powers Ferry Road Atlanta, GA 30339- (770) 952-
I Suite 100 2933 1022
John A. McGilL P.C. 934 Shields Pond Road Thomson, GA 30824 (706) 453-
1913
I Jordan, Jones & Goulding, Inc. 6801 Governors Lake Pkwy. Norcross, GA 30071 (678) 333-
0422
KCI Technologies, Inc. 6525 The Corners Pkwy Norcross, GA 30092 (678) 533-
I Suite 400 4430
Kisinger Campo & Associates, 1720 Peachtree Street, NW (404) 607-
Corp. Suite 1048 Atlanta, GA 30309 1676
I MACTEC Engineering and 3200 Town Point Drive Kennesaw, GA 30144 (770) 421-
Consulting, Inc. , Suite 100 3344
I Moreland Altobelli Associates, Inc. 2211 Beaver Ruin Road Norcross, GA 30071 (770) 263-
Suite 190 5945
NOV A Engineering and 3640 Kennesaw North (770) 425-
I Industrial Parkway Kennesaw, GA 30144
Environmental. Inc. Suite E 0777
PBS&J. Inc. 5665 New Northside Drive Atlanta, GA 30328 (770) 933-
I Suite 400 0280
(404) 255-
Peoples & Quigley, Inc. 6059 Boylston Drive Atlanta, GA 30328 2650
I ~edmont Geotechnical Consultants, P.O.Box 1997 Roswell, GA 30077 (770) 752-
~ 9205
I Precision Planning, Inc. 400 Pike Blvd. Lawrenceville, GA (770) 962-
30046-2210 8000
Professional Engineering 12600 Deerfield Parkway Alpharetta, GA 30004 (678) 566,-
I Consultants, Inc. Suite 100 3578
Professional Service Industries, Inc. 95 Chastain Road Kennesaw, GA 30144 (770) 424-
Suite 301 6200
I QORE Property Sciences 11420 Johns Creek Parkway Duluth, GA 30097 (770) 476-
3555
I hlQC-5
http://www.dot.state.ga.us/ dot/preconstruction/ consultantdesign/byclassII902.htm 7/30/2004
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rakestraw & Associates, Inc.
Rindt McDuff Associates, Inc.
Rochester & Associates, Inc.
Rosser Civil Engineering (Division
Of Rosser IntI. Inc.)
S&ME, Inc.
Southern Engineering Consultants,
LLC
Southern Manor Landscaping
Statewide Engineering, Inc.
Terracon, Inc.
The TBE Group, Inc.
Travis Pruitt & Associates, Inc.
"
URS Corporation
Whitaker Laboratory, Inc.
Wilbur Smith Associates, Inc.
83 Ty Ty Omega Road
334 Cherokee Street
425 Oak Street, NW
524 West Peachtree Street,
NW
5555 Oakbrook Parkway
Suite 460
1011 East Hill Avenue
Suite B
230 Patton Road
220 South Gaskin Avenue
P.O. Box 971
2855 Premiere Parkway
Suite C
6649 Peachtree Industrial
Blvd..
Suite J
4317 Park Drive
Suite 400
1000 Abernathy Road, NE
400 Northpark Town Center
Suite 900
2500 Tremont Rd.
2920 Brandywine Rd.
Suite 220
Williams, Sweitzer and Barnum, Inc. 2232 Redmond Circle
Willmer Engineering, Inc.
Wright Padgett Christopher, Inc.
(WPC, Inc.)
3772 Pleasantdale Rd
Suite 165
5205 Waters Avenue
Page 3 of3
Tifton, GA 31793 (229) 382-
0009
Marietta, GA 30060 (770) 427-
8123
Gainesville, GA 30501 (770) 718-
0600
Atlanta, GA 30308- (404) 876-
3512 3800
Norcross, GA 30093 (770) 209-
9550
Valdosta, GA 31601 (229) 253-
0900
Griffin, GA 30224 (770) 228-
6353
Douglas, GA 31534 (912) 384-
7723
Duluth, GA 30097 (770) 623-
0755
Norcross, GA 30092- (678) 421-
4302 0080
Norcross, GA 30093 (770) 416-
7511
Atlanta, GA 30328- (678) 808-
5606 8800
Savannah, GA 31405 (912) 234-
0696
Atlanta, GA 30341- (770) 936-
5539 8650
Rome, GA 30165-2087 ~~~~ 234-
(770) 939-
0089
Savannah, GA 31404 (912) 629-
4000
Atlanta, GA 30340
Data current as of 6/11/2004 12:23:24 PM
V@c~~
http://www.dot.state.ga.us/dot/preconstruction/consultantdesign/byclassII902.htm
7/30/2004
~)~ oao<?:;lS<] tda
~ )/ )'*.3
.-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,; 11- "/\1, ~r.i1.diIG..-r pnlA'l
,~ I,. t,. :, .., ~~ u ~'1j . ,
. :. ',,:] " J! il" '.~.
' : '1,,1 ,:..,~,ry? "", ;
. I :,.i~ ..~: 1.:.:~. ,I ".. . I.". :
' ,,[ ';.'.:0:1 :.r L; .
II I "~I
PI I . , ",
.,~~ ~L !r'if:;
I ~ I,t ~ ~, ~
/~ r ~ 1:! '! '~.r~lI
f' ~:, ", ,.' 'L:.\ ~ R
'I, lJ' "=e:.,,-", 0J
. "" i'" t~'~" ~J' " ..
.\ " r.:'~ ;- t. ,;:' ,
..,' f! ~I ~ ,,,:;, '
.;..~ ',,\':;n f.., ,
f 1" '" . 1.:1./'1 J.
~ d ~ " ,