HomeMy WebLinkAboutS.R.56 @ Phinizy Road Intersection Improvement
Augusta Richmond GA
DOCUMENT N~ME S ~ . 5G> ~Th\ n\-z-L\ ~aod
,:C n-\-eY"'Sec.-\-l on ~rnvyo Y-eYY'sif)\"-S
DOCUMENT TYPE: ~orr\-r-ac..t
YEAR:
I~ 10] <c-
BOX NUMBER: ~
FILE NUMBER: '13i 8' 0
NUMBER OF PAGES:
/2') ,
I
I
I '
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT DOCUMENTS
FOR
S.R. 56 @ PHINIZY ROAD'
Ir~TERSECTION IMPROVEMENTS
PROJECT NO. 55-8692-096
GA. D.O.T. PROJECT #: PRLOP-8530-53(245)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LIST OF PROJECT DOCUMENTS
S. R. 56 @ Phinizy Road Intersection Improvements
Project Number: 55-8p92-096
SECTION
PAGES
Instruction to Bidders
IB-l thru IB-3
Ge,orgia Prompt Pay Act
PPA-l
Minority and Economically
Disadvantaged Business Support
Special Conditions
ME-l
SP-l
A-l thru A-4
1 thru 33
SC-l thru SC-2
P-l thru P-3
G-l thru G-13
TC-l thru TC-23
CC-l thru CC-33
1 thru 6
Ag:reement
General Conditions
Supplementary Conditions
Proposal
General Notes
Traffic Control
County Contract Specs.
Plans
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-01
GENERAL
All proposals must be presented in a sealed envelope,
addressed to the Owner. The proposal must be filed with the
Owner on or before the time stated in the invitation for bids.
Mailed proposals will be treated in every respect as though
filed in person and will be subject to the same requirements.
Proposals received subsequent to the time 'stated will
be returned unopened. Prior to the time stated any proposal
may be withdrawn at the discretion of the bidder, but no
proposal may be withdrawn for a period of sixty (60) days after
bids have been opened, pending the execution of contract with
the successful bidder.
IB-02
EXAMINATION OF WORK
Each bidder shall, by careful examination, satisfy
himself as to the nature and location of the work, the
conformation of the ground, the character, quality and quantity
of t:ne 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 Director of Public Works, 1815 Marvin
Griffin Road, Augusta, Georgia 30906, and to be given
consideration must be received at least five 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 by certified mail with return receipt
requested to all prospective bidders (at the respective
addresses furnished for such purposes), not later than three
days lprior 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-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IB-04
PREPARATION OF BIDS
Bids shall be submitted on the forms provided and
must he 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 I' 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 (~otations on all items are not required, bidders shall
inser1: the words "no bid" where appropriate.
Alternative bids will not be considered unless
specifically called for.
Telegraphic bids will not be considered.
Modifications to bids already submitted will be allowed if
submi1:ted by telegraph prior to the time fixed in the
Invitation for Bids. Modifications shall be submitted as such,
and shall not reveal the total amount of either the original or
revised bids.
Bids by wholly owned proprietorships or partnerships
will be signed by all owners. Bids of corporations will be
signed by an officer of the firm and his signature attested by
the SE!Cretary thereof who will affix the corporate seal to the
propoHal.
NOTE: A 10% Bid Bond is required in all cases.
IB-OS BASIS OF AWARD
The bids will be compared on the basis of unit
pricef;, 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 dE~scribed 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 nClt guaranteed. It is the responsibility of the Contractor
to check all items of construction. In case of error in
extemdon of prices in a proposal, unit bid prices shall
govern.
IB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IB-06
BIDDER'S OUALIFICATIONS
No proposal will be received from any bidder unless
he can present satisfactory evidence that he is skilled in work
of a similar nature to that covered by 'the contract and has
sufficient assets to meet all obligations to be incurred in
carrying out the work. He shall submit with his proposal,
sealed in a separate envelope, a FINANCIAL EXPERIENCE AND
EQUIPMENT STATEMENT, giving reliable information as to working I
capital- available, plant equipment, and his experience and
general qualifications. The Owner may make such investigations
as arle deemed necessary to determine the ability of the bidder
to perform the work and the bidder shall furnish to him all
such additional information and data for this purpose as may be
requested. The Owner reserves the right to reject any bid if
the evidence submitted by the bidder or investigation of him
fails to satisfy the Owner that such bidder is properly
qualified to carry out the obligations of the contract and to
compl,ete 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-O?
PERFORMANCE BOND
At the time of entering into the contract, the
Contr,actor 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
contr,act, 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 lnay accrue on account of the doing of 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-OS
REJECTION OF BIDS
These proposals are asked for in good faith, and
award:s will be made as soon as practicable, provided
satis:factory bids are received. The right is reserved, however
to waive any informalities in bidding, to reject any and all
propo:sals, 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GEORGIA PROMPT PAY ACT
This contract 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 seg. In the event any provision of this
Contract is inconsistent with any provision of the Prompt Pay
Act, the provision of this contract shall control.
NOTICE
All rE~ferences in this document, which includes all papers,
writings, drawings, plans or photographs to be used in connection
with this document, to "Richmond County Board of Commissioners"
shall be deemed to mean "Augusta-Richmond County Commission-
Council and all references to "Chairman" shall be deemed to mean
"Mayor".
DISPOSALS
Prior .to any material from this project being wasted or otherwise
disposed of outside the proj ect limits the Contractor shall
furnish the Engineer a copy of written permission, signed by the
property owner (or his authorized agent) describing the estimated
amount and type of material to be placed on said property. If
any portland cement concrete, asphaltic concrete, wood or other
such materials are to be wasted on the property, a copy of the
owner's inert landfill permit, issued by the Environmental
Protection Division shall be furnished to the Engineer prior to
any such waste being removed from the project.
In all cases, regardless of the material being wasted, a grading
permit issued by Augusta-Richmond County must be furnished to the
Engineer.
PPA-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
MIllORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT
It is the intent of the Augusta-Richmond County-
Council to increase the involvement of qualified minority and
economically disadvantaged businesses in the contracted work
of County Government.
In an effort to support this intention, this
project is offered to all qualified firms. The bids will be
evaluated based on qualifications, price and construction
time. with all other items being considered equal, the
contract, if awarded will be awarded to a minority and
economically disadvantaged firm or a firm that has included
such firms as subcontractors on this project.
The bidders shall include with their bid a
stab~ment of qualification for themselves and/or any
qualified subcontractors explaining why they should be
considered a minority or economically disadvantaged firm. If
the :Eirm does not fall into this category, no information is
nece:;sary.
ME-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
S. R. 56 @ PHINIZY ROAD INTERSECTION IMPROVEMENTS
Project Number: 55-8692-096
SPECIAL CONDmONS
SCOPE:
This project includes decel, accel and turn lanes, and
traffic signal installation in accordance with the
specifications and plans. The Contractor, shall supply
all materials, equipment, labor and supervision necessary
to properly complete this project.
TERMINI AND LENGTH:
(See Plans)
LUMP srn~ CONSTRUCTION:
Item Number 230-1000 Lump Sum Construction includes, but
is not limited to, the following: Remove brick
columns/wall, transition tie-ins, clearing and grubbing,
locating, maintaining and reclaiming disposal and/ or
borrow areas, construction staking, removals and
relocations not covered by a separate pay item,
excavation, borrow, sawing pavement, removing and
resetting of other work obstructions, and any other work
not covered by a specific pay item.
TRAFFIC SIGNAL INSTALLATION:
The Contractor shall bid on Item Number 647-1000 and said
bid price shall include all required materials, labor and
supervision necessary to accomplish the traffic signal
installation. It is the Contractor's responsibility to
coordinate all phases of the Traffic Signal installation
with Augusta-Richmond County Traffic Engineering and
Augusta-Richmond County's Construction Inspector.
SP-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION A
AGREEMENT
THIS P..GREEMENT, made on the _ day of
19_ by and
betwee!n Auqusta-Richmond County Commission-Council
party of the first part, hereinafter called the OWNER, and
Beam's Pavement Maintenance Company. Inc
party of the second part, hereinafter called the CONTRACTOR.
WITNES:SETH, that the Contractor and the Owner, for the
considerations hereinafter named, 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:
S. R. 56 @ Phinizy Road Intersection Improvements
Project Number: 55-8692-096
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 ~ calendar days after the date of written
notice by the Owner to the Contractor to proceed. All work
shall be completed within 125 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 prosecuted
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
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 Contrac t
for c()mpleting the work.
The said amount is fixed and agreed upon by and
betwel~n the Contractor and the Owner because of the
imprac::ticability and extreme difficulty of fixing and
ascer1:aining the actual damages the Owner would, in such event,
sustain, and said amounts shall be retained from time to time
by thl~ Owner from current periodical estimates.
It is further agreed that time is of the essence of
each and every portion of this Contract and the specifications
wherein a definite portion and certain length of time is fixed
for the additional time is allowed for the completion of an
work, the new time limit fixed by extension shall be the
essenc::e 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
Propo:;al and Schedule of Items. No variations shall be made in
the amount except as set forth in the specifications attached
heret().
(b) Proqress Payment
On no later than the fifth day every month, the
Contractor shall submit to the Owner's Engineer an estimate
covering the percentage of the total amount of the Contract
which has been completed from the start of the job up to and
including the last working day of the proceeding month,
together with such supporting evidence as may be required by
the Owner and/or the Engineer. This estimate shall include
only the quantities in place and at the unit prices as set
forth in the Bid Schedule.
On the vendor run following approval of the invoice
for payment, the Owner shall after deducting previous payments
made, pay to the Contractor 90% of the amount of the estimate
on units accepted in place. The 10% retained percentage may be
held by the Owner until the final completion and acceptance of
all work under the Contract.
A-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ARTICI~E IV - ACCEPTANCE AND FINAL PAYMENT
(a) Upon receipt of written notice that the work is
ready for final inspection acceptance, the Engineer shall
within 10 days make such inspection, and when he finds the work
accep1:able under the Contract and the Contract fully performed,
he will promptly issue a final certificate, over his own
signa1:ure, stating that the work required by this Contract has
been completed and is accepted by him under the terms and
condi1:ions 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
indeb1:edness of liens of evidenc.e of payment of all such
dispu1:ed amounts when adjudicated in cases where such payment
has not already been guaranteed by surety bond.
(c) The making and acceptance of the final payment
shall constitute a waiver of all claims by the Owner, other
than those arising from unsettled liens, from faulty work
appearing within 12 months after final payment, from
requirements of the specifications, or from manufacturer's
guarantees. It shall also constitute a waiver of all claims by
the Contractor except those previously made and still
unset't:led.
(d) If after the work has been substantially
compIE!ted, full completion thereof is materially delayed
throu9h 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
balanc:e due for that portion of the work fully completed and
accept:ed.
Each payment shall be made under the terms and
condit:ions governing final payment, except that it shall not
constitute a waiver of claims.
A-3
..
('
Gt&\T iWERlC-\N INSURANCE COMPANY
Bond No.3 97 34 20
OHIO
CAUTION: You should use an original AlA document which has this caution printed in red, An original assures that
changes will not be obscured as may occur when documents are reproduced,
PERFORMANCE BOND
The American Institute of Architects, A,I.A, Document No, A311 (February, 1970 Edition)
KNOW ALL MEN BY THESE PRESENTS: that (Here insert full name and address or legal title of Contractor)
Beam's Pavement Maintenance Company, Inc.
P.O. Box 398, Beech Island, South Carolina 29841
as Principal, hereinafter called Contractor, and, (Here insert full name and addrass or legal title of Surety)
GREAT AMERICAN INSURANCE COMPANY
580 Walnut Street, Cincinnati, Ohio 45202
as Surety, hereinafter called ~iurety, are held and firmly bound unto (Here insert full name and address or legal title of Owner)
Augusta-Richmond County Commission-Council
530 Greene Street, Augusta, Georgia 30911
as Obligee, hereinafter called Owner, in the amount of Two Hundred Sixty six Thousand Six Hundred Fifty
Nine and no/lOO----------------------------------------------------------------
Dollars ($266,659.00
),
for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS,
Contractor has by written agreement dated 19 , entered into a contract with Owner for S. C. 56 @
Phinizy Road Intersection Improvements Project Number 55-8692-096
in accordance with Drawings and Specifications prepared by (Hare insert full name and address or legal title of Architect)
which contract is by refarence made a part hereof, and is hareinaftar raferred to as the Contract.
AttornW;-in-Fact (Title),
5B 5715b ~
Performance Bond. n,ls bond Is Issued slmultaneo'C&unter signed by 11 ~.
with Labor and Material Bond F.9635 - (3/82). LJ_ t;!.., _
Georgia Resident Agent
Atlanta, Georgia
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is
such that, if Contractor s1all 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 performad Owner's obligations
thereunder, the Surety may promptly remedy the default, or shall
promptly
1) Complete the Contract in accordance with its terms and conditions,
or
2) Obtain a bid or bids fc,r 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 jointl\, of the lowest responsible bidder, arrange for
Signed and sealed this day of
~fJ(,l2~
It' ii. cI-~
Revised to February. ;.970
F,9633F (11/92)
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 contract or contracts of completion arranged under this
paragraph) sufficient funds to pay the cost of completion less the balance
of the contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth in the
first paragraph hereof. The term "balance of the contract price," as used in
this paragraph, shall mean the total amount payable by Owner to
Contractor under the Contract and any amendments thereto, less the
amount properly paid by Owner to Contractor.
Any suit under this bond must be Instituted before the expiration of
two (2) years from the date on which final payment under the Contract
falls due.
No right of action shall accrue on this bond to or for the use of any
person or corporation other than the Owner named herein or the heirs
executors, administrators or successors of the Owner. '
19
Inc.
(Seal)
GREAT AMERICAN INSURANCE COMPANY
(Seal)
'(
Gt&\T AlVERlC-\N INSURMICE COMPANY
Bond No. 3 97 34 20
OHIO
CAUTION: You should use an original AlA document which has this caution printed in red, An original assures that
changes will not be obscured as may occur when documents are reproduced.
LABOR AND MATERIAL PAYMENT BOND
The American Institute of Architects, AlA Document No, A311 (February, 1970 Edition)
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITH FULL PERFORMANCE OF THE CONTRACT
KNOW ALL MEN BY THESI: PRESENTS: that (Here insert full name and address or legal title of Contractor)
Beam's Pavement Maintenance Company, In~.
p.O. Rox 3Q8, Rpech Island, South Carol1,na 29841
as P"rincipal,nereinafter callecf Prmcipal, and, rHere insert full name and address or legal title of Surety)
GREAT AMERICAN INSURANCE COMPANY
580 Walnut Building, Cincinnati, Ohio 45202
as Surety, hereinafter called ~;urety, are held and firmly bound unto (Here insert full name and address or legal title of Owner)
Augusta-Richmond County Commission-Council
530 Greene Stre,=t, Augusta, Georgia 30911
as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Two Hundred Sixty Six
Thousand Six Hundred Fifty Nine and no/100--------------------------------------------
Dollars ($266,659.00 ),
(here Insert a sum equal to at least one-half of the contract price)
f!lr the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,
flfTnly by these presents.
WHEREAS,
Principal has by written lIlimement dated 19, entered into a contract with Owner for
S.C. 56 @ Phin1;~y Road Intersection Improvements Project Number 55-8692-096
in accordance with Drawing~; 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.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is
such that, if Principal shall promptly make payment to all claimants as
hereinafter defined, for all labor and material used or reasonably required
for use in the performance of the Contract, then this obligation shall be
void; otherwise it shall remain in full force and effect, subject, however, to
the following conditions:
1. A claimant is defined as one having a direct contract with the
Principal or with a Subcontractor of the Principal for labor, material, or
both, used or reasonably r'lquired for use in the performance of the
Contract, labor and materiel 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 Prin:ipal and Surety hereby jointly and severally
agree with the Owner that every claimant as herein defined, who has not
been peid in full before the e:cpiration of a period of ninety (90) days after
the date on which the last of such claimant's work or labor was done or
performed, or materials were furnished by such claimant, may sue on this
bond for the use of such claimant, prosecute the suit to final judgment for
such sum or sums as may be justly due claimant, and have execution
thereon. The Owner shall nct be liable for the payment of any costs or
expenses of any such suit.
3. No suit or action shall be commenced hereunder by any claimant:
al 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 :;urety above named, within ninety (90) days
after such claimant did or performed the last of the work or labor, or
Signed and sealed this
~ () -I}~
(Witness)
f!!.,;/~
Labor and Material Payment Bond. This bond Is Issued
simultaneously with Performl.-nce Bond F.9633E - (3/82).
Revised to February. 1970
" <lR~!iA ", /<17\
furnished the last of the materials for which said claim is made, stating
with substantial accuracy the amount claimed and the name of the party to
whom the materials were furnished, or for whom the work or labor was
done or performed. Such notice shall be served by mailing the same by
registered mail or certified mail, postage prepaid, in an envelope addressed
to the Principal, Owner or Surety, at any place where an office is regularly
maintained for the transaction of business, or served in any manner in
which legal process may be served in the state in which the aforesaid
project is located, save that such service need not be made by a public
officer.
bl After the expiration of one (1) year following the date on which
Principal ceased Work on said Contract, it being understood, however that
if any limitation embodied in this bond is prohibited by any law
controlling the construction hereof such limitation shall be deemed to be
amended so as to be equal to the minimum period of limitation permitted
by such law.
c) Other than in a state court of competent jurisdiction in and for the
county or other political subdivision of the state in which the Court for the
district in which the Project, or any part thereof, is situated, and not
elsewhere.
4. The amount of this bond shall be reduced by and to the extent of
any payment or payments made in good faith hereunder, inclusive of the
payment by Surety of mechanics' liens which may be filed of record
against said improvement, whether or not claim for the amount of such
lien be presented under and against this bond,
day of
19
Maintenance
Inc.
(Seal)
(Title)
(Seal)
Agent
GtEt\T ANERlC~ INSURMICE CDMPJ\NY""
580 WALNUT STREET. CINCINNATI. OHIO 45202.513-369-5000. FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than
No. 015943
THREE
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attomey-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability ofthe said Company on any
such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
BARBARA H. REGIS'IER
ALVIN T. MILLER
THOMAS M. ALBUS
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMP ANY has caused these presents to be signed and attested by
its appropriate officers lLnd its corporate seal hereunto affixed this 5th day of February , 1998
Attest GREAT AMERICAN INSURANCE COMPANY
ALL OF
COLUMBIA, SOurn: CAROLINA
ALL
UNLIMITED
STATE OF OHIO, COUNTY OF HAMILTON - ss:
On this 5th day of February, 1998 , before me personally appeared DOUGLAS R. BOWEN, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great
American Insurance Ce.mpany, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed
by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I, 1993.
RESOL VED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOL VED FUR THER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract 0," suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the on.,!inal signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect 8.!: though manually affixed.
CERTIFICATION
I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect.
Signed and se,aled this
day of
510295 (11/97)
..
A4~4.1!1..
:"~'R'TI"'.r!'I:~,j(:TE"':::""E:......,:rl'ilslijR j(i:I~:-}( ,:.t....;:...,)....'..., "c :,77: DATE"CI;l'Miiltiivv)'
:':::::':~ .:~~:[: 17: :\ii;j~~]t ..::>.::.:<~:F/:::::..::::: n"-. :.u::~~~.I;?..<.;::::.:: :;:;:;(::/:;...::.":.:::'::"
.,..,.,....:........',. .'...,.. ...'.'....... ...... ., ... ............... . ...':...... r,."........,.......... .:.........................,..:.... ..,..... ...... '......",.... ,'....,.........,.....,.,.........................".................,..:..................:..:.":....,..", ,................:....{.:.:.....:': ,.','". ,', .." ..", '.'., ..', .... ::,....:..' 6 /23 / 9 B ",:
"mJ~ V C;tt~ g-l(t6 ~ F~SR~SW8D R(G~tS M~:J~R FJE CER',.'iFICATE
HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,
COMPANIES AFFORDING CO VERAGE
INC,
PR'ODUCER'
DAV I S-GARV I N AGENCY,
P. 0, BOX 21627
COLUMBIA, SC 292~1
903-732-0060
INSURED
COMPANY
A CAPITAL CITY INSURANCE CO,
COMPANY
Beam's Pavement Maintenance
Co , I nc
p, 0, Bo x 399
Beech Island, SC 29941
I
:CPV~R~9t;~:..n .'. . " ."...;Hi......,:..H '.' .... .'...... . '. ," ... ,
THISIS I OCERTIFY T HA T THE POllCIESOF INSURANCE LIS T EDBELOWHA VE BEEN ISSuED TO T HE INSURED NAMED ABOVE FOR T HE POLICY PERIOD
INDICA TED,NOTWITHST ANDINGANYREOUIREMENT, TERMORCONDITIONOF ANYCONTRACT OROTHERDOCUIv1ENT WITHRESPEC IT OWHICHT HIS
CER IIFICA T E MA Y BE ISSuED ORMA Y PERT AIN, T HE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE IERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS
8
THE HARTFORD INSURANCE GROUP
COMPANY
c
COWPANY
D
CO
LTA
TYPE Of INSUR ANCE
POLICY NUMBER
POLICY EffECTIVE POLICY EXPIRATION
OATE (MMIDDIYY) DATE (MMIDD/YY) LIMITS
GENERAL AGGREGA IE S 2000000
4/01/99 4/01/99 PRooucrS,COMP/OP AGG S 1000000
PERSONAL 8. ADV lli.WY S 1000000
EACH OCClJ1RENCE S 1000000
FIRE DAMAGE (Anyone lire) S 300000
MED EXP (Anyone pe,son) S 10000
COM8H~ED SINGLE L1MIl S
4/01/99 4/01/99 1000000
800IL Y I NJURV S
(Per person)
800IL Y INJURY S
(Per accidenl)
PROPERlY DAMAGE S
AUIO ONLY EA ACCIDENT S
OIHER THAN AUIO ONLY.. I::":
EACH ACCIDENT S
AGGREGATE S
EACH OCCURRENCE S 5000000
4/01/99 4/01/99 AGGREGA TE S 5000000
s
X I SIATUIORY L110111S I.......,...
4/01/99 4/01/99 EACH ACCIDENT S 500000
DISEASE, POliCY L1MIl S 500000
DISEASE ' EACH EMPLOYEE S 500000
4/01/99 4/01/99 S200,OOO, L i m it
$500 Deduct ible
GENERAL LIABILITY
f---
B X COMMERCIALGENERALl.IA81L1!Y 22UUNBD7364
pO CLAIMS MADE~] OCClJ'l
OWNER'S 8. CONIRACIO~.S PROI
I--
f---
AUTOMOBILE LIABILITY
f---
B ~ ANY AurO
22UENBD7441
'--
ALL OwNED Auros
SCHEDULED AUIOS
HIRED AUIOS
NON,OWNED AUIOS
-
Ji.
Ji.
-
GARAGE LIABILITY
-
ANY AUro
-
-
I!:XCESS LIABILITY
B Xl UMBRELLA FORM
I 01l-i:R IHAN uMBRELL.I FORM
WORKERS COMPENSATION ,IND
EMPLOYERS' LIABILITY
Tt-€ PROPRIEIORI ~~
PARJNERS/EXECUIIVE INCL
eFFICERS ARE.. EXCL
OTHER
22XHUBE 0 9 53
A
WC05035
B
Leased/Rented
Equipment
22MSBE 1529
DESCRIPTION Of OPERATIONSILIlCATlONS VEHICLESISPECIAL ITEMS
Re: S,R, 56 @ Phinizy Road Intersection Improvements
Project Number: 55-9692-096
:.cE~Jlf'.cArl;::HHp.f0~~"":.' ....... ..' ..
..'.......... ,...
:>\:..'::%~,NPg@/ff:l9:W:."i ,."...... ',: ..'.'...~
SHOULD ^NY Of THE ABOVE DESCRIBED POLICIES BE CANCELLED BEfORE THE
EXPIRATION DATE THEREor, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIfiCATE HOLDER NAMED TO THE LEfT,
AU9usta-Richmond County
Commission-Counci I
530 Greene Street
Augusta, Geor9ia 30911
I
:Aqq8.9~g~l~I~~)
.'.
BUT fAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Of ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
AZ2~NT:TJ/fl~ 500122000
..'r ..,....,\.....,., . .,..,....,.',...'~.r:s;A~~ffp:QQ6.NMAn!=\HJU!?
.. ,'.,:....:.
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 dee,med an original, in the year and day first mentioned
above.
AUGUSTA-RICHMOND COUNTY
COMMISSION-COUNCIL
(Owner)
tJJt:,
~'~
SEAL
~tet~...
7 ~
retar. .
YJr1A.(Y t.J 'fnfh~
Witne:f)
Richmond County Commission-Council
By:
s Pavement Maintenance
any, Inc
SEAL
t~L~
ecretary
~~ (j~
Witnes:;
Address: 'l> D &<0'1- ~q1?
~~cu..h 'I..~\O..J, Sl ~9~H~
A-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL CONDITIONS
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 Title
.,
DEFINITIONS. '. .. '......,.. ".,."..............'.... , '...........
PRELI~lIN AR Y MA TIERS ..".....".......".....,..............
CONTRACT DOCUMENTS:
INTENT. AMENDING AND REUSE...............................
AVAILABILITY OF LANDS: PHYSICAL CONDITIONS:
REFERENCE POINTS.. , .... .. .. .. ......... ... ....... . . . . . .. .. . ....
BONDS AND INSURANCE...,. .... ............ ........ ...........
CONTRACTOR'S RESPONSIBILITIES....,.......................
OTHER WORK .....,...............................................
OWNER'S RESPONSIBILITIES.".................................
ENGINEER'S STATUS DURI:-IG CONSTRUCTION ..,...........
CHANGES IN THE WORK................... .......... ...........'
CHANG E OF CONTRACT PRICE, , , , . .. , , . , , . , , ., . , , , , . . . . , . . . . . . .
CHANGE OF CONTRACT TIME ,..".,.,...........,.....,.....,.,
WARRANTY AND GUARANTEE: TESTS AND
INSPECTIONS: CORRECTION. REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK. . . . . . . . ., . . , . . . . , , . . . . . . . .
PA YMENTS TO CONTRACTOR AN D COMPLETION ,'..........
SUSPENSION OF WORK AND TERMINATION,...... ..........
ARBITRATION.".,...,............,....... ............,..,........
~lISCELLAN EOUS . . . . , . , . , , , . , . , . . . . . . . . . , .. . . .. . . . .. . . . . . .. , " . ..
3
4
5
6
7
8
9
10
II
I:!
13
14
15
16
17
3
Page
8
9
10
II
14
18
19
19
21
21
24
24
26
29
31
32
I
I
INDEX TO GENERAL CONDITIONS
I
Anide or Paragraph
Number
Acceptance of Insurance ............................. 5.13
Access to the Work .,................................ 13.2
Addenda-4efinition of (see definition of
Specifications) ....,............................,...... 1
Agreement~efinition of ................................ 1
-All Risk Insurance... , . . :: . .. .. . . . . .. .. . . . . ...... . .. ... 5.6
Amendment. Written '............................ 1. 3.1.1
Application for Payment~efinition of ."............... 1
Application for Payment. Final ...................... 14,12
Application for Progress Payment .................... 14.2
Application for Progress Payment-review of .... 14.4-14.7
Arbitration ..........".................................. 16
Authorized Variation in Work ......................... 9.5
Availability of Lands ,...............................,. 4.1
Award. Notice of --:lei in cd .............................. 1
I
I
I
I
I
Before Staning Construction ...................... :.5-2. i
Bid--Jefinition of ....................................... I
Bonds and Insurance--in general ........................ 5
Bonds-definition of , . .. . .. . .. . .. . . . . .. . . . .. . . . .. .. . . .. .. 1
.Bonds. Delivery of ............................. _. 1.1. 5.1
Bonds. Performance and Other .................... 5.1-5.1
I
I
Cash Allowances ....,............,.....,............. 11.8
Change Order--:lefinitl.on of ............................. I
Change OrdeTS-{o be executed ...................... 10.4
Changes in the Work ................................... 10
Claims. Waiver of -on Final Payment ............... 14.16
Clarifications and Interpretations ...................... 9,4
Cleaning ...............,..............,.,............ 6.1 j
Completion . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. ] 4
Compietion. Substanti.ll ..................... .... 14.8-14,9
Conference. Pre::onstnlction ..,..........',........... :.8
Connic:. Error. Dlscrel'ancy-Contractor
to Repon ".'"....."...............'......... ~.5. 3..3
Construction Machinery. Equipment. etc. .....,....... 6A
Continumg WorK ..................................... 6.19
Contract Documents-amending and
supplementing ".......... ....................... 3.4-3.5
Contract Documents-definition of ,...................,. I
Contract Documents-Intent ,..................... .3 .1-3,3
Contract Documents-Reuse of ....................... 3.6
Contract Price. Change of '............................. 11
Contract Price-iefinit ion ............................... I
Contract Time. Change ot" .............................. 1:
Contract Time. Commc:ncement of .................... :.3
Contract Time-iefinil.ion of ............................ 1
Contractor~erinition of ....................,........... I
Contractor May SLOp Work or Terminate ............. 15.5
Contractor's Continuing Obligation.... ,............. 14.15
Contrtlctor's Duty to R:pon Discrepancy
in Documents .................................. :.5. 3.:
Contrtlctor's F~~-Cost Plus ... 11..1.5.6. 11.5.1. 11.6-11.:-
Contr:lctor's Liability Insurance ....................... 5.3
Contr:lctor's Responsibilities--in general ................ 6
I
I
I
I
I
I
I
I
I
Contractor's Warranty of Title. .. .. .. . .. .. . . ... ... .... 14.3
Contractors--omer ... . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . .. 7
Contractual Liability Insurance ........................ 5.4
Coordinating Conuactor~efinition of ................ 7.4
Coordination ..,........................,....,......... 7.4
Copies of Documents .................................. :.:
Correction or Removal of Defective Work ........... 13 .11
Correction Period. One Year.. .. .. .. . .. .. . .. .. .. . ... 13.12
Correction. Removal or Acceptance of Defective
Work-in general ........................... 13.11-13.14
Cost-net decrease ................................. 11.6.2
Cost of Work .................. . . . .. . .. .. . .. . .. .. 11. 4-11.5
Costs. Supplemental. . . . . . . .. . . . . . . .. ..... .. . . .. . . .. 11.4.5
Day~efinition of ..... ... ....... .......... .... .......... 1
Defecriv~efinition of .............'..........,........ 1
Defecrive Work. Acceptance of ............... ....... 13.13
DefeCTive Work. Correction or Removal of .......... 13.11'
Defecrive Work-in general ............... 13. 14.7. 14.11
Defecrive Work. Rejecting..... ........ ........ ........ 9.6
Definitions .............................................. I
Delivery of Bonds ..................................... 2.1
Determination for U nit Prices ........................ 9.10
Disputes. Decisions by Engineer.. . .. . . .. .. .. . ... 9.11-9.12
Documents. Copies of ................................. 2.2
Documents. Record .......,.......................... 6.19
Documents. Reuse ..............,.....................3,6
Drawlngs--definition ot" ................................. 1
Easements ............................................ 4.1
Effective date of Agreemenl~efinition of . . . . . . . . . . . . . .. 1
Emergencies ......................................... 6.11
Engineer~efinition of ,...........,'.........."........ J
Engineer's Decisions ,........................... 9. 10-9. 1:2
Engineer's-Notice Work is Acceptable............. 14,13
Engineer's Recommendation of Payment ...... 14.4. 14.13
Engineer's Responsibilities. Limitations
on ................. 6.6,9.11,9.13-9.16,18.2
Engineer's Slatus During Conslruction-in general ...... 9
Equipment. Labor. Materials and.,................ 6.3-6.6
Equivalent Materials and Equipment .................. 6.7
Explorations of physical conditions.. ... .., ....... .'... 4.2
Fee. Contractor's-CoSlS Plus.....................:.. 11.6
Field Order~efinition of ............................... I
Field Order-issued by Engineer ................ 3..~.1. 9,5
Final Applicalion for Payment ....................... 14.1:2
Final Inspection ..................................... 14.11
Final Payment and Acceptance ...................... ]4.13
Final Paymenl. Recommendation of ........... 14.13-14.14
General Provisions .............................. 17.3-1 i.4
Gener:ll Requiremenls-definition of . . . .. . . . . . . . . . . . . . . .' I
Gener:ll Requiremenls-pnncipal
references to ,'.'"."........ :.6.4.4.6.4.6.6-6.7.6.:3
~
I
I Giving Notice ........,................,.............. 17.1
Guarantee of Work-bll ContraCtor................... 13.1
Indemnification . . . . . . . , . . , . . . . . . . . . . . . . . . . .. 6.30-6.32. 7.5
I Inspection. Final ...... .............................. 14.11
Inspection. Tests and ........... '...................... 13.3
Insurance. Bonds and--in general ....................... 5
Insurance. Certificates t)f ........................... 2.7. 5
I Insurance.-:ompleted operations...................... 5.3
Insurance. Contractor's Liability ...................... 5.3
Insurance. Contractual Liability ....................... 5.4
I 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
I Interpretations and ClaJifications ...................... 9.4
Investigations of physical conditions. . . . . .. .. . . .. . . . , .. 4.2
I
Labor. Materials and E~uipment .................. 6.3-6.5
Laws and Regulations-~efinition of .,................... 1
Laws and Reguiations--general . . . . . . . . . . . . .. . . ., . . . .. 6.14
Liability Insurance-CClntractor's ..................... 5.3
Liability Insurance-Owner's ......................... 5.5
Liens-definitions of ................................ 14.2
Limitations on Engineer's
Responsibilities....,.... ............ 6.6.9.11.9.13-9.16
I
I
Materials and equipmem-fumished by Contractor .... 6.3
Materials and equipmem-not
incorporated in Work, .............................. 14.2
Materials or equipment,-equivalent ........,.......... 6.7
Miscellaneous ProvisiollS ............................... 17
Multi-prime contracts ........ . . . . . . . . . . . . . . . . . . . . . . . . . .. i
I
I
Notice. Giving of ............ ......... .... ............ 17.1
Notice of Acceptability of Project .........,......... 14.13
Notice of A ward~efirtition of .......................... I
Notice to Proceed~etinition of ......................... I
Notice to Proceed-giving of .,........................ 2.3
I
I
.. Or- Equal" Items ....,................................ 6. i
Other contractors ..,....................................-;
Other work .... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .- . . . . . . . .. i
Overtime Work-prohi"bition of .......... ........,..... 6.3
Owner~efinition of .................................... I
Owner May Correct Defective Work................. 13.14
Owner May Stop Work. ............. .............. ," 13.10
Owner May Suspend Work. Terminate .......... 15.1-15A
Owner's Duty to Execl;lte Change Orders............. 11.8
Owner's Liability Insurance........................... 5.5
Owner's Representativ.:-Engineer to serve as ........ 9,1
Owner's Responsibilitic:s-in general .................... 8
Owner's Separate Representative at site ,.,............ 9,3
I
I
I
I
Partial Utilization ......................,........... 14.10
Partial Utilization-.lelinition ot' ......................... 1
Partial Utilization-PfClperty Insurance............... 5.15
Patent Fees and Royall ies ..,......................... 6.12
Payments, Recommendation of ........... 14.4-1~. '7. 14.13
Payments to Cmtraclor-in general .................... 14
I
I
Payments to Contractor-when due ........... 14.4, 14.13
Payments to Contractor-withholding ................ 14.7
Performance and other Bonds ..................... 5.1-5,2
Permits... . . . . .. . . .. . . . . . . . . . . .. . .. ... . . .... .. ... . .. .. 6.13
Physical Conditions ................................... 4.2
Physical Conditions-Engineer's review ,............ 4.2.4
, Physical ConditionS-:Cxisting strUctures.. . , . .. . ... .. 4.2.2
Physical Condition.s-explorations and reportS ....... 4.2.1
Physical Conditions-possible document change ..... 4.2.i
Physical Conditions-price and time adjustments .... 4.2.5
Physical Conditions-repon of differing ............. 4.2.3
Physical Conditions-Underground Facilities .......... 4.3
?reconstruction Conference ,.......................... 2.8
Preliminary Matters ..,.................................. 2
Premises. Use of ........,................,...... 6.16-6.18
Price, Change of Contract .............................. II
Price.Contract~efinition of ............................ I
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~efinition of .......... _ . . . . . . . . . . . . . . . . . . . . . . . .. I
Project Representation-provision for .........,...".. 9.3
Project RePTesentative. Resident~efinition of ,......... I
Project. Starting 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 Defective Work ............................. 9.6
Related Work at Site .............................. 7.1-7.3
Remedies Not Exclusive ............................. 17 A
Removal or Correction of Defective Work ........... 13.11
Resident Project Representative~efinition of ,........ .. 1
Resident Project Representative-provision for........ 9.3
Responsibilities. Contraclor's-in general ............... 6
Responsibilities. Engineer's--in general ................. 9
Responsibilities. Owner's-in general..............,..... 8
Retainage ............................................ 14.2
Reuse of Documents .................................. 3.5
Rights of Way ......................................... 4.1
Royalties. Patent Fees and ........................... 6.12
Safety and Protection .. .. ... 6. 20-6 . 21, 18 . 1-18 . 2
Samples.... ,.. ... .......... . . .... .,. .... . .,. .... 6.23-6.28
Schedule of progress ........ 2.6. 2.8-2.9. 6.6. 6.29, 15.2.6
Schedule of Shop Drawing
submissions...................... 2.6.2.8-1.9.6.23. 14.1
Schedule of values ...................... 2.6.2.8-2.9. I.U
Schedules. Finalizing . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2.9
Shop Drawings and Samples. ............ .. . . .. .. 6.23-6.28
Shop Drawings-Jefinition of , . .. . .. . .. .. ' . .. . . .. . .. .. . .. I
Shop Drawings, use to approve
substitutions ...................................... 6.7.3
5
I
I Site. Visits to--by Enginc:er ........................... 9.2
Spccifications-definition of ,..............,............. I
I Starting ConstrUction. Before..... ~ . ..... . . .. ... . ., 2.5-2.8
Starting the Project ~...."........;.............,....... 2.4
Stopping Work-by Contractor....................... 15.5
I Stopping Work-by Ownl:r .......................... 13.10
SubcoDtractor-definitio[l of ...,......................... 1
Subcontractors-in general ....................... 6.8-6.11
Subcontracts-requircci previsions .,.......... 5.11.1. 6.11
I 11.4.3
Substantial Completion-.cenification of .............. 14.8
Substantial Completion--definition of .. . . . . . . . . . . . . . . . . .. 1
Substitute or . 'Or- Equal" Items ~...................... 6,7
I Subsurface Conditions. . . . . . . . .,. .. . . . .... ..... .... 4.2-4.3
Supplemental costs ................................. 11.4.5
SupplementarY Conditions-definition of ................ 1
SupplementarY Conditions-principal
I references to .. 2.2.4.2.5.1.5.3.5,6-5.8.6.3.6.13.6.23.
7.4.9.3
Supplementing Contract Documents ............... 3.4-3,5
I Supplier-definition of . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . .. 1
Supplier-principal references to .,. 3.6.6.5.6.7-6.9. 6.20.
6.24.9.13.9.16. 11.8. 13.4. 14.12
Surety-consent to payment.................. 14.12. 14.14
I Surety-Engineer has nc, duty to ..................... 9.13
Surety-notice to ....... ...................10.1.10.5.15.2
SuretY-<lualification of ........................... 5.1-5.2
Suspending Work.. by Owner ......................... 15.1
I Suspension of Work and Tennination-in general ....... 15
Superintcndent-Contra:tor's ......................... 6.2
Supervision and Superintendence.................. 6.1-6.2
I Taxes-Payment by ContraCtor....................... 6.15
Tennination-bv Contractor..........,............... 15.5
Termination-b~ Owner...........,............. 15.2-15.4
I Termination. S~spensioll of Work and-in general ...... 15
Tests and Inspections ........................... 13.3-13.7
Time. Change of Contra:t .............................. 12
I
I
I
I
I
I
I
Time. Computation of ................................ 1 i.2
Time. Contract-definition of ............................ 1
Uncovering Work .... ............................ 13.8-13.9
Underground Facilities-definition of ........,........... 1
Underground Facilities-oot shown or indicated..... 4.3.2
Underground Facilities-pretection of ........... 4.3.6.20
Underground Facilities-shown or indicated......... 4.3.1
Unit Price Work-definition of ,......................... 1
Unit Price Work-general ................. 11.9. 14.1. 14.5
Unit Prices....................................,.... 11.3.1
Unit Prices. Detenninations for....................... 9.10
Use of Premises................................. 6.16-6.18
Utility owners .......................,.. 6. \3. 6.20. 7.2-7.3
Values. Schedule of ......................... 2.6.2.9. 14.1
Variations in Work-Authorized.......,.... 6.25.6.27.9.5
Visits to Site-by Engineer ..........................., 9.2
Waiver of C1auns-on Final Payment................ 14.16
Waiver of Rights by insured panies ............. 5.10.6.11
Warranty and Guarantee-by Contractor............. 13.1
Warrantv of Title. Contractor's ....................... 14.3
Work.. Access to .........................,........... 13.2
Work-byothers ........................".....,......., 7
Work. Continuing During Disputes .....,.............. 6.29
Work. Cost of ................................... 11.4-11.5
Work--definition of ...............................,..... 1
Work Directive Change-definition of ................... 1
Work Directive Change-principal ,
references to ............................ 3.4.3, 10.1-10.2
Work. Neglected by Contractor ..................... 13.14
Work. Slopping by Contractor........................ 15.5
Work. Stopping by Owner....................... 15.1-15.4
Written Amendment-definition of .......,.............. 1
Written Amendment-principal
references to ..................... 3.4.1. 10.1. 11.2. 12.1
6
I
I
GENERAL CONDITIONS
I,-\RTICLE I-DEFINITIONS
Wherever used in these General Conditions or in the other
Conlracl Documents Ihe following terms have the meanings
I indicated which are applicable to bOlh the singular and plural
thereof:
I AJdenJa-Wrillen or graphic)nstruments issued prior to the
opening of Bids which clarify. correct or change the bidding
documents or Ihe Conlract Documents.
IA1!reemt'lIf- The wrillen agreement between OWN ER and
CONTRACTOR covering: Ihe Work to be performed: other
Contract Documents are attached to the Agreement and made
a part Ihereof as provided therein,
I Applic(/rioll flJr Paymem- The form accepted by ENGI-
NEER which is to be used by CONTRACTOR in requesting
I progress or final payments and which is to include such sup-
porting documentation as is required by the Conlract
Documents,
I Bid-The otTer or propo:;al of Ihe bidder submilled on the
prescribed form selling forth the prices for the Work to be
performed,
I Bonds-Bid. performanc:e and payment bonds and other
instruments of securit y.
Change Order-A docurr,ent recommended by ENGINEER.
I which is signed by CONTRACTOR and OWNER and autho-
rizes an addition. deletion or revision in the Work. or an
adjustment in the Contral:t Price or the Contract Time. issued
I on or after the Effecti\"e Date of the Agreement.
I
COllrrt/cr DOCUlllt'llrs- The Agreement. .-\ddenda I which per-
tain to the Contract Documentsl. CONTRACTOR's Bid
I including documentation accompanying the Bid and any post-
Bid documentation submitted prior to the Notice 'of Award)
when allached as an eX,libit to the Agreement. Ihe Bonds.
these General Conditiom,. the Supplementary Conditions. the
Specifications and the Drawings as the same are more spe-
cifically identified in the .,-\greement. together with all amend-
ments. modifications atld supplements issued pursuant to
paragraphs 3A and 3.5 llO or after the Effective Date of the
Agreement.
I
I
I
C Vlllwel Priet'- The moneys payable by OWN ER to CON-
TRACTOR under the Contract Documents as stated in the
Agreemenl lsubject 10 the provisiuns of paragraph 11.9.1 in
Ihe case of Unit Price Work).
I
COlllraer Tillie-The number of Jays (computed as provided
in paragraph 17.2) or Ihe: dale staled in the Agreement for the
completion of (he Work.
I
CONTRACTUR- The rerson. firm or corporation with whllm
OWNER has enten:d ino the A~reement.
I
d/!fecri\'e-An adjective which when modifying the word Work
refers to Work that is unsatisfactory. faulty or deficient. or
does not conform to the Contract Documents. or does not
meet the requirements of any inspection. reference standard.
test or approval referred 10 in the Contract Documents. or
has been damaged prior"to ENGINEER's recommendation
of final payment I unless responsibililY for the protection thereof
has been assumed by OWNER at Substantial Completion in
accordance with paragraph 14.8 or 14.10),
Drall"illgs- The drawings which show Ihe: character and scope
of the Work to be performed and which have been prepared
or approved by ENGINEER and are refe:rred to in the Con-
tract Documents.
E!fecri\'/! Date of rlre A.s:reemellf- The date indicated in the
Agreement on which it becomes effective:. but if no such date
is indicated it means the date on which Ihe Agreement is
signed and delivered by the last of the two parties 10 sign and
deliver.
E.VGINEER~ The person. firm or corporation named as such
in the Agreement.
Field Order-A wrillen order issued by ENGINEER which
orders minor changes in the Work in accordance with para-
graph 9.5 but which does nOI involve a change in the Contract
Price or the Contract Time.
Gl!lIeral Requiremellfs-Sections of Division I of Ihe Speci-
fications.
LOII's and Regulations: Lall's or Regulations-Laws. rules.
regulations. ordinances. codes and/or orders.
Nvrice of A lI'ard- The wrillen 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 dc:iiver the: Agreeme:nt.
,\ivliee to Proceed-A wrillen notice given by OWNER to
CONTRACTORtwith a copy to ENGINEER) fixing the date
on which the Contract Time will commence to run and on
which CONTRACTOR shall start 10 perform CONTRAC-
TOR'S obligations under the Contract Documents.
OWNER-The: public body or authority. corporation. asso-
ciation. firm or person with whom CONTRACTOR has entered
into the Agreement ond for whom the Work is to be provided.
Parrilli vrili:lIrivlI-Placing a portion of the Work in se:n'ice
for the purpose for which it is intended (or a related purpose)
be:fore reaching Substantial Completion for all the Work.
Pn~ieCf- The lotal construction of which the Work to be
provided under the Contract Documents may be the whole.
ora part as indicaled elsewhere in the Contract Documents.
R.'sidellf Pr"je("( Repre.H'IIft/ri\'e- The authorized represen-
tative of E;..lGIN EER who is assigne:d to the site: or any part
t he:reof.
7
I
I
Shop Drawings-All d.rawings. diagrams. illustrations,
schedules and other data which are specifically prepared by
or for CONTRACTOR tll illustrate some portion of the Work
and all illustrations, brochures, standard schedules. pcrfor-
mance charts, instnlcti<lns,-diagrams and other information
prepared by a Supplier and submitted by CONTRAcrOR to
illustrate material or equipment for some portion of the Work.
I
I
I
Sp~cifications-Those ponions of the Contract Documents
consisting of written tl:chnica1 descriptions of materials,
equipment. conStnlcUotl systems. standards and workman-
ship as applied to the WClrk and cenain administrative details
applicable thereto.
I
Subcontractor-An individual. firm or corporation having a
direct contract with CONTRACTOR or with any other Sub-
contractor for the performance of a pan of the Work at the
site.
I
Substantial Compi~tion-.The Work (or a specified pan thereot)
has progressed to the point where, in thc opinion of ENGI-
NEER as evidenced by ENGINEER's definitive cenificate
of Substantial Completion, it is sufficiently complete. in
accordance with the Contract Documents. so that the Work
(or specified pan) can be: utilized for the purposes for which
it is intended; or if there be no such certificatc issucd. when
final payment is due in al:cordance with paragraph 14.13. The
terms "substantially completc" and "substantially com-
pleted" as applied to anJ Work refcr to Substantial Comple-
tion thereof.
I
I
I
I
Supplem~ntary Conditions-The pan of the Contract Docu-
ments which amends or supplements these General Condi-
tions.
I
Supplier-A manufacturcr. fabricator. supplier. distributor.
materialman or vendor.
I
Vnd~rgrollnd Facilities--AJ} pipelines. conduits. ducts. cables.
wires. manholcs. vaults. tanks, tunnels or other such facilitics
or attachments. and an~ encasements containing such facil-
ities which havc becn in!;talled underground to furnish any of
the following services or matcrials: clectricity, gascs. steam.
liquid petroleum produc:ts, telcphonc or other communica-
tions. cable television. sewage and drainage removal. traffic
or other control systems or water.
I
I
Unit Price Work-Wod: to be paid for on thc basis of unit
prices.
I
W ork- Thc entire completed construction or the various sep-
arately identifiable pans thereof required to bc furnishcd
under the Contract Da<:umcnts. Work is thc result of per-
forming scrviccs. fumis t\ing labor and furnishing and incor-
porating materials and c:quipment into the construction. all
as required by the Contract Documents.
I
I
Work Dir~ctiv~ Change--A writtcn directive to CONTRAC-
TOR. issued on or after the Effective Date of the Agrcement
and signcd by OWNER and rccommcnaed by ENGINEER.
I
ordering an addition. dclction or revision in the Work, or
responding to differing or unforeseen physical canditions UDder
which thc Work is to bc performed as provid~d in paragraph
4.2 or 4.3 or to emergencies under paragraph 6.22. A Work
Directivc Change may 'not changc thc Contract Price or thc
Contract Time, but is cvidence that the panies expect that
the changc directed or documentcd by a Work Directivc
Change will be incorporated in a subsequently issued Change
Order following negotiations by the parties as to its effect. if
any. on thc Contract Pricc or Contract Timc as provided in
paragraph 10.2.
Wrill~n Am~ndm~nr-A writtcn amendment of thc Contract
Documents, signed by OWNER and CONTRAcrOR on or
after the Effectivc Date of the Agreement and normally deal.
ing with the nonengineering or nontechnical rathcr than strict1y
Work-related aspects of the Contract Documents.
ARTICLE 2-PRELIMINARY MAITERS
D6livery of Bonds:
2.1. When CONTRAcrOR delivers the executed Agree-
ments to OWNER, CONTRAcrOR shall also deliver to
OWNER such Bonds as CONTRAcrOR may be required to
furnish in accordance with paragraph 5.1.
Copies of DocumelllS:
!.!. OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary Con-
ditions) of the Contract Documents as are reasonably ncc-
essary for the execution of the Work. Additional copies will
be furnished. upon request. at the cost of reproduction.
Commencement of Contract Time: l"iotice 10 Proceed:
1.3. Thc Contract Timc will commence to run on the
thirtieth day after the Effective Date of thc Agreemcnt. or. if
a Notice to Proceed is given. on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at any
time within thiny days after thc Effectivc Date of the Agree-
ment. In no event will the Contract Time commence to run
later than the seventy-fifth day after the day of Bid opening
or the thinieth day after the Effective Date of thc Agreement.
whichever date is earlier.
Suuting the Project:
2.4. CONTRACTOR shall stan to perform thc Work on
the date when the Contract Time commences to run, but no
Work shall be done at the sitc prior to the date on which the
Contract Time commences to run.
Befort Starting Construction:
2.5. Beforc undenaking cach pan of the Work. CON-
TRACTOR shall carefully study and compare the Contract
Documents and check and veriiy peninenl figures shown
8
I
I
thereon and all applicable field measurements. CONTRAC-
TOR shall promptly report in writing to ENGINEER any
conflict. error or di!;crepancy which CONTRACTOR may
discover and shall obtain a written interpretation or clarifi-
cation from ENGIN EER 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 di:icrepancy in the Contract Documents.
unless CONTRACTOR had actual knowledge thereof or should
reasonably have known thereof.
I
I
I
2.6. Within ten days after the Effective Date of the Agree-
ment (unless otherwise specified in the General Require-
ments). 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 10 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 slarted. 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 accord2,nce with para~raDhs 5.3 and 5,~. and
OWNER shall deliver to CONTRACTOR certificates 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 twelllY days after the Effective Dale of the
Agreement. but bef.Jre CONTRACTOR starts the Work at
the site. a conferenc:e attended by CONTRACTOR. ENGI-
NEER and lllhers as appropriale will be held 10 discuss Ihe
schedules re[erred to in paragr.lph 2.6. to discuss procedures
for handling Shop Drawings and other submittals and for
processing .-\pplicatiuns for Payment. and to establish a working
understanding among Ihe parties as to the Work.
I
I
I
FinaJi:ing Schedules:
2.9. At Ic:asllen days before submission of the first .-\pr1i-
cation for Pa\'ment a conference allended by CONTRAC-
TOR. ENGI~EER and others as appropriate will be held 10
finaliu :hc '.:~edu,es submilled in :l\:wrdance \\'ith para-
I
I
graph 2.6. The finalized progress schedule will be acceptable
10 ENGINEER as providing an orderly progression of the
Work to completion within the Contract Time. but such
acceptance will neither impose.on ENGINEER responsibility
for the progress or .scheduling of the Work nor relieve CON-
TRACTOR from full responsibility therefor. The finalized
schedule of Shop Drawing submissions will be acceptable 10
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
/ nlenl:
3.1. The Contract Documents comprise the entire agree-
ment between OWNER and CONTRACTOR concerning Ihe
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 (or part thereon to be con-
structed in accordance with the Contract Documents. Any
Work. materials or equipment that may reasonably be inferred
from the Contract Documents as being required to produce
the intended result will be supplied whether or not specifically
called for. When words which have a well-known technical
or trade meaning are used to describe Work. materials or
equipment such words shall be interpreted in accordance with
that meaning. Reference to standard specifications. manuals
or codes of any technical society. organization or association.
or to the Laws or Regulations of any governmenlal authority.
whether such reference be specific or by implicalion. shall
mean the latest standard specification. manual. code or Laws
or Regulations in effect at the time of opening of Bids lOr. on
the Effective Date of the Agreement if there were no Bids l.
except as may be otherwise specifically stated. However. no
provision of any referenced standard specification. manual
orcode (whether or not specifically incorporated by reference
in the Contract Documenls) shall be effective to change the
duties and responsibilities of OWNER. CONTRACTOR or
ENGINEER. or any of their consuitants. agents or employ-
ees from those set forth in the Contract Documents. nor shall
il be effective to ~ssign to ENGINEER. or any of ENGI-
NEER's consultants. agents or employees. any dUlY or
authority to supervise or direct the furnishing or performanct:
of the Work or any duty or authority to undertake responsi-
bility contrary to the provisions of paragraph 9.15 or 1.).16.
Clarifications and interpretations of the Contract Documents
shall be issued by ENGINEER as provided in paragraph I.) A ,
3.3. If. during tht: pcri'ormance of the Work. CONTRAC-
TOR nnds a conrtict. error or discrepancy in the Contract
Documents. CONTRACTOR shall so repurt 10 ENGINEER
in writing al once and befort: proceeding with the Work atfected
thereby shall obtain :l \\rillen interpret:ltion or c1aritication
9
I
'om ENGINEER: however. CONTRACTOR shall not be
liable to OWNER or ENGINEER for failure to report any
8>nftict. error or discrepancy in the. ContraCt Documents
~ess CONTRACTOR had a:tuaJ knowledge thereof or should
reasonably have'known thereof.
lnunding and Supplenunlin~' Conl1'tZCt DoclUM1W:
3.4. The Contract Documents may be amended to pro-
I'de for additions. deletions and revisions in the Work or to
odify the terms and conditions thereof in one or more of
e following ways:
I
3.4.1. a formal Wrinl:n Amendment.
3.4.2. a Change Ord,~r (pursuant to paragraph 10.4).
or
I
3.4.3. a Work Directive Change (pursuant to para-
graph 10.11.
Is indicated in paragraphs 11.1 and 12.1. Contract Price and
ontract Time may only be changed by a Change Order or a
Written Amendment.
I 3.5. In addition. the requirements of the Contract. Docu-
ments may be supplemented. and minor variations and devia.
tions in the Work may be authorized. in one or more of the
fOllOwing ways:
3.5.1. a field Order (pursuant to paragraph 9.5).
I
3.5.2. ENGINEER's approval of a Shop Drawing or
sample (pursuant to paragraphs 6.26 and 6.27). or
I
3.5.3. ENGINEER's written interpretation or clarifi-
cation (pursuant to paI<lgraph 9.41.
I Reuse of Documents:
3.6. Neither CONTRA.CTOR nor any Subconuactor or
Supplier or other person (lr organization performing or fur-
I n~hing any of the Work Linder a direct or indirect contract
with OWNER shall have or acquire any title to or ownership
rights in any of the Drawings. Specifications or other docu.
ments (or copies of any thereoO prepared by or bearing the
I seal of ENGINEER: and they shall not reuse any of them on
extensions of the Project or any other project without written
consent of OWNER and ENGINEER and specific written
verification or adaptation 'JY ENGINEER.
I
I
ARTICLE 4-A V AILABILITY OF LANDS: PHYSICAL
CONDITIONS: REfERENCE POINTS
A IIa.iUJbilily of lAMs:
I 4.1. OWNER shall furnish. as indicated in the Contract
Documents. the lands upon which the Work is to be per-
formed. rights-of.way and easements for access thereto. and
I
. .
such other lands which are designated for the use of CON.
TRACTOR. Easements for permanent structures or perma-
nent changes in existing facilities will be obtained and paid
for by OWNER. unless otherwise provided in the Contract
Documents. If. CONTRAcrOR believes that any delay in
OWNER's furnishing these lands. rights-of-way or case-
ments entitles CONTRACTOR to an extension of the Con-
tract Time. CONTRACTOR may make a claim therefor as
provided in Article 12. CONTRACTOR shall.provide for all
additional lands and access thereto that may be required for
temporary construction facilities or storage of materials and
equipment.
Physical Conditions:
4.2.1. Explorarions and Reports: Reference is made
to the SupplementarY Conditions for identification of those
reports of explorations and tests of subsurface conditions
at the site that have been utilized by ENGINEER in prep-
aration of the Contract Documents. CONTRACTOR may
rely upon the accuracy of the technical data contained in
such reports. but not upon nontechnical data. interpreta-
tions or opinions contained therein or for the completeness
thereof for CONTRACTOR's purposes. Except as indi-
cated in the immediately preceding sentence and in para-
graph 4.2.6. CONTRACTOR shall have full responsibility
with respect to subsurface conditions at the site.
4.2.2. Existing Slructures: Reference is made to the
SupplementarY Conditions for identification of those
drawings of physical conditions in or relating to existing
surface and subsurface structures (except Underground
Facilities referred to in paragraph 4.3) which are at or
contiguous to the site that have been utilized by ENGI-
NEER in preparation of the Contract Documents. CON-
TRACTOR may rely upon the accuracy of the technical
data contained in such drawings. but not for the complete-
ness thereof for CONTRACTOR's purposes. Except as
indicated in ,the immediately preceding sentence and in
paragraph 4.:.6. CONTRACTOR shall have full respon-
sibility with respect to physical conditions in or relating
to such structures.
4.2.3. Report of Differing Conditions: If CONTRAC-
TOR believes that:
4.2.3.1. any technical data on which CONTRAC-
TOR is entitled to rely as provided in paragraphs 4.2.1
and 4.:.: is inaccurate. or
4.2.3.2. any physical condition uncovered or
revealed at the site differs materially from that indi-
cated. reflected or referred to in the Contract Docu-
ments.
CONTRACTOR shall. promptly after becoming aware
thereof and before performing any Work in connection
therewith (except in an emergency as permitted by para-
graph 6.22), notify OWNER and ENGINEER in writing
about the inaccuracy or difference.
10
I
I
-1,1.4. ENGINEER'J Rel'jell": E~GINEER will
promptly review the pertinent condilions. determine the
necessity of obtainin'~,additional explorations or lests with
respect thereto and a,jvise OWN ER in writing t with a copy
to CONTRACTOR) of ENGINEER's findings and con-
clusions.
I
I
4.2.5. Possihle Document Chanf!e: If ENGINEER
concludes Ihat there: is a material error in Ihe Contract
Documents or that oecause of newly discovered condi-
tions a change in th,: Cbntract Documents is required. a
Work Directive Change or a Change Order will be issued
as provided in Article 10 to reflect and documenl Ihe
consequences of the inaccuracy or difference.
I
I
4,2.6. Possible Price and Tillie Adjl/srlll/!/Ifs: In each
such case. an increa,se or decrease in the Contract Price
or an extension or shortening of the Contract Time. or any
combination thereoi. will be allowable to the extent Ihat
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 Artic:es i I and 12.
I
I
I
Physical Conditions-CI/derground Facilities:
4.3.1. Shown or IlldicQred: The information and data
shown or indicated in the Contract Documents with respcct
to existing Underground Facilities at or contiguous to the
site is based on information and data furnished to OWNER
or ENG IN EER by the owners of such Underground Facil-
ities or by others. Unless it is otherwise expressly pro-
vided in the Supplementary Conditions:
I
I
4.3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or compleleness of any
such information or data: and.
I
I
4.3.1.2. COf\ITRACTOR shall have full responsi-
bility for reviewing and checking all such information
and data. for locming all Underground Facilities shown
or indicated in Ihe Contract Documents. for coordina-
tion of Ihe Work with the owners of such Underground
Facilities during construction. for the safety and pro-
lection thereof as provided in paragraph 6.10 and
repairing any damage Iherelo resulting from the Work.
the COSI of all O!:' which will be considered as having
been included in the Conlract Price.
I
I
I
4.3.1. 'vOl Sholl'lI or ll/diccued. If an Underground
FacililY is uncoverf'd or revealed at or contiguous 10 the
sile which was not shown or indicated in the Contract
Documents and which CONTRACTOR could not reason-
ablv have bc:en exp,:cted to be aware of. CONTRACTOR
shall. promptly after becoming aware Ihereof and before
performing any Work affected Ihereby (except in an c:mer-
gency as permitted tw paragraph 0.221. idenlify the owner
of such Underground Facility and give written notice Ihereof
to that owner and III OWNER and ENGINEER. ENGI-
~ EER will rrompl!\' review lhe L: nJergrounJ Facililv 10
I
I
I
determine the extent 10 which the Contract Documenls
should be modified 10 reflect and document Ihe conse-
" quences of the existence of the Underground Facility. and
the Contract Documents will be amended or supplemented
to the extent necessary. During such lime. CONTRAC-
TOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6.10.
CONTRACTOR shall be allowed an increase in Ihe Con-
tract Price or an extension of the Contract Time. or both.
to the extent that they are attributable 10 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 10 the amount or length
thereof. CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12.
Reference Points:
4.4. OWN ER shall provide engineering surveys to estab-
lish reference points for construction which in ENGINEER's
judgment are necessary 10 enable CONTRACTOR 10 proceed
with the Work. CONTRACTOR shall be responsible for lay-
ing out the Work (unless otherwise specified in the General
Requirements). shall protect and preserve the established
reference points and shall make no changes or relocations
without the prior written approval of OWNER. CONTRAC-
TOR shall report to ENGINEER whenever any reference
point is lost or destroyed or requires relocation because of
necessary changes in grades or locations. and shall be respon-
sible for the accurate replacement or relocation of such ref-
erence points by professionally qualified personnel.
ARTICLE 5-BONDS AND INSURANCE
Performance and Orher Bonds:
5.1. CONTRACTOR shall furnish performance and pay-
ment Bonds. each in an amount at least equal 10 the Contract
Price as security for the faithful performance and payment of
all CONTRACTOR's obligations under Ihe 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-
lract 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 Fc:deral Bonds and as Acceptable Rc:insuring Com-
panies" as published in Circular 570 (amended) by the Audit
Staff Bureau of Accounts. U ,5. Treasury Department. All
Bonds signed by an agent mUSl be accompanied by a certified
~opy of the authority 10 act.
5.1. If the surety on any Bond furnished by CONTR.-\C-
TOR is declared a bankrupt or becomes insolvenl or its righl
to do business is Ic:rminaled in any state whc:re any part of
11
I
Ithe Project is located or it ceases to meet the requirements
of paragraph 5.1. CONTRACTOR shall within five days
tereafter substitute anothcr Bond an~ Surety. both of which
ust be acceptable to OWNER. .
fOnl7'tU:tDr'S Li4biJiJy lnsllrtzrlce:
5.3. CONTRACTOR shall purchase and maintain such
comprehensive general liability and other insurance as is
rppropriate for the Work bl:ing-pcrformcd and furnished and
r will provide protection from claims set forth below which
may arise out of or result from CONTRACTOR's perfor-
mance and furnishing of the Work and CONTRACTOR's
lother obligations under the ContraCt Documents. whether it
is to.be performcd or furnished by CONTRACTOR. by any
Subcontractor. by anyone directly or indirectly employcd by
lany of them to perform 01' furnish any of the Work. or by
anyone for whose acts any of them may be liable:
5.3.1. Claims under workers' or workmen' s compen-
I sation. disability benefits and other similar employee ben-
efit acts:
I
5.3.2. Claims for damages because of bodily injury,
occupational sickness 0 r diseasc. or death of CONTRAC-
TOR's employees:
I
5.3.3. Claims for damages because of bodily injury,
sickness or disease. or death of any person other than
CONTRACTOR's emp.loyees:
I
5.3.4. Oaims for damages insured by personal injury
liability coverage which are sustaincd (a) by any person
as a result of an offense directly or indirectly related to
the employment of such person by CONTRACTOR. or
(b) by any other person for any other reason:
I
5.3.5. Claims for damages. other than to the Work
itself. because of injury to or destruction of tangible prop-
erty wherever located. including loss of use resulting
therefrom:
I
I
5.3.6. Claims arising out of operation of Laws or Reg-
ulations for damages bl:cause of bodily injury or death of
any person or for dama,ge to property: and
5.3.7. Claims for damages because of bodily injury or
death of any person or property damage arising out of the
ownership. maintenam:e or use of any motor vehicle.
I The insurance required by this paragraph 5.3 shall include
the specific coverages and be written for not less than the
limits of liability and covc:rages provided in the Supplemen-
I tary Conditions. or required by law. whichever is greater.
The comprehensive genel'ai liability insurance shall include
completed operations insurance. All of the policies of insur-
ance so required to be purchased and maintained lor the
I certificates or other evidc:nce thereoO shall contain a provi-
sion or endorsement that the coverage afforded will not be
cancelled. materially changed or renewal refused until at least
I
I
thirty days' prior written notice has been ~ven to OWNER
and ENGINEER by certified mail. All such insurance shall
remain in effect until final payment and at all times thereafter
when CONTRACTOR lJIay be correcting. removing or
replaclngdefecrive Work in accordance with paragraph 13.12.
In addition. CONTRACTOR shall maintain such completed
operations insurance for at least two years after final payment
and furnish OWNER with evidence of continuation of such
insurance at final payment and one year thereafter.
CotllTactluJi Li4biJiJy I nsllrtUlCe:
5.4. The comprehensive generailiability insurance required
by paragraph 5.3 will include contractual liability insurance
applicable to CONTRACTOR' s obligations under paragraphs
6.30 and 6.31.
Owrur's LiDbili!Y lnsruance:
5.5. OWNER shall be responsible for purchasing and
maintaining OWNER's own liability insurance and, at
OWNER's option. may purchase and maintain such insur-
ance as will protect OWNER against claims which may arise
from operations under the Contract Documents.
ProJMI'fy lnsllrtlllce:
5.6. Unless otherwise provided in the SupplementarY
Conditions. OWNER shall purchase and maintain property
insurance upon the Work at the site to the full insurable value
thereof (subject to such deductible amounts as may be pro-
vided in the Supplementary Conditions or required by Laws
and Regulations). This insurance shall include the interests
of OWNER. CONTRACTOR. Subcontractors. ENGINEER
and ENGINEER's consultants in the Work. all of whom shall
be listed as insureds or additional insured parties. shall insure
against the perils of fire and extended coverage and shall
include "all risk" insurance for physical loss and damage
including theft. vandalism and malicious mIschief. collapse
and water damage. and such other perils as may be provided
in the Supplementary Conditions. and shall include damages.
losses and expenses arising out of or resulting from any insured
loss or incurred in the repair or replacement of any insured
property (including but not limited to fees and charges of
engineers. architects. attorneys and other professionalsl. If
not covered under the "all risk" insurance or otherwise pro-
vided in the Supplementary Conditions. CONTRACTOR shall
purchase and maintain similar property insurance on portions
of the Work stored on and off the site or in transit when such
portions of the Work are to be included in an Application for
Payment.
5.7. OWNER shall purchase and maintain such boiler and
machinery insurance or additional property insurance as may
be required by the Supplementary Conditions or Laws and
Regulations which will include the interests of OWNER.
CONTRACTOR. Subcontractors, ENGINEER AND
ENGINEER's consultants in the Work. all of whom shall be
listed as insured or additional insured parties.
12
I
I
5.8. All the policies of insurance lor the certificates or
other evidence thereofl required to be purchased and main-
tained by OWNER in accordance with paragraphs 5.6 and
5.7 will contain a provis:lon 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 aCI:ordance with paragraph 5.11.2.
I
I
I
5.9. OWNER shallllot be responsible for purchasing and
maintaining any property tnsurance to protect the interests
of CONTRACTOR. Subcontractors or others in the Work to
the extent of any deduc.tible 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 suf.fering any such loss and ifany 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 induded in the property insurance pol-
icy. OWNER shall. if possible. include such insurance. and
the cost thereof will be (:harged to CONTRACTOR by appro-
priate Change Order or Written Amendment. Prior to com-
mencement of the Wor:( at the site. OWNER shall in writing
advise CONTRACTOF~ whether or not such other insurance
has been procured by OWNER.
I
I
Waiver of Rights:
5 .11.1. OWNEF~ 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 respom,e 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. E:-JGI-
:--l EER. E:--l G I}.I EER' s consultants and all other parties
named as insureds ill 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 wai\'er provisions by the Subcontractor in
favor of OWNER. CONTRACTOR. E:-JGINEER. ENGI-
NEER's consultants and all other parties named as insureds.
None of the above waivers shall extend to the rights that
any of the insured parties may have to the proceeds of
insurance held by OWNER as trustee or otherwise pay-
able under any polil:y so issued.
I
I
I
I
I
I
5.11.2. OWNER and CONTRACTOR intend that any
policies provided ill response to paragraphs 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
co\'ered thereby. Accordingly. all such policies shall con-
tain provisions 10 I he effect Ihat in the event of payment
of any loss or dami\ge the insurer will have no rights llf
reco\"ery against allY of the parties named as insureds llf
auditional insureds. and if the insurers require separate
wai\"er forms to b: signed by ENGINEER or ENGI-
:--l E ER' S cllnsullan: OW'J ER willllbtain the same. and if
I
I
I
such waiver forms are required of any Subcontractor.
CONTRACTOR will obtain the same.
Receipt and Applicalion of Proceeds:
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as trustee for the
insureds. as their interests may appear. subject to the require-
ments of any applicable mortgage clause and of paragraph
5.13. OWNER shall deposit in a separate account any money
so received. and shall distribute it in accordance with such
agreement as the parties in interest may reach. If no other
special agreement is reached the damaged Work shall be
repaired or replaced. the moneys so received applied on
account thereof and the Work and the cost thereof covered
by an appropriate Change Order or Written Amendment.
5.13. OWNER as trustee shall have power to adjust and
settle any toss with the insurers unless one of the parties in
interest shall object in writing within fifteen days after the
occurrence of loss to OWNER's exercise of this power. If
such objection be made. OWNER as trustee shall make set-
tlement with the insurers in accordance with such agreement
as the parties in interest may reach. If required in writing by
any party in interest. OWNER as trustee shall. upon the
occurrence of an insured loss. give bond for the proper per-
formance of such duties.
Acceptance of Insurance:
5.14. If OWNER has any objection to the coverage afforded
by or other provisions of the insurance 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 wilhin ten days of the date of
delivery of such certificales to OWNER in accordance with
paragraph :'.7. If CONTRACTOR has any objection to the
coverage atTorded by or other provisions of the policies of
insurance required to be purchased and maintained by OWNER
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 ten
days of the date of delivery of such certificates to CON-
TRACTOR in accordance with paragraph 2.7. OWNER and
CONTRACTOR shall each provide to the other such addi-
lional informalion 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
Ihe time provided shall constitute acceplance of such insur-
ance purchased by the other as complying with the Contract
Documents.
Partiill L'tili:.ation-Property Insurance:
5.15. If OWNER finds it necessary 10 m;cupy or use a
portion or purtions of the Work prior to Substantial Cumple-
lion of all the Work. such use or occupancy may be accom-
rlisheLl in accurdance with paragraph 14.10: provided Ihat no
13
-
-..
--
such use or occupancy shall commence before the insurers
providing the propeny insurance have acknowledged notice
thereof and in writing effected the changes in coverage neces-
sitated thereby. The insurers providing the propeny insur-
ance shall consent by endorsement on the policy or policies.
but the propeny insurance shall not be cancelled or lapse on
account of any such partial use or occupancy.
II
II
II
III
11
.
11
,
,
,
I
I
I
I
I
I
ARTICLE 6-CONTR~CTOR'S RESPONSIBILITIES
Supervision and Sll/HrinuntUlIce:
6.1. CONTRACTOR shall supervise and direct the Work
competently and efficic:ntly. devoting such attention thereto
and applying such skills and expenise as may be necessary
to perform the Work ill accordance with the Contract Doc-
uments. CONTRACTOR shall be solely responsible for the'
means. methods. techniques. sequences and procedures of
construction. but CONTRACTOR shall not be responsible
for the negligence of (Ithers in the design or selection of a
specific means. metho,i. technique. sequence or procedure
of construction which is indicated in and required by the
Contract Documents. CONTRACTOR shall be responsible
to see that the finished Work complies accurately with the
Contract Documents.
6.2. CONTRACTOR shall keep on the Work at all times
during its progress a competent resident superintendent. who
shall not be replaced without written notice to OWNER and
ENGINEER except under extraordinary circumstances. The
superintendent will be CONTRACTOR's representative at
the site and shall have authority to act on behalf of CON-
TRACTOR. All communications given to the superintendent
shall be as binding as if given to CONTRACTOR.
lAbor. MaJeriDls and E~'uipment:
6.3. CONTRACTOR shall provide compete~lI_ suitably
qualified personnel to !,urvey and layout the Work and per-
form construction as n:quired by the Contract Documents.
CONTRACTOR shall at all times maintain good discipline
and order at the site. E:tcept in connection with the safety or
protection of persons (Ir the Work or propeny at the site or
adjacent thereto. and t:xcept as otherwise indicated in the
Contract Documents. all Work at the site shall be performed
during regular working hours. and CONTRACTOR will not
permit ovenime work or the performance of Work on Sat-
urday. Sunday or any legal holiday without OWNER's writ-
ten consent given after prior written notice to ENGINEER.
6.4. Unless otherwise specified in the General Require-
ments. CONTRACTOR shall furnish and assume full respon-
sibility for all materials. equipment. labor. transponation.
construction equipmerlt and machinery. tools. appliances.
fuel. power. light. heat. telephone. water. sanitary facilities.
temporary facilities 3I1.d all other facilities and incidentals
necessary for the furnishing. performance. testing. start-up
and completion of the Work.
6.5. All materials and equipment shall be of good quality
and new. except as otherwise provided in the Contract Doc-
uments. If required by ENGINEER. CONTRACTOR shall
furnish satisfactory evidence (including repons of required
tests) as to the kind ~d quality of materials and equipment.
All materials and equipment shall be applied. installed. con-
nected. erected. used. cleaned and conditioned in accordance
with the instructions of the applicable Supplier except as
otherwise provided in the Contract Documents: but no pro-
vision of any such instructions will be efTectiveto assign to
ENGINEER. or any of ENGINEER's consultants. agents or
employees. any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or author-
ity to undenake responsibility contrary to the provisions of
paragraph 9.15 or9.16.
AdjllSting Prognss Schedule:
6.6. CONTRACTOR shall submit to ENGINEER for
acceptance-Ito the extent indicated in paragraph 2.9) adjust-
ments in the progress schedule to reflect the impact thereon
of new developments: these win conform generally to the
progress schedule then in effect and additionally will comply
with any provisions of the General Requirements applicable
thereto.
SubstilUle$ or "Or.EqlUll" Items:
6.7.1. Whenever materials or equipment are specified
or described in the Contract Documents by using the name
of a proprietary item or the name of a particular Supplier
the naming of the item is intended to establish the type.
function and quality required. Unless the name is followed
by words indicating that no substitution is permined.
materials or equipment of other Suppliers ma If be accepted
by ENGINEER if sufficient information is submitted by
CONTRACTOR to allow ENGINEER to determine that
the material or equipment proposed is equivalent or equal
to that named. The procedure for review by ENGINEER
will include the following as supplemented in the General
Requirements. Requests for review of substitute items of
material and equipment will not be accepted by ENGI-
NEER from anyone other than CONTRACTOR. If CON-
TRACTOR wishes to furnish or use a substitute item of
material or equipment. CONTRACTOR shall make writ-
ten application to ENGINEER for acceptance thereof.
cenifying that the proposed substitute will perform ade-
quately the functions and achieve the results called for by
the general design. be similar and of equal substance to
that specified and be suited to the same use as that spec-
ified. The application will state that the evaluation and
acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Comple-
tion on time. whether or not acceptance of the substitute
. for use in the Work will require a change in any of the
Contract Documents (or in the provisions of any other
direct contract with OWNER for work on the Project) to
adapt the design to the proposed substitute and whether
or not incorporation or use of the substitute in connection
with the Work is subject to payment of any license fee or
14
I
I
royalty. All varialions oflhe proposed substitute from that
specified will be identified in Ihe application and available
maintenance. repair and replacement service will be indi-
cated. The application will also contain an itemized eSli-
mate of all costs that will result directly or indirectly from
acceptance of sue h subslitute. including COSIS of redesign
and claims of other conlractors affected by the resulting
change. all of which shall be considered by ENGINEER
in evaluating the. proposed substilute. ENGINEER may
require CONTRACTOR 10 furnish at CONTRACTOR's
expense additional data about the proposed subslitute.
I
I
I
6.7."1. If a spec:ific means. method. technique. sequence
or procedure of construction is indicated in or required by
Ihe Contract Documents. CONTRACTOR may furnish or
utilize a substitute means. method. sequence. technique
or procedure of construction acceptable to ENGINEER.
if CONTRACTOR submils sufficient information 10 allow
ENGINEER to d,~termine that the substilute proposed is
equivalent to thai indicated or required by the Contract
Documents. The procedure for review by ENGINEER
will be similar to Ihat orovided in paragraph 6.7. I as applied
by ENGINEER and as may be supplemented in the Gen-
eral Requirement~;.
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
ENG IN EER' s prior wrillen acceptance which will be evi-
denced by either a Change Order or an approved Shop
Drawing. OWNER may require CONTRACTOR to fur-
nish at CONTRACTOR's expense a special performance
guarantee or othe:: surety with respect to any substitule.
ENGINEER will record time required by ENGINEER
and ENGINEER',; consultants in eva:uating substitutions
proposed by CONTRACTOR dnd in making changes in
the Contract Docl:,ments occasioned thereby, Whether or
not ENGINEER accepts a proposed substitute. CON-
TRACTOR shall reimburse OWNER for the charges of
ENGINEER and ENGINEER's consultan~s for evaluat-
ing each proposed substitute.
I
I
I
I
I
Concert/ing Subconlra,~rors, Suppliers and Olhers:
6.8.1. CONTRACTOR shall not employ an~' Subcon-
tractor. Supplier OJ' other person or organization I including
those acceptable 10 OWNER and ENGINEER as indi-
cated in paragraph 6.8."1). whether initially or as a substi-
lute. against whom OWNER or ENGINEER may have
reasonable objection. CONTRACTOR shall nOI be required
10 employ any Subcontractor. Supplier or other person l'r
organizalion 10 fumish or perform any of the Wurk against
whom CONTRACTOR has reasonable objectillO.
6.S."1. If the Supplemenlary Conditions require the
identity of certain :iubconlraclOrs, Suppliers or other per-
sons or organizations (including those who are to furnish
Ihe principal items lIf materials and equipment IlO be sui>-
mined to OWNER in advance of the specified date prillr
to the EfTective D~ltc of Ihe Agreemenl fur acccptance r\
I
I
I
I
I
OWNER and ENGINEER and if CONTRACTOR has
submilled a lisl Ihereof in accordance with the Supple-
mentary Conditions. OWNER's or ENGINEER's accept-
ance (either in writing or by failing to make wrillen objec-
tion thereto by toe date indicaled for acceplance or objec-
lion 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 waiver of any right of OWNER or ENGI-
NEER to reject defecliI'e Work.
6.9. CONTRACTOR shall be fully responsible 10 OWNER
and ENGINEER for all acts and omissions of the Subcon-
tractors. 'Suppliers and other persons and organizations per-
forming or furnishing any of Ihe 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 Subconlractor. Supplier or other person or
organization. nor shall it create any obligation on the part of
OWNER or ENGINEER to payor to see to Ihe payment of
any moneys due any such Subcontractor. Supplier or other
person or organization except as may Olherwise be required
by Laws and Regulations.
6. 10. The divisions and sections of the Specifications and
the identifications of any Drawings shall nOI control CON-
TRACTOR in dividing the Work among Subcontractors or
Suppliers or delineating the Work to be pert'ormed by any
specific trade.
6. II. All Work performed for CONTRACTOR by a Sub-
contractor will be pursuant to an appropriate agreement
between CONTRACTOR and the Subcontractor which spe-
cifically binds Ihe Subcontractor to the applicable terms and
conditions of the Contracl Documents for Ihe 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 pursuanlto par.lgraphs 5.6 and 5.7.
Palent Fees and Royalties:
6,1"1. CONTRACTOR shall pay all license fees and roy-
allies and assume all costs incident 10 Ihe use in the perfor-
mance uf Ihe Work or the incorporation in the Work lIf any
invenlion. design. process. product or uevice which is Ihe
suhject of patent rights Ilr copyrights held hy lllhers. If a
particular invention. design. process. product ur device is
specified in the Contract Documents for use in the perfor-
mance of!he Work and if to the actual knowledge of OWNER
15
I
I
or ENGINEER its use is subject to patent rights or copyrights
calling for the payment cf any license fee or royalty to others.
the existence of such rights shall be disclosed by OWNER in
the ContraCt Documents. CONTRACTOR shall indemnify
and hold harmless OWNER and .ENGINEER and anyone
directly or indirectJy eDlployed by either of them from and
against all claims. damages. losses and expenses (including
attorneys' fees and court and arbitration costs) arising out of
any infringement of patent rights or copyrights incident to
~e use in the performaJl.ce 9f the Work or resulting from the
incorporation in the WOI~ of any invention. design. process.
product or device not specified in the Contract Documents.
and shall defend all such claims in connection with any alleged
infringement of such rights.
I
I
I
I
I
Pemrils:
6.13. Unless otherwise provided in the Supplementary
Conditions. CONTRACTOR shall obtain and pay for all con-
strUction pennits and lil:enses. OWNER shall assist CON-
TRACTOR. when nece~:sary, in obtaining such penn its and
licenses. CONTRACTOR shall pay all governmental charges
and inspection fees necessary for the prosecution of the Work.
which are applicable at dIe time of opening of Bids. or if there
are no Bids on the Efi'el:tive Date of the Agreement. CON-
TRACTOR shall pay all charges of utility owners for con-
nections to the Work. and OWNER shall pay all charges of
such utility owners for c:apital costs related thereto such as
plant investment fees.
I
I
I
I
LAws aNi Regultu:ions:
6.14.1. CONTRACTOR shall give all notices and
comply with all Law:; and Regulations applicable to fur-
nishing and perfonnarlce of the Work. Except where oth-
erwise expressly required by applicable Laws and Regu-
lations. neither OWNER nor ENGINEER shall be respon-
sible for monitoring CONTRACTOR's compliance with
any Laws or Regulations.
I
I
6.14.2. If CONTRACTOR observes that the Specifi-
cations or Drawings are at variance with any Laws or
Regulations. CONTRACTOR shall give ENGINEER
prompt written notice thereof. and any necessary changes
will be authorized by one of the methods indicated in
paragraph 3.4. If CONTRACTOR perfonns any Work
knowing or having reason to know that it is contrary to
such Laws or Regulations.. and without such notice to
ENGINEER. CONTRACTOR shall bear all costs arising
therefrom: however. it shall not be CONTRACTOR's pri-
mary responsibility to make cenain that the Specifications
and Drawings are in accordance with such Laws and
Regulations.
I
I
I
I
Taxes:
6.15. CONTRACTOR shall pay all sales. consumer. use
and other similar taxes required to be paid by CONTRAC-
TOR in accordance with the Laws and Regulations of the
I
I
place of the Project which are applicable during the perfor-
mance of the Work.
Vft of Pnmises:
6.16. CONTRACTOR shall confine construction equip-
ment. the storage of materials and equipment and the oper-
ations of workers to the Project site and land and areas iden-
tified in and pennitted by the Contract Documents and other
land and areas pennined by Laws and Regulations. rights-
of-way. pennits and easements. and shall not unreasonably
encumber the premises with constrUction equipment or other
materials or equipment. CONTRACTOR shall assume full
responsibility for any damage to any such land or area. or to
the owner or occupant thereof or of any land or areas contig-
uous thereto. resulting from the performance of the Work.
Should any claim be made against OWNER or ENGINEER
by any such owner or occupant because of the perfonnance
of the Work. CONTRACTOR shall promptly attempt to settle
with such other pany by agreement or otherwise resolve the
claim by arbitration or at law. CONTRACTOR shall. to the
fullest extent pennined by Laws and Regulations. indemnify
and hold OWNER and ENGINEER harmless from and against
all claims. damages. losses and expenses (including. but not
limited to. fees of engineers. architects. attorneys and other
professionals and coun and arbitration costs) arising directly,
indirectly or consequentially out of any action. legal or equi-
table. brought by any such other pany against OWNER or
ENGINEER to the extent based on a claim arising out of
CONTRACTOR's performance of the Work.
6.17. During the progress of the Work. CONTRACTOR
shall keep the premises free from accumulations of waste
materials. rubbish and other debris resulting from the Work.
At the completion of the Work CONTRACTOR shall remove
all waste materials. rubbish and debris from and about the
premises as well as all tools. appliances. construction equip-
ment and machinery. and surplus materials. and shall leave
the site clean and ready for occupancy by OWNER. CON-
TRACTOR shall restore to original condition all propeny not
designated for alteration by the Contract Documents.
6.18. CONTRACTOR shall not load nor pennit any pan
of any structure to be loaded in any mannerthat will endanger
the structure. nor shall CONTRACTOR subject any pan of
the Work or adjacent property to stresses or pressures that
will endanger it.
Record Docume1llS:
6.19. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings. Specifications.
Addenda. Written Amendments. Change Orders. Work
Directive Changes. Field Orders and written interpretations
and clarifications (issued pursuant to paragraph 9.4) in good
order and annotated 10 show all changes made during con-
struction. These record documents together with all approved
samples and a counterpan of all approved Shop Drawings
will be available 10 ENGINEER for reference. Upon com-
16
I
I
pletion of the Work. these record documents. samples and
Shop Drawings will be delivered to ENGINEER for OWNER.
I
Safery and Protection:
6.20. CONTRACTOR shall be responsible for initiating.
maintaining and supelvising all safety precautions and pro-
grams in connection with the Work. CONTRACTOR shall
take all necessary pn:cautions for Ihe safety of. and shall
. provide the necessary protection to prevent damage. injury
or loss to:
I
I
I
6.20.1. all employees on the Work and other persons
and organizations who may be affected thereby:
I
6.20.2. all the Work and materials and equipment to
be incorporated tht:rein. whether in storage on or off the
site: and
I
6.20.3. other property at the site or adjacent thereto.
including trees. shrubs. lawns. walks. pavements. road-
ways. structures. utilities and Underground Facilities not
designated for remJval. 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 property or to protect them from damage.
injury or loss: and shall erect and maintain all necessary
safeguards for such sHfety and protection. CONTRACTOR
shall notify owners of adjacent property and of Underground
Facilities and utility owners when prosecution of the Work
may atTect them. and shall cooperate with them in the pro-
tection. removal. relocation and replacement of their prop-
erty. .-\11 damage. injury or loss to any property referred to
in par::!graph 6.20.2 or 6.20.3 caused. directly or indirectly.
in whole or in part. by CONTRACTOR. any Subcontractor.
Supplier or any other person or organization directly or indi-
rectly employed by any of them to pen'orm or furnish any of
the Work or anyone for whose acts any of them may be liable:.
shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specificalions or to
the acts or omissions of OWNER or ENGINEER or anyone
employed by either of them or anyone for whose acts eilher
of them mav be liable. and not altributable. directly or indi-
rectl\'. in whole or in part. to the fault or negligence of CO,,",-
TRA'CTORI. CONTRACTOR's duties and responsibililies
for the safety and protection of the Work shall continue until
such time as i.Ill the Work is compleled and ENGI~EER has
issued a notice to OWNER and CONTRACTOR in accord-
ance with paragraph 1~,.13 that the Work is acceptable texcept
as otherwise expressly provided in connection with Substan-
tial Completionl.
I
I
I
I
I
I
I
I
0.: I. CONTRACTOR sh.lIl designate a respl1nsible rep-
resent:llive al Ihe ,ile whose JUlv shall be Ihe rre\'ention lIt"
accidents. This person shall be CONTRACTOR's superin-
tendent unless other,\'ise designaled in writing by CO!\j-
TR.-\CTOR 10 OW'\iER.
I
I
Emergencies:
6.22. In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent thereto.
CONTRACTOR. without special instruction or authorization
from ENGINEER 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. If ENGI-
NEER determines that a change in the Contract Documents
is required because of Ihe 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 t see para-'
graph 2.9), or for other appropriate action if so indicated in
Ihe Supplementary Conditions. five copies (unless otherwise
specified in Ihe General Requirements) of all Shop Drawings.
which will bear a stamp or specific written indication that
CONTRACTOR has satisfied CONTRACTOR's responsi-
bilities under the Contract Documents with respect to the
review of the submission. All submissions will be identified
as ENGINEER may require. The data shown on the Shop
Drawings will be complete with respect to quantities. dimen-
sions. specified performance and design criteria. materials
and similar data to enable ENGINEER 10 review the infor-
mation as required.
6.24. CONTRACTOR shall also submit 10 ENGI;'-IEER
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 10 malerial. S4Pplier.
pertinent data such as catalog numbers and the use for which
intended.
6.25.1. Before submission of each Shop Drawing or
sample CONTRACTOR shall have determined and veri-
fied all quantities. dimensions. specified performance cri-
teria. installalion 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
Ihe Work and the Contract Documents.
6.25.2. .-\t Ihe lime lIt" each submission. CONTRAC-
TOR shalleive E~GINEER spe~iric wrilten notice ot"each
variation thaI Ihe Shop Drawin!;s or samples may have
from the requirements llf the CllOtract Documents. and.
in addition. shall cause a slJecifi~ notatiun to he made on
17
I
I
each Shop Drawing :iubmitted to ENGINEER for review
and approval of eacl'.1 such variation.
I
6.26. ENGINEER will review and approve with reason-
able promptness Shop Drawings and samples. but ENGI-
NEER's review and approval will be only for conformance
with the design concept of the Project and for compliance
with the infonnation given in the Contract Documents and
shall not extend to m~lI1s. methods. techniques. sequences
or procedures of constnlction (except where a specific means.
method. technique. seqllence or procedure of construction is
indicated in or required by the Contract Documents) or to
safety precautions or programs incident thereto. The review
and approval of a sep:uate item as such will not indicate
approval of the assembly in which the item functions. CON-
TRACTOR shall make l:orrecUons required by ENGINEER.
and shall return the required number of corrected copies of
Shop Drawings and submit as required new samples for review
and approval. CONTRACTOR shall direct specific attention
in writing to revisions other than the corrections called for
by ENGINEER on previous submittals.
I
I
I
I
I
6.27. ENGINEER';. review and approval of Shop Draw-
ings or samples shall not relieve CONTRACTOR from
responsibility for any v,ariation from the requirements of the
Contract Documents unless CONTRACTOR has in writing
called ENGINEER's aJ:tention to each such variation at the
time of submission as required by paragraph 6.15.2 and
ENGINEER has given wrinen approval of each such varia-
tion by a specific wrinen notation thereof incorporated in or
accompanying the Shop Drawing or sample approval; nor
will any approval by ENGINEER relieve CONTRACTOR
from responsibility for c:rrors or omissions in the Shop Draw-
ings or from responsibility for having complied with the pro-
visions of paragraph 6.:~.1.
I
I
I
I
6.28. Where a Shop Drawing or sample is required by the
Specifications. any rela.ted Work pen'ormed prior to ENGI-
NEER's review and approval of the peninent submission will
be the sole expense ancl responsibility oi CONTRACTOR.
I
I
ConlinuUrg the Work:
6.29. CONTRACTOR shall carry on the Work and adhere
to the progress schedul.: during all disputes or disagreements
with OWNER. No Work shall be delayed or postponed pend-
ing resolution of any disputes or disagreements. except as
pennitted by paragraph 15.5 or as CONTRACTOR and
OWNER may otherwlseagree in writing.
I
I
I niUmnifictlliDn:
6.30. To the fullest extent pennitted by Laws and Regu-
lations CONTRACTOR shall indemnify and hold harmless
OWNER and ENGINEER and their consultants. agents and
employees from and against all claims. damages. losses and
expenses. direct. indirc:ct or consequential (including but not
limited to fees and charges of engineers. architects. attorneys
and other professional!, and court and arbitration costs) aris-
ing out oi or resulIing from the performance of the Work,
I
I
I
provided that any such claim. damage. loss or expense (a) is
attributable to bodily injury. sickness. disease or death. or to
injury to or destruction of tangible propeny (other than the
Work itselO including the loss of use resulting therefrom and
(b) is caused in whole or in part by any negligent act or
omission of CONTRACTOR. any Subcontractor. any person
or organization directly or indirectly employed by any of them
to perform or furnish any of the Work or anyone for whose
acts any of them may be liable. regardless of whether or not
it is caused in part by a party indemnified hereunder or arises
by or is imposed by Law and Regulations regardless of the
negligence of any such party.
6.31. In any and all claims against OWNER or ENGI-
NEER or any of their consultants. agents or employees. by
any employee of CONTRACTOR, any Subcontractor. any
person or organization directly or indirectly employed by any
of them to perfonn orfurnish any of the Work or anyone for
whose acts any of them may be liable. the indemnification
obligation under paragraph 6.30 shall not be limited in any
way by any limitation on the amount or type of damages.
compensation or benefits payable by or for CONTRACTOR
or any such Subcontractor or other person or organization
under workers' or workmen's compensation acts, disability
benefit acts or other employee benefit acts.
6.32. The obligations of CONTRACTOR under para-
graph 6.30 shall not extend to the liability of ENGINEER,
ENGINEER's consultants. agents or employees arising out
of the preparation or approval of maps, drawings. opinions,
reports, surveys. Change Orders. designs or specifications.
ARTICLE 7-OTHER WORK
Rel4ud Work al Sue:
7.1. OWNER may perform other work related to the Proj-
ect at the site by OWNER's own forces. have other work
performed by utility owners or let other direct contracts therefor
which shall contain General Conditions similar to these. If
the fact that such other work is to be perfonned was not noted
in the Contract Documents, wrinen notice thereof will be
given to CONTRACTOR prior to starting any such other
work: and. if CONTRACTOR believes that such perfor-
mance wiII involve additional expense to CONTRACTOR or
requires additional time and the parties are unable to agree
as to the extent thereof. CONTRACTOR may make a claim
therefor as provided in Articles II and 12.
7.2. CONTRACTOR shall afford each utility owner and
other contractor who is a party to such a direct contract (or
OWNER. if OWNER is perfonning the additional work with
OWNER's employees) proper and safe access to the site and
a reasonable opportunity for the introduction and storage of
materials and equipment and the execution of such work. and
shall properly connect and coordinate the Work with theirs.
CONTRACTOR shall do all cutting, fining and patching of
the Work that may be required to make its several parts come
together properiy and integrate with such other work. CON-
18
1
I
TRACTOR shall not endanger any work of others by cutting.
excavallng or otherwise altering their work and will only cut
or alter their work with the written consent of ENGINEER
and the olhers whose: work will be affected. The duties and
responsibilities'of CONTRACTOR under Ihis paragraph are
for the benefit of sUI:h 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.
1
'1
1
7.3. If any part (If C-ONTRACTOR's Work depends for
proper execution or ::esults upon the work of any such other
contractor or utility owner (or OWNER). CONTRACTOR
shall inspect and promptly report to ENGINEER in writing
any delays. defects or deficiencies in such work that render
it unavailable or un~iuitable for such proper execution and
results. CONTRACTOR's failure so 10 report will constitute
an acceptance of the other work as fit and proper for integra-
tion with CONTRACTOR's Work except for latent or non-
apparent defects and deficiencies in the other work.
I
1
I
C oordinalion:
7.4. If OWNER contracts with others for the perfor-
mance of other work on Ihe Project at the site. the person or
organization who will have authority and responsibility for
coordination of the ~Icti\'ities among the various prime con-
tractors will be idenl.ified 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 responsibilitic's 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
ARTICLE 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 mal.es no reasonable objection. whose sta-
Ius under the Contrac:t Documents shall be that of the former
ENGINEER. Any di spute in connection with such appoint-
ment shall be subject 10 arbitration.
I
I
8.3. OWNER shall furnish the data required of OWNER
under the Contract Documents promplly and shall make pay-
ments 10 CONTRACTOR promplly after Ihey are due as
provided in paragraphs 14.4 and 14.13.
I
8.4, OWNER's c.uties in respect of providing lands and
easements and providing engineering surveys to establish
reference points are ~iet forth in paragraphs 4.1 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 'iub'iur1':lce conditions :lIthe site and in existing strtlC-
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. lests and approvals is set forth in paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or
suspend Work. see paragraphs 13.10 and 1:i.I. Paragraph IS.:!
deals with OWNER's right to terminale services of CON-
TRACTOR under certain circumstances.
ARTICLE 9-ENGINEER'S STATUS DURING
CONSTRUCTION
Owner's RepresenUllive:
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 Ihe Con-
tract Documents and shall not be extended without written
consent of OWNER and ENGINEER.
Visits to Sile:
9.2. ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction to observe
Ihe 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 dforts
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 oflhe prog-
ress of the Work and will endeavorto guard OWNER against
defects and deficiencies in the Work.
Project Represenrarion:
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 Ihe Supplementary Condilions. If OWNER
designates another agent 10 represenl OWN ER at the site
who is not ENGINEER's agent or employee. the duties.
responsibilities and limitations of authority of such other
person will he as provided in the Supplementarv Conditions.
19
I
I
ClDrificlZlioru cuui llltU}rreuuiDru:
9.4. ENGINEER will issue with reasonable promptness
such wrinen clarifications or interpretations of the require-
ments of the Contract Documents (in the form of Drawings
or otherwise) as ENGnolEER may determine necessary. which
shaH be consistent W,lth or reasonably inferable from the
overall intent of the Contract Documents. If CONTRACTOR
believes that a wrinen clarification or interpretation justifies
an increase in the C'IOtract Price or an extension of the
- Contract Time and the parties are unable to agree to the
amount or extent therelJf. CONTRACTOR may maJce a claim
therefor as provided in Anicle 11 or Article 12.
I
I
I
I
AUlhoriud YarUuioru UI Wort:
9.5. ENGINEER [[lay authorize minor variations in the
Work from the requirclJlents of the Contract Documents which
do not involve an adjustment in the Contract Price or the
Contract Time and arc consistent with the overall intent of
the Contract Documel1ts. These may be accomplished by a
Field Order and will he binding on OWNER. and also on
CONTRACTOR who shall perform the Work involved
promptly. If CONTRACTOR believes that a Field Order
justifies an increase in the Contract Price or an extension of
the ContraCt Time and the panies are unable to agree as to
the amount or extent ltlereof. CONTRACTOR may maJce a
claim therefor as provided in Anicle 11 or 12.
I
I
I
I
Rejecting Defective Wont:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective. and
will also have authority to require special inspection orresting
of the Work as providt:d in paragraph 13.9. whether or not
the Work is fabricated. installed or completed.
I
I
Shop Drawings. CJumge Onhn cuui PaymelllS:
9.7. In connection with ENGINEER's responsibility for
Shop Drawings and samples. see paragraphs 6.23 through
6.29 inclusive. .
I
I
9.8. In connection with ENGINEER's responsibilities as
to Change Orders. see Articles 10. 11 and 12.
I
9.9. In connection with ENGINEER's responsibilities in
respect of Applications for Payment. etc.. see Article 14.
I
DeurmilUUu,ru for Unit jrJrices:
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by CON-
TRACTOR. ENGINEER will review with CONTRACTOR
ENGlNEER's preliminary determinations on such matters
before rendering a wrinen decision thereon (by recommen-
dation of an Applicatioll for Payment or otherwise). ENGl-
N EER' s written decisions thereon will be final and binding
upon OWNER and CONTRACTOR. unless. within ten days
after the date of any suc:h decision. either OWNER or CON-
TRACTOR delivers to the other party to the Agre:ment and
I
I
I
to ENGINEER wrinen notice of intention to appeal from
such a decision.
DedsUJru on Dispuus:
9.11. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims. disputes and
other matters relating to the acceptability of the Work or the
interpretation of the requirements of the Contract Documents
pertaining to the perfonnance and furnishing of the Work and
claims under Articles 11 and 12 in respect of changes in the
Contract Price or Contract Time will be referred initially to
ENGINEER in writing with a request for a formal decision
in accordance with this paragraph. which ENGINEER will
render in writing within a reasonable time. Wrinen notice of
each such claim. dispute and other maner will be delivered
by the claimant to ENGINEER and the other party to the
Agreement promptly (but in no event later than thirty days)
after the occurrence of the event giving rise thereto. and
written supporting data will be submitted to ENGINEER and
the other party within sixty days after such occurrence unless
ENGINEER allows an additional period of time to ascertain
more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under
paragraphs 9.10 and 9.11. ENGINEER will not show par-
tiality to OWNER or CONTRACTOR and will not be liable
in connection with any interpretation or decision rendered in
good faith in such capacity. The rendering of a decision by
ENGINEER pursuant to paragraphs 9.10 and 9.11 with respect
to any such claim. dispute or other matter (except any which
have been waived by the maJcing or acceptance of final pay-
ment as provided in paragraph 14.16) will be a condition
precedent to any exercise by OWNER or CONTRACTOR
of such rights or remedies as either may otherwise have under
the Contract Documents or by Laws or Regulations in respect
of any such claim. dispute or other matter.
Li.milarioru on ENGINEER's Resporuibililies:
9.13. Neither ENGINEER's authority to aCI under this
Article 9 or elsewhere in the Contract Documents nor any
decision made by ENGINEER in good faith eitherro exercise
or not exercise such authority shall give rise to any duty or
responsibility of ENGINEER to CONTRACTOR. any Sub-
contractor. any Supplier. or any other person or organization
performing any of the Work. or to any surety for any of them.
9.14. Whenever in the Contract Documents the terms "as
ordered". "as directed". "as required". "as allowed". "as
approved" or terms of like effect or impon are used. or the
adjectives "reasonable". "suitable". "acceptable". "proper"
or "satisfactory" or adjectives of like effect or impon are
used to describe a requirement. direction. review or judgment
of ENGINEER as to the Work. it is intended that such
requirement. direction. review or judgment will be solely to
evaluate the Work for compliance with the Contract Docu-
ments (unless there is a specific statement indicating other-
wise). The use of any such term or adjective shall not be
20
I
I
effective to assign to ENGINEER any duty or authority to
supervise or direct th,~ 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
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
I
9.16. ENGINEER will nOI be responsible for the acts or
omissions of CONTRACTOR or of any Subcontractor. any
Supplier. or of any ol:her person or organization performing
or furnishing any of the Work.
I
I
ARTICLE IO-CHANGES IN THE WORK
I
10.1. Without inval idating the Agreement and without notice
to any surety. OWN ER may. at any time or from time to
time. order additions. deletions or revisions in the Work:
these will be authoriZI~d 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 will be performed under the applicable
conditions of the Contract Documents (except as otherwise
specifically provided).,
I
I
I
10.2. If OWNER and CONTRACTOR are unable to agree
as to the extent. if a:lY. of an increase or decrease in the
Contract Price or an extension or shortening of the Contract
Time that should be allowed as a result of a Work Directive
Change. a claim may he made Iherefor as provided in Article
II or Article 12.
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
Ihe Contract Documems as amended. modified and supple-
mented as provided in paragraphs 3.4 and 3.5. excepl in the
case of an emergenc:1 as provided in paragraph 6,22 and
except in the case of uncovering Work as provided in para-
graph 13.9.
I
I
lOA. OWNER and CONTRACTOR shall execute appro-
priate Change Orders (or Written Amendments) covering:
I
lOA. I. changes in the Work which are ordered by
OWNER pursuant to paragraph 10.1. are required because
of acceptance of Jefecril'e W urk under paragrapn 13. I.~ llr
correcting tit/eo;"" Work under paragraph 13. I~. or :Ire
:.lgreed 10 by [he panies:
I
I
IOA.2. changes in Ihe Contract Price or Contracl Time
which are agreed t(llw [he parties: and
I
10.4.3. changes in the Contract Price or Contract Time
which embody the substance of any wrinen 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 Ihe 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 Ihe 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 ll-CHANGE OF CONTRACT PRICE
II. I. 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 Ihe
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 later than
thirty days) after the occurrence of the event giving rise to
the claim and stating the general nature of the claim. Notice
of the amount of Ihe claim with supporting data shall be
delivered within sixty days after such occurrence l unless
ENGINEER allows an additional period of lime to ascenain
more accurate data in suppon 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 Ihe
Contract Price shall be determined by ENGINEER in accor-
dance with paragraph 9.11 if OWNER and CONTRACTOR
cannot otherwise acree on the amount involved. No claim
for an adjustment i~ the Contract Price will be valid if not
sub mined in accordance with this paragraph 11.2.
11.3. The value of anv Work covered by a Change Order
or of any claim for an in~rease or decrease in Ihe Contract
Price shall be determined in one of the following ways:
11.3.1. Where the Work involved is covered by unil
prices contained in Ihe Contract Documents. by applica-
lion of unit prices 10 Ihe quantities 01 the ilems involved
(subject to the provisions of paragraphs 11.9.1. through
11.9.3. inclusive\.
21
I
I
11.3.2. By mutuai acceptance of a lump sum (which
may include an allowance for overhead and profit not
necessarily in accordance with paragraph 11.6.2.1).
I
11.3.3. On the basis of the Cost of the Work (deter-
mined as provided ill paragraphs 11.4 and 11.5) plus a
CONTRACTOR's F,:e for overhead and profit (deter-
mined as provided in paragraphs 11.6 and 11.7).
I
I
Cost of th~ Work:
11.4. The term Cost of the Work means Ihe sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper ~erfonnance of the Work. Except as otherwise
may be agreed to in writing by OWNER. such costs shall be
in amounts no higher than those prevailing in the locality of
the Project. shall includ,: only the following items and shall
not include any of the CClsts itemized in paragraph 11.5:
I
I
I
11.4.1. Payroll co~;ts for employees in the direct employ
of CONTRACTOR in the performance of the Work under
schedules of job clas:sifications agreed upon by OWNER
and CONTRACTOR. Payroll costs for employees not
employed full time 0:11 the Work shall be apportioned on
the basis of their time spent on the Work. Payroll costs
shall include. but not be limited to. salaries and wages
plus the cost of fringl: benefits which shall include social
security contribution~i. unemployment. excise and payroll
taXes. workers' or w.orlcmen's compensation. health and
retirement benefits. bonuses. sick leave. vacation and hol-
iday pay applicable U:lereto, Such employees shall include
superintendents and foremen at the site. The expenses of
performing Work aftl:r regular working hours. on Satur-
day, Sundar or legaJ, holidays. shall be included in the
above to the extent a'Jthorized by OWNER.
I
I
I
I
11.4.2. Cost of ar. materials and equipment furnished
and incorporated in ~;he Work. including costs of trans-
ponation and storage thereof. and Suppliers' field services
required in connectiol1 therewith. All cash discounts shall
accrue to CONTRACTOR unless OWNER deposits funds
with CONTRACTOF~ with which to make payments. in
which case the cash discounts shall accrue to OWNER.
All trade discounts. :iebates and refunds and all returns
from sale of surplus materials and equipment shall accrue
to OWNER. and CONTRACTOR shall make provisions
so that they may be obtained.
I
I
I
I
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work performed by Subcontractors.
If required by OWNER. CONTRACTOR shall obtain
competitive bids from Subcontractors acceptable to CON-
TRACTOR and shall deliver such bids to OWNER who
will then determine. with the advice of ENGINEER, which
bids will be accepted. If a subcontract provides that the
Subcontractor is to be paid on the basis of Cost of the
Work Plus a Fee. the: Subcontractor's Cost of the Work
shall be determined in the same manner as CONTRAC-
TOR's Cost oi the Work. All subcontracts shall be subject
I
I
I
to the other provisions of the Contract Documents insofar
as applicable.
11.4.4. Costs of special consultants (including but not
limited to "engineers: architects. testing laboratories. sur-
veyors. attorneys and accountants) employed for services
specifically related to the Work.
11.4.5. Supplemental costs including the following:
I 1.4.5. I. The proportion of necessary transporta-
tion, travel and subsistence expenses of CONTRAC-
TOR's employees incurred in discharge of duties con-
nected with the Work.
11.4.5.2. Cost. including transportation and main-
tenance. of all materials. supplies. equipment. machin-
ery, appliances. office and temporary facilities at the
site and hand tools not owned by the workers. which
are consumed in the performance of the Work. and cost
less market value of such items used but not consumed
which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all constrUction equipment and
machinery and the pans thereof whether rented from
CONTRACTOR or others in accordance with rental
agreements approved by OWNER with the advice of
ENGINEER, and the costs of transportation. loading,
unloading, installation, dismantling and removal
thereof-aJ1 in accordance with terms of said rental
agreements. The rental of any such equipment. machin-
ery or parts shall cease when the use thereof is no longer
necessary for the Work.
11.4.5.4. Sales. consumer. use or similar taxes
related to the Work. and for which CONTRACTOR is
liable, imposed by Laws and Regulations.
I \.4.5.5. Deposits lost for causes other than negli-
gence of CONTRACTOR. any Subcontractor or any-
one directly or indirectly employed by any of them or
for whose acts any of them may be liable. and royalty
payments and fees for permits and licenses.
11.4.5.6. Losses and damages (and related
expenses). not compensated by insurance or otherwise.
to the Work or otherwise sustained by CONTRACTOR
in connection with the performance and furnishing of
the Work (except losses and damages within the
deductible amounts of property insurance established
by OWNER in accordance with paragraph 5.9). pro-
vided they have resulted from causes other than the
negligence of CONTRACTOR, any Subcontractor. or
anyone directly or indirectly employed by any of them
or for whose acts any of them may be liable. Such
losses shall include settlements made with the written
consent and approval of OWNER. No such losses,
damages and expenses shall be included in the Cost of
the Work for the purpose of determining CONTRAC-
TOR's Fee. If. however. any such loss or damage
22
I
I
requires reconilruction and CONTRACTOR is placed
in charge thereof. CONTRACTOR shall be paid for
services a fee proportionate to that staled in paragraph
11.6.2.
I
11.4.5.7. The cost of ulililies. fuel and sanitary
facilities at the site.
I
11.4.5.8. Minor expenses such as telegrams. long
dislance lelephone calls. telephone service at the site.
expressage and similar pelly cash items in connection
with the Work,
I
I
11.4.5.9. CJst of premiums for additional Bonds
and insurance required because of changes in Ihe Work
and premiums for property insurance coverage within
the limits of I.~e deductible amounts established by
OWNER in aCI:ordance with paragraph 5.9.
I
11.5. The term Co)st of the Work shall not include any of
the following:
I
11.5.1. Payrol: costs and other compensation of CON-
TRACTOR's officers. executives. principals lof partner-
ship and sole proprietorships). general managers. engi-
neers. architects. estimators. allomeys. auditors. accoun-
tants. purchasing and contracting agents. expeditors.
timekeepers. c1eri~s and other personnel employed by
CONTRACTOR whether at the site or in CONTRAC-
TOR's principal or a branch office for general administra-
lion of the Work and not specifically included in Ihe agreed
upon schedule of job classifications referred 10 in para-
graph 11.4. I or spc:cifically covered by paragraph 11.4.4-
all of which are [0 be considered administralive COSIS
covered by the CONTRACTOR's Fee.
I
I
I
I
11.5.2. Expemes (I! CONTRACTOR's principal and
branch offices oth,er than CONTRACTOR's office at Ihe
site.
I
11.5.3. Any part ofCONTRACTOR's capital expenses.
including interest on CONTRACTOR'S capital employed
for the Work and charges against CONTRACTOR for
delinquent payments.
I
11.5.4. Cost 01:' premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required by
the Contract DoclJments to purchase and maintain the
same (except for the cost of premiums covered by sub-
paragraph 11.4,5.9 above).
I
I
11.5.5. Costs due to Ihe negligence of CONTRAC-
TOR. any Subcontr:l~lor. or anyone directly or indirectly
employed by any of i;,.:m or for \Vho~e aCls any of them
may be liable ;rh:I'ldin!; but not limiled to. the correction
of dt'li'( ;:, '.. '\lrl;. Jispos<ll l'f m:Hcrials or equipment
wrongly ~L1. ..! ;~. ~ "1akir.g goou any damage to prop-
erty.
I
I
11.5.6. Other o\"erhead or general expense custs of
any kind and the ~osts of any item nOI specifically and
expressl\" induded in paragraph 11.4.
I
CONTRACTOR's Fee:
11.6. The CONTRACTOR's Fee allowed to CONTRAC-
TOR for overhead and profit shall be determined as follows:
11.6.1 ~ a mutually acceptable fixed fee: or if none can
be agreed upon.
11.6.2. a fee based on the following percentages of the
various portions of the COSI of Ihe Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1
and 11.4.2. Ihe CONTRACTOR's Fee shall be fifteen
percent:
11.6.2.2. for costs incurred under paragraph 11.4.3.
the CONTRACTOR's Fee shall be f.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 11.4,4. 11.4.5 and 11,5:
11.6.2.4. the amount of credit 10 be allowed by
CONTRACTOR to OWNER for any such change which
results in a net decrease in cost will be the amount of
the actual net decrease plus a deduction in CONTRAC-
TOR's Fee by 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. Ihe adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the
net change in accordance with paragraphs t 1.6.2.1
through 11.6.2.4. 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 logether with supporting data.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the Contracl
Documents and shall cause the Work so covered 10 be done
by such Subcontractors or Suppliers and for such sums within
the limit of Ihe allowances as may be acceplable 10 ENGI-
NEER. CONTRACTOR agrees that:
11.8.1. The allowances include the cost 10 CON-
TRACTOR /less any applicable trade discounts I of mate-
rials and equipment required by the allowances to be deliv-
aed at the site. and all applicable laxes: and
11.8.2. CONTRACTOR's costs fur unloading and
handling un the site. lahor. installation costs. overhead.
profit and other l:xpenscs contemplated for the allowances
have bel:n incluLled in rhe Conlract Price and no! in (he
23
I
I
allowances. No demand for additional payment on account
of any thereof will be valid.
I
Prior to final payment. an appropriate Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances. and the Contract Price shall be correspond-
ingJy adjusted.
I
I
Unit Price Work:
11.9.1. Where the Contract Documents provide that
all or part of the Worle is to be Unit Price Work, initially
the Contract Price will be deemed to include for all Unit
Price Work an amowlt equal to the sum of the established
unit prices for each sc:par8tely identified item of U nit Price
Work times the estimated quantity of each item as indi-
cated in the Agreement. The estimated quantities of items
of Unit Price Work 2.re not guaranteed and are solely for
the purpose of comparison of Bids and determining an
initial Contract Price. Determinations of the actual quan-
tities and classificaticlns of Unit Price Work performed by
CONTRACTOR will be made by ENGINEER in accor-
dance with Paragraph 9.10.
I
I
I
I
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate to
cover CONTRACTGR' s overhead and profit for each sep-
arately identified item.
I
I
11.9.3. Where th~ quantity of any item of Unit Price
Work performed by CONTRACTOR differs materially
and significantly frOnl the estimated quantity of such item
indicated in the Agreement and there is no corresponding
adjustment with respect to any other item of Work and if
CONTRACTOR bc:lieves that CONTRACTOR has
incurred additional I:xpense as a result thereof. CON-
TRACTOR may make a claim for an increase in the Con-
tract Price in accordance with Anic1e I] if the panies are
unable to agree as to the amount of any such increase.
I
I
I
ARTICLE 12-CHANGE OF CONTRACT TIME
I
12.1. The Contract Time may only be changed by a Change
Order or a Written Ame:ndment. Any claim for an extension
or shortening of the Contract Time shall be based on wrinen
notice delivered by the party making the claim to the other
party and to ENGINEER promptly (but in no event later than
thirty days) after the oc:currence of the event giving rise to
the claim and stating th,~ general nawn of the claim. Notice
of the extent of the claim with supporting data shall be deliv-
ered within sixty days Hfter such occurrence (unless ENGI-
NEER allows an additional period of time to ascenain more
accurate data in SUPPOl1 of the claim) and shall be accom-
panied by the claimant's written statement that the adjust-
ment claimed is the entire adjustment to which the claimant
has reason to believe it is entitled as a result of the occurrence
of said event. All claim:, for adjustment in the Contract Time
I
I
I
I
shall be determined by ENGINEER in accordance with para-
graph 9.11 if OWN ER and CONTRACTOR cannot otherwise
agree. No claim for an adjustment in the Contract Time will
be valid if not submin~d in accordance with the requirements
of this paragraph 12.1.
12.2. The Contract Time will be extended in an amount
equal to time lost due to delays beyond the control of CON-
TRACTOR if a claim is made therefor as provided in para-
graph 12.1. Such delays shall include. but not be limited to.
acts or negJect by OWNER or others performing additional
work as contemplated by Article 7. or to fires. floods. labor
disputes. epidemics. abnormal weather conditions or acts of
God.
12.3. All time limits stated in the ContraCt Documents
are of the essence of the Agreement. The provisions of this
Article 12 shall not exclude recovery for damages (including
but not limited to fees and charges of engineers. architects.
attorneys and other professionals and coun and arbitration
costs) for delay by either party.
ARTICLE 13-W ARRANTY AND GUARANTEE;
TESTS AND INSPECTIONS:
CORRECTION. REMOVAL OR
ACCEPTANCE OF DEFECTIVE WORK
Wamwy tUUI Gu.tU'tUIUe:
13.1. CONTRACTOR warrants and guarantees to
OWNER and ENGINEER that all Work will be in accor-
dance with the Contract Documents and will not be defective.
Prompt notice of all defects shall be given to CONTRAC-
TOR. All defective Work. whether or not in place. may be
rejected. corrected or accepted as provided in this Article 13.
Aec:as to Work:
13.2. ENGINEER and ENGINEER's representatives.
other representatives of OWNER. testing agencies and gov-
ernmental agencies with jurisdictional interests will have access
to the Work at reasonable times for their observation. inspecting
and testing. CONTRACTOR shall provide proper and safe
conditions for such access.
Tens and Inspections:
13.3. CONTRACTOR shall give ENGINEER timely notice
of readiness of the Work for all required inspections. tests or
approvals.
13.4.. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereot) to specifically
be inspected. lested or approved. CONTRACTOR shall
assume full responsibility therefor. pay all costs in connection
therewith and furnish ENGINEER the required certificates
of inspection. testing or approval. CONTRACTOR shall also
24
I
I
be responsible for and shall pay all costs in connection wilh
any inspection or le!iling required in connection with OWN-
ER's or ENGINEEE's acceptance of a Supplier of malerials
or equipment proposed to be incorporated in the Work. or of
materials or equipment submitted for approval prior to CON-
TRACTOR's purchase thereoffor incorporation in Ihe Work.
The cost of all inspec:tions. tests and approvals in addition to
Ihe above which an: required by the Contract Documents
shall be paid by OW:\lER (unless olherwise specifiedl.
I
I
I
13.5. All inspections. tests or approvals other than those
required by Laws or Regulations of any public bodv haviOlz
jurisdiction shall be performed by organizations ac~eptabl~
to OWNER and CONTRACTOR (or by ENGIl'iEER 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 wrillen
concurrence of ENCiINEER. it must. if requested by ENGI-
NEER. be uncovered for observation. Such unco\"ering 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-
lions. lests 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. If any Work is covered contrary to the wrillen request
of E~GINEER. it must. if requesled by ENGI;-;EER. be
uncovered for ENG I;-.IEER's observation and reolaced at
CONTRACTOR's e:<pc:nse. '
I
I
13.9. If ENGINEER considers it necessary or advisable
that covered Work b,~ observed by ENGINEER or inspected
or tested by other.i. CONTRACTOR. at ENGINEER's
request. shall uncov:r. expose or otherwise make available
for observation. inspection ~r lestinl! as ENGI~EER mal'
require. Ihat portion ot Ihe Work in question. furnishing ail
necessary labor. material and equipment. If it is found Ihat
such Work is "<'.titeril'('. CONTRACTOR shall bear all direcl.
indirecl and ~onseqllential COSlS of such unco\"enng. e.\po-
sure. observation. inspection and tesling and of satisfactory
reconstruction. (includinl! but not limited to fees and charl!es
of engineers. architects. ;lIornc:ys and olher prufessionaisl.
and OWN ER shall be entitled to an appropriate decrease: in
the Contract Price. ami. if Ihe parties ure unable tll agree us
to the amuunt thereo~". may make a claim therefor as provide:d
in Article II. If. hl1\\ e\ er. "lIcn \\'-"1"1\ is not f,'und to t-e:
de/i'erin'. C(Y\TR.-\CTOR ,hall be allowe:d an in~reuse: in
lhe C'lOlract Pr;,', . " ...1 ~\~<=n,illn of the: Contra.:t Time. \'r
both. Jir~ctly atll"Jl1l1labk h) such uncovering. <,:.\puslIre.
obsen'ation. inspection. testing and reconstrucli,'n: and. if
Ihe parties are: unar Ie: to agree as III lhe amuunl llr extent
I
I
I
I
I
I
thereof. CONTRACTOR may make a claim therefor as pro-
vided in Articles 11 and 12.
Owner May Stop the Work:
13.10. If the Work is defecr;I'e. or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment. or fails to furnish or pert'orm the Work in such a
way that the completed Work will conform 10 Ihe Contract
Documents. OWNER may order CONTRACTOR 10 stop the
Work. or any portion thereof. until the cause for such order
has been eliminated: however, Ihis right of OWNER to stop
the Work shall not give rise to any duty on the part otOWNER
to exercise this right for the benefit of CONTRACTOR or
any other party.
Correction or Removal of Defective Work:
13.11. Ifrequired by ENGINEER. CONTRACTOR shall
. promptly. as directed. either correct all defectil'e Work.
whether or not fabricated. installed or completed. or. if the
Work has been rejected by ENGINEER. remove it from the
site and replace it with nondefecril'e Work. CONTRACTOR
shall bear all direct. indirec~ 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 lerms 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 defecri\'e, CONTRACTOR shall promptly.
without cost to OWNER and in accordance with OWNER's
written inslructions. either correct such ddecr;I'e Work. or.
if it has been rejected by OWNER. remove it from the site
and replace it with nonde/ecri\'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 defecri\'e Work cor-
rected or Ihe 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. allorneys and other professionals} will
be paid by CONTRACTOR. In special circumstances where
a particular item of equipment is placed in conlinuous service
before Substantial Completion of all the Work. the correction
period for that item may start to run from an earlier date if
so provided in the Specirications or by Written Amendment.
.4cceplance of Defeclil'e Work:
13.13. If. inSlead of requiring correction or removal and
replacemenl of dd(!eri\'l' Work. O\V~ER land. prior to
ENGINEER's recommendation of final payment. also
ENGINEERI prefers lOuccept it. OWNER may do so. CON-
TRACTOR ,hall hear all direct. indirect and consequential
:!5
I
I
costs attributable to OWNER's evaluation of and determi-
nation to accept such defectiv~ Work (such costs to be approved
by ENGINEER as to J:ea5onableness and to include but not
be limited to fees and c:harges of engineers. architects. attor-
neys and other profess:ionais). if any such acceptance occurs
prior to ENGINEER'~, recommendation of final payment.. a
Change Order will be issued incorporating the necessary revi-
sions in the Contract Documents with respect to the Work;
and OWNER shall be entitled to an appropriate decrease in
- the Contract Price. and. if the panies are unable to agree as
to the amount thereof.. OWNER may make a claim therefor
as provided in Anicle II. If the acceptance occurs after such
recommendation. an appropriate amount will be paid by
CONTRACTOR to m~ER.
I
I
I
I
I
OWNER May Cornet llefectiw: Wort:
13.14. If CONTRACTOR fails within a reasonable time
after written notice of ENGINEER to proceed to correct and
to correct deft!clive Work or to remove and replace rejected
Work as required by ENGINEER in accordance with para-
graph 13.11. or if CO r-iTRACTO R fails to perform the Work
in accordance with tlle Contract Documents. or if CON-
TRACTOR fails to comply with any other provision of the
Contract Documents. OWNER may. after seven days' writ-
ten notice to CONTRACTOR. correct and remedy any such
deficiency. In exercising the rights and remedies under this
paragraph OWNER sruill proceed expeditiously. To the extent
necessary to complete corrective and remedial action. OWNER
may exclude CONTR.A.CTORfrom all or pan oCthe site, take
possession of all or part of the Work. and suspend CON-
TRACTOR's services related thereto, take possession of
CONTRACTOR's tools. appliances, construction equipment
and machinery at the site and incorporate in the Work all
materials and equipment stored at the site or for which OWNER
has paid CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER. OWNER's represen-
tatives. agents and employees such access to the site as may
be necessary to enabh: OWNER to exercise the rights and
remedies under this pctragraph. All direct. indirect and con-
sequential costs of O';vNER in exercising such rights and
remedies will be charged apinst CONTRACTOR in an amount
approved as to reasonableness by ENGINEER. and a Change
Order will be issued inl:orporating the necessary revisions in
the Contract Documents with respect to the Work: and
OWNER shall be entilled to an appropriate decrease in the
Contract Price. and. if the'panies are unable to agree as to
the amount thereof. OWNER may make a claim therefor as
provided in Article 11. Such direct. indirect and consequen-
tial costs will include but not be limited to fees and charges
of engineers. architects. attorneys and other professionals,
all court and arbitration costs and all costs of repair and
replacement of work of others destroyed or damaged by
correction. removal or replacement of CONTRACTOR's
defective Work. CONTRACTOR shall not be allowed an
extension of the Contract Time because of any delay in per-
formance of the Work attributable to the exercise by OWNER
of OWNER's rights and remedies hereunder.
I
I
I
I
I
I
I
I
I
I
I
I
ARTICLE I~PA YMENTS TO CONTRACTOR AND
COMPLETION
Sch.tblU ofYablu: .
14,1, The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will be incorporated into a form of Application for Pay-
ment acceptable to ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of
units completed.
Appliauum for Prognss Paymenl:
14.2. At least twenty days before each progress payment
is scheduled (but not more often than once a month). CON-
TRACfOR shall submit to ENGINEER for review an Appli-
cation for Payment filled out and signed by CONTRACTOR
covering the Work completed as oCthe date of the Application
and ac:coq1panicd by such supporting documentation as is
required by the Contract Documents. If payment is requested
on the basis of materials and equipment not incorporated in
the Work but delivered and suitably stored at the site or at
another location agreed to in writing, the Application for
Payment shall also be accompanied by a bill of sale. invoice
or other documentation warranting that O~ER has received .
the materials and equipment free and clear of all liens. chlU'iCS,
security interests and encumbrances (which are hereinafter
in these Genera! Conditions referred to as "Liens") and
evidence that the materials and equipment arc covered by
appropriate property insurance and other arrangements to
protect OWNER's interest therein. all of which will be sat-
isfactory to OWNER. The amount of retainage with respect
to progress payments will be as stipulated in the Agreement.
CONTRACTOR's WGn1IIIty ofTidt!:
14.3. CONTRACfOR warrants and guarantees that title
to all Work. materials and equipment covered by any Appli-
cation for Payment, whether incorporated in the Project or
not, will pass to OWNER no later than the time of payment
free and clear of all Liens.
R,view of Appliauions for Progress Paymlnl:
]4.4. ENGINEER will. within ten days after receipt of
each Application for Payment. either indicate in writing a
recommendation of payment and present the Application to
OWNER. or return the Application to CONTRACTOR indi-
cating in writing ENGINEER's reasons for refusing to rec-
ommend payment. In the latter case. CONTRACTOR may
make the necessary corrections and resubmit the Applica-
tion. Ten days after presentation of the Application for Pay-
ment with ENGINEER's recommendation. the amount rec-
ommended will (subject to the provisions of the last sentence
of paragraph 14.7) become due and when due will be paid by
OWNER to CONTRACTOR.
14.5. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute a
26
I
I
representation by ENGINEER to OWNER. based on ENGI-
NEER's on-site ob:iervalions of the Work in progress as an
experienced and qualified design prolessional and on ENGI-
NEER's review of the Application for Payment and the
accompanying data and schedules Ihat the Work has pro-
gressed 10 Ihe poinl indicated: Ihal. 10 the best of ENGI-
NEER's knowledg(:. information and belief. the quality of
Ihe Work is in act:ordance with the Contract Documents
(subject to an evalu,ation of Ihe Work as a functioning whole
prior to or upon Sut'stantial Completion. 10 Ihe results of any
subsequent tests called for in the Contract Documents. to a
final determination of quantities and classifications for Unil
Price Work under paragraph 9.10. and to any other qualifi-
calions stated in Ihe recommendalionl: and that CONTRAC-
TOR is entitled to payment of Ihe amount recommended.
However. by recommending any such payment ENGINEER
will not thereby be deemed 10 have represented that exhaus-
tive or continuous on-site inspections have been made to
check Ihe quality or Ihe quantity of the Work beyond the
responsibilities spel:itically 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 10 be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR.
I
I
I
I
I
I
I
14.6. ENGINEER's recommendation of final payment
will constitute an additional representalion by ENGINEER
to OWNER Ihat the conditions precedent to CONTRAC-
TOR's being entitled to final payment as set fonh in paragraph
14.13 have been ful/i1led.
I
I
14.7. ENGINEER may refuse to recommend Ihe whole
or any part of any payment if. in ENGINEER's opinion. it
would be incorrect to make such representations to OWNER.
ENGINEER may also refuse to recommend any such pay-
ment. or. because of subsequently discovered evidence or
Ihe results of subsequent inspections or tests. nullify any such
payment previously recommended. 10 such extent as may be
necessary in ENGINEER's opinion to protect OWNER from
loss because:
I
I
14.7.1. the Work is defecri\'e. or completed Work has
been damage? requiring correction or replacement.
I
14.7.:!. the Contract Price has been reduced by Writ-
len Amendment .x Change Order.
I
14.7.3. OWNER has been required to correCl det(>(".
ril'e Work or complele Work in accordance wilh paragraph
13.14. or
I
14.7.4. Ul ENGINEER's actual knowledge of the
occurrence of any of the events enumerated in paragraphs
15.2.1 through 1~:.2.9 inclusive.
I
OWNER may refwie to makt: payment of the full amount
recommendcd by ENGIN EER because claims have been
made :lgainst OWNER on account ut'CONTRACTOR's per-
formance or furnishing of the Work or Liens have been filed
in connection with l'.1e Work or Ihere are other items entitling
I
I
OWNER to a set-off against the amount recommended. but
OWNER must give CONTRACTOR immediate wrilten no lice
(with a copy 10 ENGINEER) stating the reasons for such
action.
SubsUlntiDJ Completion:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work is
substantially complete (except for items specifically listed by
CONTRACTOR as incomplete) ana request that ENGI-
NEER issue a certificate of Substantial Completion. Within
a reasonable time thereafter, OWNER. CONTRACTOR and
ENGINEER shall. make an inspection of the Work to deter-
mine the status of completion. If ENGIN EER does not con-
sider the Work substantially complete. ENGINEER will notify
CONTRACTOR in writing giving the reasons Iherefor. If
ENGINEER considers the Work substantially complete.
ENGINEER will prepare and deliver to OWNER a tentative
cenificate of Substantial Completion which shall fix the date
of Substantial Completion. There shall be allached 10 the
cenificate 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
cenificate or attached list. If. after considering such objec-
lions. ENGINEER concludes that the Work is not substan-
tially complete. ENGINEER will within founeen days after
submission of the tentative cenificate 10 OWNER notify
CONTRACTOR in writing, stating the reasons therefor. If.
after consideration of OWNER's objections. ENGINEER
considers the Work substantially complete. ENGINEER will
within said fourteen days execute and deliver to OWNER
and CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be com-
pleted or corrected) reflecting such changes from the tentative
certificate as ENGINEER believes justified after consider-
ation of any objections from OWNER. At the time of delivery
of the tentative certificate of Substantial Completion ENGI-
NEER will deliver 10 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 warranlies. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER prior to ENGINEER's issuing the definitive
certificate of Subslantial Completion. ENGINEER's alore-
said recommendation will be binding on OWNER and CON-
TRACTOR until final payment.
14.9. OWNER shall have the right 10 exclude CON-
TRACTOR from Ihe Work after the date of Substantial Com-
pletion. but OWN ER shall allow CONTRACTOR reasonable
access to complele or corrcct items on the tentative list.
Partial L'li/i:.alion:
14.10. Use by OWNER of any finished part of the Work.
which has specifically bt:!:n identified in the Conlracl Docu-
27
I
I
ments. or which OWNER. ENGINEER and CONTRAC-
TOR agree constitutes a separately functioning and useable
pan of the Work that (:an be used by OWNER without sig-
nificant interference with CONTRACTOR's performance of
the remainder of the Work. rriay be accomplished prior to
Substantial Completion of all the Work subject to the follow-
ing:
I
I
14.10.1. OWNER at any time may request CON-
TRACTOR in writing to permit OWNER to use any such
pan of the Work which-OWNER believes to be ready for
its intended use and substantially complete. If CON-
TRACTOR agrees. CONTRACTOR will certify to OWNER
and ENGINEER that said part of the Work is substantially
complete and reque:lt ENGINEER to issue a certificate of
Substantial Completion for that part of the Work. CON-
TRACTOR at any lime may notify OWNER and ENGI-
NEER in writing ttu~t CONTRACTOR considers any such
pan of the Work ready for its intended use and substan-
tially complete and request ENGINEER to issue a certif-
icate of Substantial Completion for that part of the Work.
Within a reasonable 1 ime after either such request. OWNER.
CONTRACTOR and ENGINEER shall make an inspec-
tion of that part of the Work to determine its s;atus of
completion. If ENGINEER does not consider that part of
the Work to be substantially complete. ENGINEER will
notify OWNER and CONTRACTOR in writing giving the
reasons therefor. If ENGINEER considers that pan of the
Work to be substanlially complete. the provisions of para-
graphs 14.8 and 14.9 will apply with respect to certification
of Substantial Completion of that pan of the Work and the
division of respom.ibility in respect thereof and access
thereto.
I
I
I
I
I
I
I
14.10.:2. OWNER may at any time request CON-
TRACTOR in writJ:ng to permit OWNER to take over
operation of any su:h pan of the Work although it is not
substantially complete. A copy of such request will be
sent to ENGINEER and within a reasonable time there-
after OWNER. CONTRACTOR and ENGINEER shall
make an inspection of that pan of the Work to determine
its status of completion and will prepare a list .of the items
remaining to be completed or corrected thereon before
final payment. If CONTRACTOR does not object in writ-
ing to OWNER and ENGINEER that such part of the
Work is not ready for separate operation by OWNER.
ENGINEER will finalize the list of items to be completed
or corrected and will deliver such list to OWNER and
CONTRACTOR together with a written recommendation
as to the division of responsibilities pending final payment
between OWNER and CONTRACTOR with respect to
security. operation.. safety. maintenance. utilities. insur-
ance. warranties and guarantees for that part of the Work
which will becomc: binding upon OWNER and CON-
TRACTOR at the .time when OWNER takes over such
operation (unless they shall have otherwise agreed in writ-
ing and so informed ENGINEERl. During such operation
and prior to Substantial Completion of such part of the
Work. OWNER shall allow CONTRACTOR reasonable
access to completc: or correct items on said list and to
complete other related Work.
I
I
I
I
I
I
I
I
14.10.3. No occupancy or separate operation of pan
of the Work will be accomplished prior to compliance with
the requirements of paragraph 5.15 in respect of propeny
insurance.
FinDl lnsp<<lion:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete. ENGI-
NEER will make a final inspection with OWNER and CON-
TRACTOR and will notify CONTRACTOR in writing of all
particulars in which this inspection reveals that the Work is
incomplete or defective. CONTRACTOR shall immediately
take such measures as are necessary to remedy such defi-
ciencies.
F inDl App/iauio" for Paymelll:
14.12. After CONTRACTOR has completed all such cor-
rections to the satisfaction of ENGINEER and delivered all
maintenance and operating instructions. schedules. guaran-
tees. Bonds. certificates of inspection. marked-up record
documents (as provided in paragraph 6.19) and other docu-
ments-all as required by the Contract Documents. and after
ENGINEER has indicated that the Work is acceptable (sub-
ject to the provisions of paragraph 14.16). CONTRACTOR
may make application for final payment following the pro-
cedure for progress payments. The final Application for Pay-
ment shall be accompanied by all documentation called for
in the Contract Documents. together with complete and legally
effective releases or waivers (satisfactory to OWNER) of all
Liens arising out of or filed in connection with the Work. In
lieu thereof and as approved by OWNER. CONTRACTOR
may furnish receipts or releases in full: an affidavit of CON-
TRACTOR that the releases and receipts include all labor.
services. material and equipment for which a Lien could be
filed. and that all payrolls. material and equipment bills. and
other indebtedness connected with the Work for which
OWNER orOWNER's property might in any way be respon-
sible. have been paid or otherwise satisfied: and consent of
the surety. if any. to final payment. If any Subcontractor or
Supplier fails to furnish a release or receipt in full. CON-
TRACTOR may furnish a Bond or other collateral satisfac-
tory to OWNER to indemnify OWNER against any Lien.
FilUll Payment and AccepUUlce:
14.13. If. on the basis of ENGINEER's observation of
the Work during construction and final inspection. and.
ENGINEER's review of the final Application for Payment
and accompanying documentation-all as required by Ihe
Contract Documents. ENGINEER is satisfied that the Work
has been completed and CONTRACTOR's other obligations
under the Contract Documents have been fulfilled. ENGI-
NEER will. within ten days after receipt of the final Appli-
ciuion' for Payment. indicate in writing ENGlNEER's rec-
ommendation of payment and present the Application to
OWNER for payment. Thereupon ENGINEER will give
written notice to OWNER and CONTRACTOR that the Work
is acceptable subject to the provisions of paragraph 14.16.
28
I
I
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. Thirty days after presentation to OWNER of the
Application andaccompanyjng documentation, in appropri-
ate form and substanc:e. and with ENGINEER's recommen.
dation and notice of al:ceptability. the amount recommended
by ENGINEER will become due and will be paid by OWNER
10 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 lerminating 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. Ihe written consent of the surety to the payment
of the balance due for that portion of the Work fully com-
pleted and accepted :ihall be submitted by CONTRACTOR
10 ENGINEER with I he Application for such payment. Such
payment shall be made under the terms and conditions gov-
erning final payment, except that it shall not constitute a
waiver of claims.
I
I
I
I
I
Contractor's 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 oCCUp,IOCY of the Work or any part thereof by
OWNER. nor any al:t 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 of a notice
of acceptability by ENGINEER pursuant to paragraph 14.13.
nor any correction of defeclh'e 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 Ihe Work in accordance with the Contract
Documents lexCept a:i provided in paragraph 14.161.
I
I
I
I
I
Wa;~'er of Claims:
14.16, The making and acceptance or" tinal payment will
consl1lute:
I
I
14.16.1. a wai'ler of all claims 1;1\' OWNER againsl
CONTRACTOR. except claims arising from uns.:ukd
Liens. from ",,-kerin' Wurk appeanng after final inspec-
lillO pursuant to paragraph 14. t I or from failure II) compl\
\\ ith the Contract Dllcumenls ur the lerms of any special
guarantees specilil:d therein: however. it will mH consti-
tute a waiver hy OWN ER of any righls in respect l)f
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 Ihose previously made in writ-
ing and still unsettled.
ARTICLE 15-SUSPENSION OF WORK AND
TERMINATION
Owner May Suspend Work:
15.1. OWNER may. at any time and wilhout cause. sus-
pend the Work or any portion thereof for a period of not more
than ninety days by notice in writing to CONTRACTOR and
ENGINEER which will fix the date on which Work will be
resumed. CONTRACTOR shall resume the Work on the date
so fixed. CONTRACTOR shall be allowed an increase in the
Contract Price or an extension of the Contract Time. or bolh.
directly attributable to any suspension if CONTRACTOR
makes an approved claim therefor as provided in Articles II
and 12.
Owner May Terminate:
15.2. Upon the occurrence of anyone or more of the
foUowing events:
15.2.1. if CONTRACTOR commences a voluntary case
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 slate
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 bankruplcy or insolvency.;
15.2.3. if CONTRACTOR makes a general assignment
for the benefit of creditors:
15.2A. if a lrustee. 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 (he purpose of
enforcing a Lien against such property or for the purpose
of general administration of such property for the benefit
of CONTRACTOR's creditors:
15.2.5. if CONTRACTOR admits in wriling an inabil-
ity 10 pay its debts generally as they become due;
15.2.6. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contr.1ct Documenls
29
I
I
(including. but not limited to. failure to supply sufficient
skilled workers or suitable malerials or equipment or
failure to adhere to the progress schedule established under
paragraph 2.9 as rev'ised from time to time):
I
I
15.2.7. if CONTRACTOR disregards Laws or Regu-
lations of any public: body 'having jurisdiction:
15.2.8. if CON1RACTOR disregards the authority of
ENGINEER: or
I
15.2.9. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract Docu-
ments:
I
OWNER may. after gi'~ing CONTRACTOR (and the surety.
if there be one) seven days' written notice and to the extent
permitted by Laws and Regulations. terminate the services
of CONTRACTOR. e;,cJude CONTRACTOR from the site
and take possession of the Work and of all CONTRACTOR's
tools. appliances. COD!.truction equipment and machinery at
the site and use the sanle to the full extent they could be used
by CONTRACTOR {without liability to CONTRACTOR for
trespass or conversion;'. incorporate in the Work all materials
and equipment stored at the site or for which OWNER has
paid CONTRACTOR but which are stored elsewhere. and
finish the Worle as OWNER may deem expedient. In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid
balance of the Contrac~: Price exceeds the direct. indirect and
consequential costs of completing the Work (including but
not limited to fees and ,:harges of engineers. architects. attor-
neys and other professionals and court and arbitration costs)
such excess will be paid to CONTRACTOR. If such costs
exceed such unpaid bHlance. CONTRACTOR shall pay the
difference to OWNER. Such costs incurred by OWNER will
be approved as to reasonableness by ENGINEER and incor-
porated in a Change Order. but when exercising any rights
or remedies under this paragraph OWNER shall not be required
10 obtain the lowest price for the Work performed.
I
I
I
I
I
I
I
I
I
I
15.3. Where CONTRACTOR's services have been so
terminated by OWNER. the termination will not affect any
rights or remedies of OWNER against CONTRACTOR then
existing or which may thereafter accrue. Any retention or
payment of moneys .due CONTRACTOR by OWNER will
not release CONTRACTOR from liability.
15.4. Upon seven days' wriuen notice to CONTRAC-
TOR and ENGINEER. OWNER may. without cause and
without prejudice to any other right or remedy. elect to aban-
don the Worle and terminate the Agreement. In such case.
CONTRACTOR shall be paid for all Worle executed and any
expense sustained plus reasonable termination expenses. which
will include. but not be limited to. direct. indirect and con-
sequential costs (including. but not limited to. fees and charges
of engineers. architects. attorneys and other professionals
and court and arbitration costs).
Collll'actDr May Stop Wort or TerminlJU:
15.5. If. through no act or fault of CONTRACTOR. the
Worle is ~uspended for a period of more than ninety days by
OWNER or under an order of court or other public authority.
or ENGINEER fails to act on any Application for Payment
within thirty days after it is submitted. or OWNER fails for
thirty days to pay CONTRACTOR any sum finally deter-
mined to be due. then CONTRACTOR may. upon seven
days' written notice to OWNER and ENGINEER. terminate
the Agreement and recover from OWNER payment for all
Worle executed and any expense sustained plus reasonable
termination expenses. In addition and in lieu of terminating
the Agreement. if ENGINEER has failed to act on an Appli-
cation for Payment or OWNER has failed to make any pay-
ment as aforesaid. CONTRACTOR may upon seven days'
written notice to OWNER and ENGINEER stop the Worle
until payment of all amounts then due. The provisions of this
paragraph shall not relieve CONTRACTOR of the obligations
under paragraph 6.29 to carry on the Work in accordance
with the progress schedule and without delay during disputes
and disagreements with OWNER.
. [The remainder of this page was left blank intentionally.J
I
I
I
30
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ARTICLE 16--ARBITRATION
16.1 All claims, disputes and other matters 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 Court of Richmond County, Georgia.
(The ..remainder of this page was left blank intentionally.)
31
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(This page was left blank. intentionally.)
32
I
I
ARTICLE 17-MISCELLANEOUS
'1
Giving Notice:
17.1. Whenever any provIsIon of the Contract Docu-
ments requires.the giving of written notice. it will be deemed
eo 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 wholm it is intended. or if delivered at or sent
by registered or certified mail. postage prepaid. to the lase
business address known to the giver of the notice.
I
I
ComplllDlion of Time,~
17.2.1. 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.
I
I
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight shall constitute a day.
I
General:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or propeny because of any error. omis-
I
I
I
I
I
I
I
I
I
I
I
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 pany
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 17.3 shall
.not. be 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-
eral Conditions and the rights and remedies available here-
under to ehe panies hereto. and. in panicular but without
limitation. the warranties. guarantees and obligations imposed
upon CONTRACTOR 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 of. any
rights and remedies available to any or all 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 repeated specifically in the Contract
Documents in connection with each panicular duty. obliga-
tion. right and remedy to which they apply. All representa-
tions. warranties and guarantees made in the Contract Doc-
uments will survive final payment and termination or com-
pletion of the Agreement.
33
I
I
1
I
1
I
I
I
I
I
I
I
1
I
1
I
I
I
I
SUPPLEMENTARY CONDITIONS
1.1 9WNER'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 County for this project.
Current insurance coverages will remain in effect for
1:he life of this Contract.
1. 2 ~~ONTRACTOR' S LIABILITY:
l~s indicated under Section 5.3 of the General Conditions,
the Ccmtractor's Liability Insurance shall be in an amount not
less t:han $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 C,::mtractor' s Property Damage Insurance in an amount not
less t:han $100,000 for all property damage sustained by anyone
person in anyone accident; and a limit of liability of not
less t:han $200,000 for any such damage sustained by two or more
persons in anyone accident.
~rhe Contractor shall either (1) require each of his
subcontractors to procure and to maintain during the life of
his subcontract, Subcontractor's Liability and Property Damage
Insurance of the type and in the same amounts as specified in
the preceding paragraph, or (2) insure the activities of his
subcontractors in his own policy.
1. 3 l;PECIAL HAZARDS:
'J~he Contractor's and his Subcontractor's Liability and
property Damage Insurance shall provide adequate protection
agaim;t 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,
power lines, telephone lines, gas lines, other
utilities and private structures contiguous to the
job site.
SC-1
I
I
I
1
1
1
I
I
I
I
I
I
I
I
I
I
I
I
1
1. 4 ~~ESTING LABORATORY:
l~ll testing and laboratory work in connection therewith
shall be performed by an independent fi~ and paid for by the
Contractor. Copies of all test reports shall be forwarded to
Augus1:a-Richmond County Public Works. There will be no
separate payment for this work.
1.5 l;URVEYS:
~['he Contractor will provide surveying for construction
staking, horizontal control and vertical control as necessary.
1.6 pROGRESS PAYMENT:
section 14.2 of the General Conditions shall be amended as
follo~l1s :
~rhe contractor may submit monthly estimate for work
Gompleted 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,
:;ecurity interest and other encumbrances shall be
attached to the payment request.
1. 7 ;E:NGINEER:
All references to "Engineer" shall be interpreted to mean
the Augusta-Richmond County Engineer, or his official designee.
1.8 :UNDERGROUND UTILITIES:
(References 4.3, 1.4, 3.2)
'rhe 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
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
SECTIONP
PROPOSAL
Date:
May 28, 1998
Gentlemen:
May 26 In gsompliance with your invitation for bids dated
, 19___, the undersigned hereby proposes to furnish
all labor, equipment, and materials, and to perform all work
for the installation of streets, and appurtenances referred
to herein as:
S. R. 56 @ Phinizy Road Intersection Improvements
Project Number: 55-8692-096
in st:rict accordance with the Contract Documents and in
consideration of the amounts shown on the Bid Schedule
attached hereto and totaling:
Two Hundred Sixty Six Thousand, Six Hundred Fiftv Nine and No Cents
-------------------------------- DOLLARS ($ 266,659.00
The undersigned hereby agrees that, upon written
acceptance of this bid, he will within 10 days of receipt of
such notice execute a formal contract agreement with the
OWNER, and that he will provide the bond or guarantees
required by the Contract Documents.
The undersigned hereby agrees that, if awarded the
contract, he will commence the work within 10 calendar
days after the date of written notice to proceed, and that he
will complete the work within 125 calendar days.
The undersigned acknowledges receipt of the
follawing addenda:
Respectfully Submitted
Beam's Pavement Maintenance Company,
(Name of Firm)
POBox 398 2335 Atomic Rd.
Inc.
By:
Title: Greg Beam, President
P-1
I
I
1
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
S. R. 56 @ PHINIZY ROAD INTERSECTION IMPROVEMENTS
PROJECT NUMBER: 55-8692-096
DETAIL ESTIMATE .
liTEM NO. I~ -. - ... ' IIUN UNIT QTY UNll "'1<1~t: AMOUNT
150-1000 TRAFFIC CONTROL LUMP 1
5000.00 5,000.00
CONST & MAIN BALED STRAW 2.00
163-2051 EROSION CHECK LF 100 200.00
171-0010 TEMPORARY SIL T FENCE, TYPE A LF 500 1,500.00
3.00
230-1000 l.UMP SUM CONSTRUCTION LUMP 1 62100.00
62,100.00
310-5060 GR AGGR BASE CRS, 6", INCL MATL SY 1300 8.25
10,725.00
318-3000 AGGR SURF CRS TON 100 17.50 1,750.00
HECY ASPH CONC B, GP 1 OR 2, INCL 42.00 22,260.00
402-0111 ElITUM MATL. & H LIME TON 530
HECY ASPH CONC H, GP 1 OR 2, INCL
402-0136 EIITUM MA TL, & H LIME TON 550 38.25 21,037.50
FlECY ASPH CONC LEVELING, INCL
402-1812 E;ITUM MATL. & H LIME TON 250 43.00 10,750.00
413-1000 E./TUM TACK COAT GAL 400 -
.90 360.00
500-3800 CL A CONC INCL REINF STEEL CY 3 675.00 2,025.00
550-1150 STORM DRAIN PIPE, 15 IN, H 1-10 LF 50 1,050.00
21 .00
550-1180 STORM DRAIN PIPE, 18 IN, H 1-10 LF 120 3,540.00
29.50
FLARED END SECTION 15 IN, STORM 1520.00 3,040.00
550-4215 DRAIN EACH 2
610-1055 REM GUARDRAIL LF 25 8.00
200.00
610-1074 REM GUARDRAIL, ANCH, TP 9 EACH 1
350.00 350.00
611-8050 ADJUST MH TO GRAQE EACH 1 700.00
700.00
634-1200 RIGHT OF WAY MARKER EACH 10
75.00 750.00
641-5012 GUARDRAIL ANCHORAGE. TP 12 EACH 1
3110.00 3,110.00
647-1000 TRAFFIC SIGNAL INSTALLATION NO.1 lUMP 1 49000.00 49,000.00
THERMOPLASTIC PVMT MARKING, 70.00 140.00
653-0110 AI~ROW. TP 1 EACH 2
THERMOPOASTIC PVMT MARKING.
653-0120 AI~ROW, TP 2 EACH 10 70.00 700.00
I ....., "..~ ..A::i lie t-'VM I .. , 105.00
653-0210 WORD, TP 1 EACH 1 101:).00
P-2
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM NO. 'IIUN ... . . UNIT QTY UNIT--PRICE AMOUNT
THERMOPLASTIC SOLID TRAFFIC
653-1501 STRIPE 5 IN, WHITE LF 4000 .37 1,480.00
THERMOPLASTIC SOLID TRAFFIC
653-1502 STRIPE 5 IN, YELLOW LF 3500 .37 1,295.00
THERMOPLASTIC SOLID TRAFFIC
653-1604 STRIPE, 18 IN, WHITE LF 100 3.75 375.00
THERMOPLASTIC SKIP TRAFFIC 472.50
653-3501 STRIPE 5 IN, WH ITE GR LF 1750 .27
. THERMOPLASTIC TRAFFIC STRIPING, 324.00
653-6004 WHITE SY 60 5.40
THERMOPLASTIC TRAFFIC STRIPING,
653-6006 YELLOW SY 25 5.40 135.00
RAISED PAVEMENT MARKERS, TYPE 1, 390.00
654-1001 YELLOW EACH 60 6.50
RAISED PAVEMENT MARKERS, TYPE 3, 260.00
654-1003 CLEAR/RED EACH 40 6.50
668-5020 JUNCTION BOX, MODIFIED EACH 1
1175.00 1,175.00
668-8014 SAFETY GRATE. TP 4 . sa FT 3.0 30.00 900.00
670-1120 WATER MAIN, 12 IN LF 550 40.00 22,000.00
670-1140 WATER MAIN, 14 IN LF 700 31,500.00
45.00
670-2120 GATE VALVE, 12 IN EACH 1 2000.00 2,000.00
700-0200 GRASSING LUMP 1 3960.00 3,960.00
TOTAL 266,659.00
230.1000 1__.... ~UM ITt:M~ . UNIT' QTY
REM BRICK COLUMNS/WALL LUMP LUMP
TRANSITION TIE-INS LUMP LUMP
CLEARING & GRUBBING ACRE 1.76
EXCAVATION CY 4,100
BORROW CY 925
NOTES:
LUMP SUM CONSTRUCTION INCLUDES, BUT IS NOT LIMITED TO, THE ABOVE ITEMS.
QUANTITIES ARE TO BE USED FOR ESTIMATING PURPOSES ONLY.
P-3
I
I
1
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
S.R. 56 @ PHINIZY ROAD INTERSECTION IMPROVEMENTS
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.
AGGREGA'J~E SURFACE COURSE:
ThH item aggregate surface course is for use in inclement
weather to facilitate the movement of local traffic along
roadway construction and to permit ingress and egress at
drives. When used for this pUrpose, Section 318, Georgia
Standard Specifications, is modified to permit truck dumping
on unprepared and muddy subgrade. Section 318 is further
modified to permit the use of crusher run stone as described
in Subsection 806.02. The Contractor will have the choice of
thH following materials.
Graded Aggregate
Coarse Aggregate Size 467
Stabilizer Aggregate Type 1 or 2
Crushed Stone
Subsection 815.01
Subsection 800.01
Section 803
Subsection 806.02
All materials to be used as directed by the Engineer.
AS-BUIL~[, PLANS:
Thl~ Contractor shall furnish a legible set of "as-built"
plans, in good condition, to the Project Inspector no later
than 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. As-built plans, approved by the Project
InBpector, must have the Inspector's signature on the cover
shl~et. No "as-built" plans will be accepted without the
approval of the Project Inspector.
COMPACTION:
All compaction shall be as defined in the current edition of
Georgia Department of Transportation Specifications. Special
at1:ention shall be given to the backfill or minor structures
(pipe, box culverts, manholes, catch basins, drop inlets,
etf=.). Compaction shall be achieved using approved tamps and
soil layers of approximately 6 inches (loose measure) and in
aCl=ordance with Georgia Department of Transportation Standards
10:30-0 and 1401. Backfilling operations of this nature shall
G-1
I
I
1
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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
Spe:cifications, Current Edition. Backfilling with sand using
jet,ting and/or flooding will not be allowed in any case without the
wri.tten permission of the Engineer. .
CONCRETE::
The Contractor shall have a slump cone on the project at all
times when concrete is being placed. He shall, in the
En9ineer's presence, perform slump tests as directed by the
En9ineer. Tests shall be performed by qualified personnel
wi t:h 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.
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.
At locations where new pavement is to be placed adjacent to
ex:Lsting 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
sa~.,ed in concrete pavement will be paid for under the pay
i tf~m-Sawed Joints... Per Linear Foot.
Wht~re curb and gutter is used and the shoulder elevations are
hiq-her than adjacent ground, the actual direction of drainage
runoff shall be determined by the Contractor. He shall make
suc:h 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
bac:k of the curb line not to exceed an algebraic difference of
0.07. This should be used primarily on the high side of
superelevated curves. The Contractor should use caution with
standard variance and place special emphasis on hydraulic
co:nsiderations.
Wh,ere curb and gutter is to be built on the high side of
superelevated curves the gutter slope shall match the roadway
slope or superelevation rate.
The Contractor shall provide borrow and/or waste pits for this
project. All pits acquired for use on this project shall be
reclaimed in accordance with Subsection 107.23 and section 160
of the Standard Specifications.
G-2
I
I
1
I
1
I
I
1
I
1
I
I
1
I
I
I
I
I
I
All storm drain pipe, side drain pipe, pipe culvert wingwalls,
ste!ps, 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
CIE~aring and Grubbing, Grading Complete, Grading Per Mile or
LUDlp Sum Construction.
cut and fill slopes outside of ,clear iones may be adjusted on
construction where necessary to remain within the right of
way.
curb cuts ramps in accordance with standard 9031-W are to be
uSf~d- at all street intersections on this project.
CONSTRUCTION LAYOUT:
Construction layout work shall be performed by the Contractor.
SeB section 149 of the Standard Specifications. The survey
for this project was made by ZEL Enqineers (706)724-5627.
DESIGN ALTERATIONS:
Thl~ Commission-Council recognizes that various changes in
de:;ign may be made as the proj ect progresses. Any requests
fo:r additional payment will be processed based on actual work
in place and the unit prices submitted as a part of this bid.
Itlams 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.
DRIVEWAYS:
The item aggregate surface course is for use as surface for
unpaved drives and for use in inclement weather to facilitate
the movement of local traffic along roadway construction and
to permit ingress and egress at drives. When used for this
purpose, Section 318, Georgia Standard Specifications is
modified to permit truck dumping on unprepared and muddy
subgrade. Section 318 is further modified to permit the use
of crusher run stone as described in Subsection 806.02. The
Contractor will have the choice of the following materials:
Graded Aggregate
Coarse Aggregate Size 467
Stabilizer Aggregate Type 1 or 2
Crushed Stone
Subsection 815.01
Subsection 800.01
Section 803
Subsection 806.02
All materials to be used as directed by the Engineer.
All driveways that are to be reconstructed shall be replaced
in. kind i.e., asphalt for asphalt, concrete for concrete, and
aggregate surface courses for earth. The driveway locations
in.dicated on the plans are from the best available data. The
CClntractor shall obtain the approval of the Engineer prior to
ma.king any revisions such as to location, width, and/ or number
of drives to be constructed where required.
G-3
I
I
I
I
1
I
I
I
1
1
I
I
1
I
I
I
I
I
I
Ingress -and egress shall be maintained at all times to
adjacent properties, unless otherwise noted in the plans.
All valley gutter drives shall conform to Standard 6050 or
9031-J.
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 t:he cost of the project unless shown as a separate pay
item. .
EXCESS MA.TERIAL:
All excess material is to be disposed of as directed by the
Engineer or as noted in Subsection 107.23 of the
Specifications.
FENCE:
All new fence 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 c.ontracts 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 ()r better than the original fence at the time of it's
inst,allation.
In accordance with Subsection 643. 03D the Contractor must
furnlish positive locking devices, padlocks and keys with all
gate: assemblies.
FINISHING AND DRESSING:
All unpaved and natural areas which are disturbed by the
construction of this project are to be returned to the pre-
existing shape and slope and then finished and dressed. No
sepa.rate payment will be made for grassing, fertilizing and
mulching of disturbed areas, unless specifically shown as a
pay item.
FLAGGING:
Flag'gers shall be provided as required to handle traff ic, as
specified in the Plans or Special provisions, and as required
by t,he Eng ineer .
All flaggers shall meet the requirement of part 6F of the
MUTeD and must have received training and a certificate upon
completion of the training from a Department approved training
G-4
I
I
I
1
1
I
I
1
I
I
I
I
I
I
I
I
I
I
I
pro9ram. 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
cer1:ified flagger{s).
Fla9gers 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 for controlling traffic. The Stop/Slow paddle shall
havE~ a shaft length of six (6) feet minimum. In addition to
the 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 1:he flagging operation in accordance with the MUTCD. In
addition to the signs required by the MUTCD, signs at regular
intE!rvals, warning of the presence of the flagger shall be
plac:ed beyond the point where traffic can reasonably be
expE!cted to stop under the most severe conditions for that
day's work.
FOUNDATION BACKFILL MATERIAL, TYPE I:
Foundation Backfill Material Type I shall conform to Georgia
Standard 1030-D and section 207 of the Standard
Spec:ifications. No separate payment will be made for this
mate~rial or its placement.
FOUNDATION BACKFILL MATERIAL, TYPE II:
FouI1idation Backfill Material, Type II shall conform to Georgia
StaI1idard 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-C or as directed by the
Engineer. Payment shall be per cubic yard unless otherwise
specified in the contract.
GRADES:
with the approval of the Engineer, grades may be field
adjusted to provide for best drainage.
GRADING:
In contracts where grading, including excavation for drainage
structures, is accomplished under section 210 (Grading
Complete or Grading Per Mile) or section 230 (Lump Sum
Construction) the Lump Sum amount bid will include all work
necessary to obtain the line, grade and compaction in
accordance with the Specifications and other contract
documents. There will be no separate payment for any work of
this nature including borrow and the removal of unsuitable
and/or unstable material. However, the Contractor shall make
whatever investigations he deems necessary to determine the
extent of any borrow or removal necessary to meet contract
G-5
I
I
1
1
I
I
I
I
1
I
I
I
1
I
I
I
I
I
I
requirements. If it develops that removal of
unsuitable/unstable materials quantities could not have been
pred.icted by the Contractor from a reasonably thorough
invelstigation 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
subgrrade. The Owner will consider negotiation only when this
type: of removal is excessive and the Contractor provides
evicilence that he thoroughly investigated project conditions
prior to entering his bid. Only those quantities in excess of
thre:e (3) feet below finished subgrade and/or normal
exca.vation 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
gras:sed. No claims will be considered for extra compensation
if t:he 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 Clut.
The Contractor shall be responsible for all soil erosion and
sedi.ment control practices including Temporary Grassing,
Temporary Mulch and other temporary measures. All on-site
eros;ion control shall comply with local erosion and sediment
cont:rol ordinances. The cost of this work shall be included
in 1:he cost of the project unless shown as a separate pay
item. .
All unpaved and natural areas which are disturbed by the
cons:truction of this proj ect are to be returned to the pre-
exis,ting shape and slope and then finished and dressed. No
sepa.rate 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
Sect,ion 205 of the Standard Specifications). No separate
payment will be made for this work.
Where item number 700-0200 is shown as a pay item Georgia
Depa.rtment 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
accc,mplish a stand of permanent grass.
G-6
I
1
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
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.
INSPECTION:
This project will be inspected by the Engineer or his
Representative.
LEVELING eOURSE:
Lev€:ling shall be placed at the locations and in amounts as
appJ::'oved by the Engineer or his Representative.' Measurement
and payment shall be made in accordance with the Standard
Specifications on a unit price basis. The quantities included
in 'the schedule of items are approximate and subj ect to
change. All changes will be made at the unit prices, as bid.
MISCELLANEOUS DRAINAGE STRUCTURES:
All miscellaneous drainage structure such as Catch Basins,
Drop Inlets, Manholes, Junction Boxes, Spring Boxes, Drain
Inle:ts, Special Inlets, etc. whether standard or special
desi.gn shall be paid for Per Each. There will be no separate
paYlIlent for additional depth unless specifically shown as a
pay item. NOTE: All Catch Basins, Drop Inlets, Manholes,
expc'sed Junction Boxes, etc. wi th concrete tops labs shall
include manhole rings and covers.
PATCHING AND REPAIR OF MINOR DEFECTS:
Where necessary, the Contractor is required to patch and
repslir existing potholes, minor pavement defects and base
failures in accordance with the Specifications.
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 140l.
2. Payment for pipe culvert includes plugging existing pipe
with Class "A" or "B" concrete (See Georgia Standard
9031-L).
3. Payment for pipe culvert includes any required concrete
collars (See Georgia Standard 9031-U).
PIPE CULVERTS:
All required pipe culverts shall be in accordance with
Standard 1030-0.
G-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Foundation Backfill Material Type I shall conform to Georgia
standard 1030-0. No separate pay item will be made for this
matE~rial or its placement.
Payment for pipe culvert or utility installation includes
sawi.ng and/ or cutting and removing existing pavement and
replacing the pavement 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
addi.tional cost of bends, tees, fasteners, appropriate gaskets
(see section 848 of the Standard Specifications), and
structure excavation.
PRECAST CONCRETE UNITS:
Prec:ast Concrete Units, other than those specifically allowed
by Georgia Department of Transportation Specifications, such
as Drop Inlets, Catch Basins, Manholes, etc shall not be
inst:alled without written permission from the Engineer. Any
such units installed without such written permission shall be
removed from the project.
PROPERTY CORNERS AND MARKERS:
All right-of-way markers where required shall conform to
Georgia Standard 9003. Right-of-way markers shall be flush
with the finished ground-line when directed by the Engineer.
REMOVAL Jl.NO RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD:
It ::;hall be the Contractor's responsibility to remove and
reSE!t 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
Cont:ractor will not be held responsible for care and
maintenance after removing and resetting these plants and sod
excE~pt in cases where the Contractor's equipment causes
irrE~parable damage or where plants and/ or sod dies as the
result of negligence on the Contractor's part. In which
CaSE!S, the Contractor will be held responsible for
replacement. Sod shall be reset with ground preparation in
accc)rdance with Subsection 700.0S.A. No additional soil or
fert:ilizer is required for resetting sod. The Contractor
shall remove the sod in a manner that will be conducive to
insuring that the reset sod will live. At the Contractor's
option he may replace any sod he removes with new sod of the
SamE! type. No separate payment will be made for this work or
replacements unless specifically shown as a pay item.
REMOVING ANO RESETTING OF OBSTRUCTIONS:
It :shall be the Contractor's responsibility to remove and
resE~t 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 and are
G-8
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
responsible for the security of pets and/or personal property
through the use of temporary fence if necessary. No separate
payment will be made for this work except when shown as a
separate pay item.
RIGHT-OF-WAY AND EASEMENTS:
The Contractor shall not perform any work outside the limits
of the right-of-way or easements. In addition, no equipment
or material shall be placed outside these areas without
written permission of both the property owner and the
Engineer.
In t.he 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 submi tted pr ior to the Contractor's use of the
property.
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.
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
SPECIFICATIONS, STANDARDS AND OTHER DATA:
All references in this document, which 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 mean, and shall be deemed to
mean, Augusta-Richmond County, Augusta-Richmond County
Comm.ission-council Department of Engineering Services.
The data, together with all other information shown on these
plan.s, or indicated in any way thereby, whether by drawings or
note,s or in any other matter, are based upon field
inve:stigations and are believed to be indicative of actual
G-g
I
I
I
I
1
I
I
1
1
I
I
I
I
I
I
I
I
I
I
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
acca,rdance wi th the State of Georgia Department of
Tran.sportation Standard Specifications for Construction of
Roads and Bridges, current Edition and any supplements
thereto. All of these specifications shall be considered as
thou.gh fully contained herein. In cases where conflicts arise
within these specifications, they will be revis~d to resolve
such conflict. until the conflict is resolved, the
inte:rpretation of the Engineer shall control the situation.
STORM DR1UN PIPE:
UnlElss otherwise noted, all storm drain, longitudinal and stub
pipE~ are to be reinforced concrete.
SUBCONTRJ.CTORS :
The Contractor shall furnish the official name of all firms he
proposes to use as Subcontractors in the work. This
information should be furnished at the Preconstruct ion
Conference. However, no work shall be done on this project by
a Subcontractor until the Contractor receive written approval
of his Subcontractor(s) from the Engineer. The Engineer shall
notify the Contractor, in writing within 10 calendar days
whe1:her or not approval of the Subcontractor (s) is granted.
SUPERELEVATION:
All horizontal circular curves are to be superelevated in
accordance with Georgia Standard 9028-C as directed by the
Engineer.
TESTING OF THE WORK:
The Contractor shall employ a qualified materials testing
labc)ratory to monitor more fully the quality of materials and
worle and to perform such tests as may be required under the
con1cract documents as conditions for acceptance of materials
and work. THE ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS
PROJPER TO CONTROL THE QUALITY OF THE WORK.
Conl::rete compressive strength
project (see Section 500 of
Transportation Specifications).
where necessary.
tests are required on this
the Georgia Department of
Other tests may be required
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-IO
I
I
I
1
I
I
I
I
I
I
1
1
I
I
I
I
I
I
I
On projects that include asphaltic concrete, cores shall be
cut in the asphaltic concrete at random locations, selected by
the Engineer, to verify thicknesses. A minimum of three (3)
corHS per mile or three (3) cores per project, whichever is
greater, shall be cut by the Contractor. If all thicknesses
are satisfactory, in accordance with Section 400 of the
Department of Transportation Specifications, no further cores
will be required. If cores indicate an unsatisfactory
thic:kness, additional cores, as determined by the Engineer and
at locations of the Engineer's choosing, shall be cut to
detE!rmine the extent of the unsatisfactory thickness.
Corrections as shown in Section 400 of the Department of
Transportation Specifications shall be made where required.
TheI'e will be no separate payment for cutting cores, filling
core! holes or corrective work. Payment shall be included in
the price bid for asphaltic concrete items or in the overall
bid price of the contract.
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
wi th requirements of "Manual on Uniform Traff ic 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 1:emporary 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.,
curr.ent edition, as directed by the Engineer and furnished by
the Contractor with payment in accordance with section 150.
The Contractor shall so conduct his operations that there will
be a minimum of interference with, or interruption of, traffic
on the travelway. This applies to the initial installation
and 1:he continuing maintenance and operation of the facility.
At IHast one-lane, two-way traffic shall be maintained at all
timel; unless approved otherwise by the Engineer. As a
minimum, the Contractor must comply with the manual on Uniform
TrafJEic Control Devices, current edition and Georgia Standard
9102.,
TRAFFIC CONTROL DEVICES:
The Contractor shall provide all temporary traffic control
devices needed to safely direct traffic through the
cons1:ruction area.
G-11
1
I
I
I
I
I
1
1
I
1
I
I
I
1
I
I
I
I
I
All temporary traffic control devices are to be placed in
accordance with Georgia Department of Transportation standards
and Specifications.
UTILITIES:
The Contractor's attention is directed to the probability of
encountering private utility instailations consisting of
sanitary sewers, water, sprinkler systems, ornamental light
syst:ems, gas and underground telephone cables, etc. that
ei ther are obstructions to the prosecution of the work and
need to be moved out of the way or, if not, must be properly
prot:ected during construction. No separate payment will be
made~ for this work. Public utilities of this nature will be
hancilled by the utility owner.
THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS:
Georgia Power Company
Post, Office Box 488
Augusta, Georgia 30904
Telephone (706)724-0892
Attention: Parker Land
Georgia Natural Gas Company
Post Office Box 1426
Augusta, Georgia 30913
Telephone (706)722-7791
Bell South
3841 Wrightsboro Road
Augusta, Georgia 30909
Telephone (706)828-8500
Attention: Bert Neese
Jones Intercable, Inc.
1424 Monte Sano Avenue
Augusta, Georgia 30904
Telephone (706)736-6515
Urban Services Water & Sewer
2760 Peach Orchard Road
Augusta, Georgia 30906
Telephone (706)796-5000
Southern Natural Gas
Post Office Box 458
Wrens, Georgia 30833
Telephone (706)547-6604
(706) 798-4789
All utility facilities which are in conflict with
construction, not covered as specific items in the detailed
estLmate, are to be removed and relocated to clear
cons.truction by the respective owners, 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
expeinse caused by utility facilities,
other items not being removed or
cons'cruction in advance of his work.
any delays or extra
obstructions or any
relocated to clear
All known utility facilities are shown schematically on
high'~ay plans, and not necessarily accurate in location as to
plan or elevation. Utility facilities such as service lines
or ul~nown 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.
G-12
I
I
1
I
I
I
1
1
I
I
1
I
I
I
I
I
I
I
I
Othe!r 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 specification~.
The following utility owners have facilities which may
The Contractor shall use the one-call center telephone number
1-800-282-7411 for the purposes of coordinating the marking of
underground utilities.
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.
G-13
I
1
I
I
I
I
1
1
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SECTION 150-TRAFFIC CONTROL
August 28, 1995
First Use: October 20, 1995
Modification of Special Provision
Section 150 - Traffic Control (Rev. June 21, 1994)
Retain Section 150 as written and add the following:
For this project, all references to flags on 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 MUTCD, Revision 3, dated
September 3, 1993.
150.02 WORK ZONES: Delete "Work Zones" and substitute: Temporary Traffic Control Zones.
150.02. B.2.: Delete last sentence and substitute: Channelization device spacing shall be 10 feet for 200
feet in advance cfthe 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 second paragraph.
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 "198S AASHTO Standard
Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals".
Unprotected post splices will not be permitted any higher than four inches above the ground line
to lessen the possibility of affecting the undercarriage of a vehicle.
lSO.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 sentenl:t? of second paragraph and substitute:
Construction war.ning 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 waming flags mounted on each sign.
"TC-/
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
150.04.E.2.a.~!.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are
required.
150.04. E.2.b.1.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are
required.
150.05 . D. TEMPORARY GUARDRAIL ANCHORAGE: Delete all references to Type 9 and substitute Type
11 {eleven}.
150.10 PAYME~T: Item No. 641 - Delete reference to Type 9 and substitute Type 11 {eleven}.
SPECIAL PROVISION
SECTION 150- TRAFFIC CONTROL
June 22, 1994
First Use: July 24, 1994
Modification of Standard Specifications, 1993 Edition
Retain Section J50 as written and add the following:
For this project, all references in the Standard Construction Details listed below to Type I Barricades,
Type II Barricades, Type "A" flashing-lights and Type "C" steady burn lights are deleted, except that
Type "C"lights will be required for tapers in nighttime lane closures.
Standard Construction Details
· Typ:ical By-Pass Detour for Two-Lane Highway
· Typical Detour Across Median
· Transition of 4-Lane Divided Highway to 2-Lane Highway
· Traffic Control General Notes, Standard Legend, Miscellaneous Details
In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 9106, 9107, and
applicable Standard Construction Details shall conform to Part VI of the MUTCD, Revision 3, dated
September 3, 1993.
Detail "AU 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 necessaJ:Y traffic signs, barricades, lights, signals, cones, pavement markings and other traffic
control devices and shall include flagging and other means for guidance and protection of vehicular and
-rc-z-
I
I
I
1
I
I
I
I
I
I
I
I
1
1
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices
(excluding Traffic Signals) and installing additional devices as necessary in construction work zones.
When any provisions of this Specification or the Plans do not meet the minimum requirements of the
Manual on Uniform Traffic Control Devices (MUTCD), the MUTCD controls. The 1988 Edition of the
MUTCD and Hevision 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, Special Provisions and the MUTCD. This individual's
traffic control responsibilities shall have priority over all other assigned duties.
As the representative of the Contractor, the WTCS shall have full authority to .act on behalf of the
Contractor in administering the Traffic Control Plan. The WTCS shall have appropriate training in
safe traffic control practices in accordance with Part VI of the MUTCD. In addition to the WTCS all
others malting 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 of the emergency.
The WTCS sball 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 .)f 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 con':rol devices used during the construction of a project shall meet the Standards utilized
in the MUTCD, and shall comply with the requirements of these Specifications, Project Plans, and
Special Provisions. 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 unless otherwise specified. All other
signs shall ml~et the requirements of Type I unless otherwise specified.
D. No work shall be started on any project phase until the appropriate traffic control devices have been
placed in accclrdance with Project requirements. Changes to traffic flow shall not commence unless
all labor, materials, and equipment necessary to make the changes are available on the Project.
E. The Contractor shall secure the Engineer's 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, arn to be submitted to the Department for approval in accordance with Subsection 104.03
of the Standard Specifications.
-r-C-3
I
I
I
I
I
1
I
I
I
1
I
I
1
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 de':ails 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 101:ation, size, and message of all signs required by the MUTCD, Plans, Special Provisions,
and other signs as required to fit conditions.
3. The method to be used in, and the limits of, the obliteration of conflicting lines and markings.
4. Type, location, and extent of new lines and markings.
5. Horizontal and vertical alignment and superelevation rates for detours, including cross section
and profile grades along each edge of existing pavement.
6. Drainage details for temporary and permanent alignments.
7. Location, length, and/or spacing of channelization and protective devices (temporary barrier,
guardrail, barricades, etc.)
8. Starting' time, duration and date of planned change.
9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing
workforee, materials, and equipment necessary to accomplish the proposed work. This wi)) 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. AIl preparatory work
relative to the traffic shift which does not interfere with traffic shall be accomplished prior to the
designated starting time. The Engineer and the Contractor's representative will verify that all
conditions have been met prior to the Contractor obtaining materials for the actual traffic shift.
F. Traffic control devices shall be in acceptable condition when first erected on the project and shall be
maintained in accordance with Subsection 104.05 throughout the construction period. All
unacceptabl,~ traffic control devices shall be replaced within 24 hours. When not in use, all traffic
control devices shall be removed, placed or covered so as not to be visible to traffic. If traffic control
devices are 1 eft in place for more than ten days after completion of the Work, the Department shall
have the right to remove such devices, claim possession thereof, and deduct the cost of such removal
from any monies due, or which may become due, the Contractor.
G. 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
using the following means and materials:
1. Portable Hdvance warning signs as required by the contract or meeting the requirements of the
MUTCD Hnd Sub-Section 150.03.
2. Portable ~iequential or flashing arrow panels as shown in the Plans or Specifications for use on
Interstau~ or multi-lane highway lane closure only, shall be a minimum size of 48" high by 96"
TC-~
I
I
1
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
wide with not less than 15 lamps used for the arrow. The arrow will occupy virtually the entire
size of the arrow panel and shall have a minimum legibility distance of one mile. The minimum
legibility distance is that distance at which the arrow panel can be comprehended by an observer
on a sunny day, or clear night. Arrow panels shall be equipped with automatic dimming features
for use during hours of darkness. The arrow panels shall also meet the requirements as shown
in the MUTCD. The sequential or flashing arrow panels shall not be used for lane closures on two-
Jane, 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. Portab::e changeable message signs meeting the requirements of Section 632 and the MUTCD.
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. Paveme:nt 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 (If 35 mph or greater, excluding turn lanes.
2. On mult.ilane highways where traffic has been shifted to the inside lanes for overnight use, the
entrance and exit ramps shall have channel ization 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. Terminc,tion Area: The transition to normal or full width highway at the end of a lane closure
shall bea maximum of 150 feet.
4. To provide the greatest possible convenience to the public in accordance with Subsection 107.07,
the Contractor shall remove all signs, lane closure markings, and devices immediately when lane
closure work is completed or temporarily suspended for any length of time or as directed by the
Engineer.
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.
TC-S-
I'
I
I
I
I
I
1
I
1
I
1
1
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 vehiC::e 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-inter~:tate. 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 win not be permitted to stop during pacing except in extreme cases as approved by the
Engineer.
2. METHODS OF SIGNING FOR TRAFFIC PACING: At a point not less than 1,000 feet in advance of
the beginning point of the pace, the Contractor shall erect and cover a W-special sign (72 inch x 72
inch) with a Type ''E'' flashing light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY"
(See Detai1150-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, lUld 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-c
I
I
1
I
I
I
1
1
I
I
I
I
1
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
ST ATE OF GEORGIA
.....f1J ~ ~ ~ ~ ~ ~
10- ,- 5Z. '" '0.
~~@'~[D)
-15.-r ~2. ."5-
!~~~[D)
~~(O)~J ..~~~~ w
c..I. :'.. 1.:/-
T~ ,- flASH!'" LICHT EJl TRAFFIC SIDE
,
1. .
~
53-
1"'.
7z-
",:51"[ C I AI. S I QI
'TI..-awrT ~ T M:U4TE D I
S H.M $HAL L HI. V[ Il ACl( L[ C(IC) AN) lORD[ A
CJC OIUHO[ A[FUCTOAIZED BAClCiRDJHD
DETAIL 150-A
,- WlAGIH
,1')- IlORD[R
J. JIAD IllS
,.
1l-
12" SER. "C-
'"
1%"
12" SEA. "C.
,"
12"
12" stA. .C"
~
I-
.. stA. .C.
,.
D. The Contractor's trucks and other vehicles shall travel in the direction of normal roadway traffic
unless sepan.ted by a positive barrier, or when construction activity necessitates otherwise, and shall
not reverse direction except at intersections, interchanges, or approved temporary crossings.
E. The Contractor shall ensure that dust, mud, and other debris from construction activities do not
interfere with normal traffic operations or adjacent properties.
F. Existing street lighting shall remain lighted as long as practical and until removal is approved by the
Engineer.
G. Adequate temporary lighting shall be provided at all nighttime work sites where workers will be
immediately adjacent to traffic.
H. For their own protection, workers in or adjacent to traffic during nighttime operation shall wear
reflectorized vests.
/~-7
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
1. The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to
traffic is prohibited.
J. The Works::te 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 travel way. These items shall be stored in a location, in so far as practical, where they
will not be subject to a vehicle running off the road and striking them.
K All existing pedestrian walkways shall be maintained. Whenever changes to the worksite necessitate
changes to existing walkways, temporary walkways shall be provided and maintained, with
appropriatll- signs as necessary, to allow safe passage of pedestrian traffic.
150.03 SIGNS:
A. When requi:~ed 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 perfonaed 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, 0;: as directed by the Engineer. These signs shall remain the property of the Contractor.
The bottom (If 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 lelrend 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
requirement.!: Oegend, letter size, spacing, border, etc.) equal to that 'of the existing signs, or of
Subsection 1150.03.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 Oegend) that applies to a particular roadway location. When
an existing special guide sign is in conflict with work to be performed, the Contractor shall remove
the conflicting sign and reset it in a new, non~onflicting 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
structure~; are not required to be lighted unless specifically required by the Plans. Iflighting is
required the sign shall be lighted as soon as erected and shall remain lighted, during the hours
of darkne:;s, until the interim sign is no longer required. The Contractor shall notify the Power
Company at least thirty (30) days prior to desiring connection to the power source.
-rC-8
I
1
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
4. The in,stallation of new permanent special guide signs and the permanent modification or
resetting of existing special guide signs, when included in the contract, shall be accomplished as
soon as practical to minimize the use of interim special guide signs. If lighting is required by the
Plans, all new permanent overhead special guide signs shall be lighted as soon as erected.
5. InteriIl:l 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 Prot 2F "Guide Signs Freeways" of the MUTCD, except that the minimum size of all letters
and nwnerals in the names of places, streets and highways on all signs shall be 16 inches Series
''E'' iniLaJ 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 roa.d 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 lie.u of galvanization for steel posts or structural shape posts. Wood
posts are not required to be pressure treated.
2. SIGN BL..WKS AND PANELS - All sign blanks and panels shall conform to Section 912 of the
Specifications except that blanks and panels may be ferrous based or other metal alloys. Type 1
and Type 2 sign blanks shall have a minimum thickness of 0.08 inches regardless of the sign type
used. Alternative sign blank materials (composites, poly carbonates, fiberglass reinforced plastics,
recycled plastics, etc.) shall have a letter of approval from the Office of Materials and Research
for use as interim construction signs before these materials are allowed to be incorporated into
the wor::t. 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, :nterim and new permanent signs shall be installed so as to be completely visible for an
advance di!itance 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 wc.rning 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 CW20-1) 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 flag!: 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
the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable
support. Vehide mounted panels shall be provided with remote controls. Minimum mounting height
shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels
which should be as high as practical.
J. The portable c:hangeable message sign, when specified, shall be placed ahead of construction activities
and shall ment the requirements of Section 632 and the MUTCD.
/c-~
I
I
I
I
I
I
I
I
I
I
I
I
I
1
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 fi47.
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 MUTCD 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
reconstruct-ion 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 pravided.
B. MATERIALS: All traffic striping applied under this Section shall be a minimum four inches in width
and shall canform to the requirements of Section 652, except as modified herein. Raised pavement
markers CRPMs) shall meet the requirements of Sectian 654. Markings on the fmal surface caurse
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 af the project, unless otherwise
directed by the Engineer. Partial (skip) reflectorization (i.e. reflectorizing only a portion of a stripe)
will not be allowed.
C. USAGE: The Contractor shall sequence the work in such a manner as to allow the installation of
markings in the fmallane configuration at the earliest passible stage.
Inappropriate or canflicting existing pavement markings shall be removed.
When shiftinl~ of traffic necessitates removal of centerline, lane lines, or edge lines, all such lines shall
be removed priar to, during, or immediately after any change sa as to present the least interference
with traffic.
Before any change in traffic lane(s) alignment, marking removal equipment shall be present on the
project for immediate use. If m.arking removal equipment failures occur, the equipment shall be
repaired or replaced (including leasing equipment if necessary), so that the removal can be
accamplished withaut delay.
Except for the final swface, markings on asphaltic concrete may be obliterated by an overlay course,
when appraved by the Engineer. When an asphaltic cancrete averlay 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 abliterate lines will be paid
far only anCE! and further"traffic shifts in the same area shall be accomplished with removable
markings. Only the minimum asphaltic concrete thickness required to cover lines (generally 60 IbJsq.
yd. of Asphaltic Cancrete "H") will be allowed. Excessive build-up will nat be permitted. When an
overlay far thE~ sole purpose af eliminating conflicting markings is nat allowed, the markings nO' langer
applicable shall be removed in accordance with Subsection 656.02. The elimination af conflicting
pavement markings by overpainting with paint or liquid asphalt is not acceptable.
D. Raised pavement markers (RPMs) are required as listed below for all asphaltic concrete pavements
befare the ro adway is open to traffic. When Portland Cement Concrete is an intermediate or fmal
surface and j,s apen to traffic, one calendar day is allawed for cleaning and drying befare the
installation of RPMs is required.
TC-/~
I
I
I
1
I
I
I
I
I
I
I
1
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
primaliIy of asphalt resurfacing items, retro-reflective raised pavem~nt markers (RPMs) 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
dei?Tees.
20 foot centers on curves over six degrees.
20 foot centers on lane transitions or shifts.
b. Stn'PLEMENTING RAMP GORE LINES:
20 f.:>ot centers, two each, placed side by side.
c. OTHER LINES:
As sbown 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. SUP:PLEMENTING LANE LINES AND SOLID LINES:
40 fOI:>t 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 COlltract.)
. 20 foot centers on lane shifts. (Required in all cases.)
RPMs are D.2.t allowed on right edge lines.
E. EXCEPl'IONE: FOR INTERIM MARKINGS: Some exceptions to the time of placement and pattern
of markings arj~ 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 beat 1 east four feet long with a maximum gap of 36 feet. On curves greater than six
degree,), 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.
/c-//
I
I
I
I
I
1
I
I
I
I
1
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
Intarim raised pavement markers may be substituted for the interim skip (broken) stripes.
Ifraised pavement markers are substituted for the four foot interim skip stripe, four markers
spaced at equal intervals over a four feet distance will be required. No separate payment will
be made if the interim raised pavement markers are substituted for interim skip lines.
Intl~rim raised pavement markers shall be retro-reflective, shall be the same color as the
pavement markers for which they are substituted, and shall be visible during daytime.
The type of interim marker and method of attachment to the pavement must be approved by
the 9ffice 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
raisl~d 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
begirming and at intervals not to exceed 1/2 mile within each no-passing zone. A post or
portable mounted PASS WITH CARE regulatory sign (R4-1 24" x 30") shall be placed at the
end of each no-passing zone. Post mounted signs shall be placed in accordance with the
MUTeD. Portable signs must have a minimum vertical height of three feet above the
pavement surface to the bottom of the sign and be secured in such a manner as to not be
easily blown over or misaligned.
c. EDGELlNES:
(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
transi,tions, lane shifts, and in such other areas as determined by the Engineer. On the final
surfal~e, edgelines must be placed within 14 calendar days of the time that the surface was
placed.
d. MISCELLANEOUS PAVEMENT MARKINGS: School zones, railroads, stopbars, symbols,
words and other similar markings shall be placed on final surfaces conforming to Section 652
withi::l14 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.
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 he restored before nightfall.
TC-/Z
I
1
I
I
I
I
1
I
I
I
I
I
I
I
1
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
(2) l..anelines . 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) :E:dgelines - Edgelines shall be placed on intermediate and final surfaces within three
calendar days of obliteration.
b. DIVIDED HIGHWAYS (GRASS OR RAlSED MEDIAN)
(1) I.anelines - Full pattern skip stripe shall be restored before nightfall.
(2) CenterlinelEdgeline - Solid lines shall be placed on intermediate and final surfaces within
threl~ 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. Samll 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 - Edgelines shall be placed on any surface open to
traffic no later than one calendar day after work is completed on a section of roadway. All
water and residue shall be removed prior to daily striping.
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 E,xisting 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 tlJ construction. Existing No-Passing Zones shall be clearly identified as to location prior
to constructicln 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 an:! 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 n:,ounted so as to be easily visible to oncoming traffic. The work vehicle shall follow
directly behind the lead vehicle.
3. The work vehicle placing cones shall follow directly behind the work vehicle applying the
markings. The cone work vehicle shall have a 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
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
4. For multi-lane roadways a protection vehicle shall follow the above vehicles and the protection
vehic}.~ 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
mounu~d 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 re,ar 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 travel way.
Channelization shall be done in accordance with the plans and specifications, the MUTCD, and the
following rEiquirements.
1. Types of Devices Permitted for Channelization in Construction Work Zones:
a DRUMS:
(1) .DESIGN: Drums shall meet the minimum requirement of the MUTCD and shall be
reflnctorized as required in Subsection 150.01.C.
(2) APPLICATION: Drums shall be used as the required channelizing device to delineate the
full :length of a lane closure, shift, or encroachment, except as modified by this Subsection.
(a) TRANSITION TAPERS AND LANE CLOSURES: Drums shall be used on all
transition tapers. The minimum length of the approach transition taper for a lane closure,
shift, or encroachment for highways with posted speed of 45 mph or greater shall be equal
to the lane width of lateral shift (Ft.) x the posted speed limit (Mph), (L = WS), but not
less than 150 feet. For multiple lane closures, only one lane may be closed per taper with
a 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
htervals in feet equal to the numerical speed limit (EXAMPLE: 55 Mph Speed Limit =
55 feet maximum spacing).
F'or taper lengths on urban, residential or other streets where the posted speed is 40 mph
or less, the minimum iength of the approach transition taper may be computed using the
formula L = WS~ /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
cCindition 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
bEl used for situations meeting any of the conditions listed as follows:
(1) 50 FOOT SPACING MAXIMUM:
(a) For difference in elevation exceeding two inches.
(b) For healed sections no steeper than 4:1 as shown in Subsection 150.06, Detail
150-E..
-r-c-/?-
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
(2) 100 FOOT SPACING MAXIMUM:
(a) For difference in elevation of two inches or less.
(b) Flush areas where equipment or workers are within ten feet of the travel lane.
(3) 200 FOOT SPACING MAXIMUM: Where equipment or workers are more than
ten feet from travel lane. Lateral offset clearance to be four feet from the travel lane.
(a) For paved areas eight feet or greater in width that are paved flush with a
standard width travel lane.
(b) For disturbed shoulder areas not completed to typical section that are flush
to the travel lane and considered a usable shoulder.
When the appropriate signs are posted advising of conditions such as soft or low
shoulder, drums may be removed after shoulders are completed to typical section
and grassed and after guardrail or other safety devices have been installed.
b. VERTICAL PANELS:
(1) DESIGN: All vertical panels shall have a minimum of270 square inches ofretro-reflective
are.a 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
remaining lane width often feet. When encroachment reduces the travelway to less than ten
feet, vertical panels shall be used to restore the travel way to ten feet or greater. No other
application of vertical panels will be permitted.
c. CONES:
(1) DESIGN: All cones shall be a minimum of28 inches in height regardless of application and
shall meet the requirement of the MUTCD.
(2) APPLICATION: For longitudinal channelizing only, cones will be permitted for daylight
closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime
work will not be permitted.
d.' BAJtRICADES:
(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 rE~quired in Subsection ISO.01.C.
(2) APPLICATION: Type III barricades shall be placed as required by the plans, the
Standards, and as directed by the Engineer.
e. WAHNING LIGHTS:
(1) DESIGN: All warning lights shall meet the requirements of the MUTCD.
(2) APPLICATION:
(a) Type A low-intensity flashing lights shall be used as shown in the Plans, the
~itandards, and as directed by the Engineer. Flashing lights are not required for advance
warning signs in Subsection ISO.03.H.
-rc-/s-
I
1
I
I
I
1
1
I
I
I
1
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 existl into
the night. Stsady-burn lights shall also be used as shown in the Plans, the Standards, and
as directed by the Engineer. .
f. PORTABLE BARRIERS:
(1) DESIGN: Portable Barriers shall meet the requirements of Section 622 - PRECAST
CONCRETE BARRIER.
en 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
h~ either 10" x 10" square Type V (or equal) reflective sheeting mounted on flat-sheet panels,
OJ:' 8" diameter center-mounted sealed prismatic reflex reflectors housed in an aluminum
backing with a single grommeted hole.
A:pproach end of Portable Barrier shall be flared or protected by an impact attenuator (crash
cushion) or other approved treatment ill 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 A'ITENUATOR MODULES
1. DESCaIPTION: 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
requirHment.s of Subsection 648.03, Manufacturer's recommendations, and Georgia Standard
4960 and shall be instalIe.d at locations designated by the Engineer.
C. PORTABLE IMPACT ATTENUATORS:
1. DESCRIPTION: This work consists of the furnishing (including spare parts), installation,
maintenance, relocation, reuse as required, and removal of Portable Impact Attenuators.
2. MATEEIALS: 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 conform. to the requirements of
Subsection 650.03, Manufacturer's recommendations, and Georgia Standard 4960 and shall be
installed at locations designated by the Engineer, and/or shown on the plans.
D. TEMPORAlty GUARDRAIL ANCHORAGE - Type 11:
1. DESCRIPTION: This work consists of the furnishing, installation, maintenance and removal of
Temporcl)" 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 of the Engineer.
3. CONSTRUCTION: Installation of the Temporary Guardrail Anchorage - Type 11 shall conform
to the requirements of the Plans, current Georgia Standards and Subsection 641.03 of the
Stand.ard Specifications. Installation shall also include sufficient additional guardrail and
appurtenances to effect the transition and connection to Temporary Concrete Barrier as required
by the -details in Georgia Standard 4960.
150.06 EXCAVATION ADJACENT TO A TRAVEL LANE: Construction work involving trenching adjacent
to a travel way shall not begin until 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 Detail ISO-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 paving edge.
A. STONE BASES, SOIL AGGREGATE BASES, AND SOIL BASES: Drop-offs in elevation of more than
two inches between surfaces carrying, or adjacent 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
adjacent to the traveled way which involves these types of bases shall be healed within 48 hours after
the curing period is complete for each section placed. During the placement period, traffic control
devices will be in accordance with Subsection 150.05 and Detail 150-B.
D. MISCELLANEOUS EXCAVATIONS OR DROP-OFFS ADJACENT TO TRAVELWAY: Work such as
drainage st11.lctures, utility facilities, or any other work which results in a drop-off adjacent to the
travel way shall be performed expeditiously so as to minimize the exposure to the hazard. As soon as
practical, the excavation shall be backfilled to the minimum requirements of Detail ISO-E. In no case
will the drop,-offbe allowed to exist more than five calendar days. This may require stage construction,
such as plating and backfilling the incomplete work.
-rc- /7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
NOTE. Drums reQUired for thIs
locotlon,apoced at 50 FT. Intervals.
If the traveled way width
Is reduced to less than
/0 feet by the use of drums.
vertlc:al panels sholl be used
In II el.l of drums.
Location of drums when
drop-off exceeds ~ Inche~
F
----------~
. .
-------------
~
1r NEW CONSTRUCTION +
TRAVEL LANE
~
DROP-OFF GREATER THAN 4 INCHES
DET AIL 150-8
Drums spaced at
50 feet Intervals.
LocatIon of drums when
drop-off Is 2+ Inches to
-1 Inches.
}=
_l~~~______\t
-----------\
c
t-
NEW CONSTRUCTION
+
TRAVEL LANE
~
DROP-OFF OF 2+ INCHES TO 4 INCHES
DET AIL ISO-C
-rc-/t?
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
Drums ;spoced ot
100 feet Intervo/s.
Locot/on of .dr~s when
drop-off Is Z Inches or less.
}=
~f~~/- ______\
-----------\
(
l
NEW CONSTRUCTION
+
TRAVEL LANE
~
DROP-OFF OF 2 INCHES OR LESS
DET AIL 150-0
Locot/on of drums Immedlotely
ofter completion of heoled sectIon.
spoced ot 50 ft./ntervols.
Compocted oroded
oooreoote,subbose
moterlolor. dtrt.
TOP OF DRUM TO BE LEVEL
2 ft. +/-
----------\~t
-----------\
NO STEEPER THAN 4:1
F-
~ NEW CONSTRUCTION
+
TRAVEL LANE
1r--+
HEALED SECTION
DET AIL ISO-E
TC- /1
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
150.07 FLAGGING AND PILOT CARS:
A. Flaggers ,shall be provided as required to handle traffic, as specified in the Plans.or Special Provisions,
and as required by the Engineer.
B. All flaggers shall meet the requirements of the MUTCD arid must have received training and a
certificatl~ 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 snall wear high-visibility clothing in compliance with the MUTCD and shall use a Stop/Slow
paddle mE,eting the requirements of the MUTeD 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 front and back.
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 MUTCD, signs at regular intervals, warning of
the presen~e 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 ENFOf;:CEMENT: The safe passage of pedestrians and traffic through and around the temporary
traffic control zone, while minimizing confusion and disruption to traffic flow, shall have priority over all
other Contractor activities. Continued failure of the Contractor to comply with the requirements of Section
150 (TRAmC 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 tmtil traffic control deficiencies are corrected. These other actions shall be in addition to
the deductions for non-performance of traffic control.
-rc-co
1
I
I
1
1
I
I
I
1
I
I
I
I
I
1
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
~EDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF
TRAFFIC CONTROL INSTALLATION ANDIOR MAINTENANCE
C ORIGINAL TOTAL CONTRACT AMOUNT . I I
From More Than To and Including- Daily Charg-e
$0 $100,000 $100
tOo,OOO 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 MEAS:JREMENT:
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 of25 (twenty-five) percent of the
Lump SUlIl price will be made. For each progress payment thereafter, the total of the Project
percent complete shown on the last pay statement plus 25 (twenty-five) percent will be paid (less
previous payments), not to exceed one hundred (100) percent and subject to normal retainage.
When no 'payment item for Traffic Control-Lu.mp Su.m is shown in the Proposal, all of the
requirements of Section 150 and the Traffic Control Plan shall be in full force and effect. The cost of
complying with these requirements will not be paid for separately, but shall be included in the overall
bid submittal.
B. SIGNS: When shown as a pay item in the contract, interim special guide signs will be paid for as
listed below. All other regulatory, warning, and guide signs, as required by the Contract, will be paid
for under Traffic Control Lump Sum or included in the overall bid submitted.
1. Interim ground mounted or interim overhead special guide signs will be measured for payment
by the square foot. This payment shall be full compensation for furnishing the signs, including
support.!: 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 move:; 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 move~i required.
3. Modify ~;pecial guide signs, ground mount or overhead, will be measured for payment by the
square fc,ot. 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.
-rc-z/
I
1
I
I
I
1
1
I
I
1
I
I
I
I
I
I
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 specifiHd in Section 632.
E. TEMPOR~Y 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 connl~ction to Temporary Concrete Barrier. Payment shall include all necessary materials,
equipment, labor, site preparation, maintenance and removal.
F. TRAmC SIGNAL INSTALLATION - TEMPORARY: Traffic Signal Installation - Temporary will be
measured as specified in Section 647.
G. FLASHING BEACON ASSEMBLY: Flashing Beacon Assemblies will be measured as specified in
Section 647.
H. TEMPORARY, SAND LOADED A'ITENUATOR MODULES: Each Sand Loaded Attenuator Module
of the type specified includes all material components, hardware, incidentals, labor, site preparation
and maintE!nance. 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 ATI'ENUATORS: Each Portable Impact Attenuator will be measured by the
unit which ,shall include all material components, hardware, incidentals, labor, site preparation, and
maintenanl:e, including spare parts recommended by the manufacture for repairing minor accident
damage. Ea.ch unit will be measured only once regardless of the number oflocations installed, moves
required, 01' number of repairs necessary because of traffic damage. Upon completion of the project,
the units shall be removed and retained by the Contractor.
J. PA VEME:t-i1' 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. '!'raffic Control, Skip Traffic Stripe,
Thermoplastic Inch, (Color) ......... . . . . . . . . . . . . . . . . . . per Linear Mile
Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors ................. per Each
Item No. 150. '['raffic Control, Raised Pavement Markers - All Types. . . . . . . . . . . . . . . . . .. per Each
Item No. 150. Interim Ground Mounted Special Guide Signs. . . . . . . . . . . . . . . . . . .. per Square Foot
Item No. 150. Interim Overhead Special Guide Signs. . . . . . . . . . . . . . . . . . . . . . . . .. per Square Foot
7&ZZ
I
I
I
1
I.
I
I
I
I
1
1
I
1
I
I
I
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
Item No. 150. Remove & Reset Existing Special Guide Signs,
Ground Mount, Complete in Place. . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. per Each
Item No. 150. Remove & Reset, Existing Special Guide Signs,
Overhead,Complete in Place ..................................... Per Each
Item No. 150. Traffic Control, Temporary Sand Loaded Attenuator Modules ............ per Each
Item No. 150. Traffic Control, Portable Impact Attenuator .... .......... " . .. .. .. . . . .. Per Each
Item No. 150. _Traffic Control, Pavement Markers, Words and Symbols. . . . . . . . . " per Square Foot
Item No. 150. Traffic Control, Pavement Arrow (Painted) With Raised Reflectors.. .. . ... per Each
Item No. 150. Modify Special Guide Sign, Ground Mount. ...... ..... ..... . . . . .. per Square Foot
Item No. 150. Modify Special Guide Sign, Overhead. . . . . . . . . . . . . .. . . . . . . . . . . " per Square Foot
Item No. 622. Precast Concrete Median Barrier. . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . per Linear Foot
Item No. 632. Changeable Message Sign, Portable .................................. per Each
Item No. 641 Temporary Guardrail Anchorage, Type 11 ............................. per Each
Item No. 647. Traffic Signal Installation, Temp. . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . .. . ~ Lump Sum
Item No. 647. Flashing Beacon Assembly, Structure Mounted. . . . . . . . . . . . . . . . . . . . . . . .. per Each
Item No. 647. Flashing Beacon Assembly, Cable Supported. . . . . . . . . . . . . . . . . . . . . . . . . .. per Each
-rc - z. 3
I
1
~
.J
I
1
I
I
I
I
I
Il.
I
I
I
I
!
I
I
I
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
CONTRACT
DO NOT UNSTAPLE THIS BOOKLET... . ENTER ALL REQUIRED INFORMATION
----------.------------------ EITHER BY HAND OR BY STAMP.
DATE OF OPENING : NONE
CALL ORDER : NONE
CONTRACT ID : C31653-98-000-0
PCN
PROJECTS AND CONTRACT NO.
------------------------------
3291809Cl0000
PRLOP-8530-53 (245) Cl
COUNTY : RICHMOND
CODE: 5AU230
CITY OF AUGUSrA
CITY COi'lTRACT
C~-\
I
I
I
I
I
I
I
~
I
THIS AGREEMENT MADE AND ENTERED INTO THIS THE ___DAY OF
19___ BY AND BETWEEN THE DEPARTMENT OF TRANSPORTATION
PARTY OF THE FIRST PART (HEREINAFTER CALLED THE DEPARTMENT) AND THE
CITY COUNCIL OF THE CITY OF---AUGUSTA
(HEREINAFTER CALLED THE CITY) WHO HAVE BEEN DULY AUTHORIZED TO
EXECUTE THIS AGREEMENT:
WITNESSETH:
WHEREAS, THE DEPARTMENT AND THE CITY DESIRE THE IMPROVEMENT AND
CONSTRUCTION OF A CERTAIN FACILITY AND THE CITY DESIRES AND AGREES
TO FURNISH ~~D DELIVER ALL THE MATERIAL AND TO DO AND PERFORM ALL
THE WORK AND LABOR FOR SAID PURPOSE. THE PROJECT BEING MORE
PARTICULARLY DESCRIBED HEREIN.
NOW THEREFORE IN CONSIDERATION OF THE PREMISES, THE MUTUAL COVENANTS
HEREIN CONTAINED AND THE SUM OF ONE DOLLAR ($1.00) BY EACH OF THE
PARTIES TO THE OTHER IN HAND PAID, THE RECEIPT WHEREOF IS HEREBY
ACKNOWLEDGED, THE PARTIES HERETO AGREE AS FOLLOWS:
(1) THE WORK AND MATERIALS SHALL BE IN STRICT AND ENTIRE CONFORMITY
WITH THE PRO\'ISIONS OF THIS CONTRACT AND THE PLANS AND SPECIFICATIONS
PREPARED (OR APPROVED) BY THE CHIEF ENGINEER OR HIS
AUTHORIZED REPRESENTATIVE THE ORIGINALS OF WHICH ARE ON FILE IN THE
OFFICE OF CHIEF ENGINEER AND WHICH SAID PLANS AND
SPECIFICATIONS ARE HEREBY MADE PART OF THIS AGREEMENT AS FULLY AND
TO THE SAME EFFECT AS IF THE SAME HAD BEEN SET FORTH AT LENGTH IN THE
BODY OF THIS AGREEMENT. THIS CONTRACT WILL BE EXECUTED AND CONSTRUCTED
IN ACCORDANCE WITH THE STANDARD SPECIFICATIONS, 1993 EDITION,
AND THE 1997 SUPPLEMENTAL SPECIFICATION BOOK AND SPECIAL PROVISIONS
INCLUDED IN AND MADE A PART OF THIS CONTRACT.
(2) IT IS UNDERSTOOD THAT MATERIAL PITS ARE TO BE FURNISHED BY THE
CITY AT NO COST TO THE DEPARTMENT OF TRANSPORTATION.
(3) IT IS UNDERSTOOD THAT THE DEPARTMENT OF TRANSPORTATION WILL NOT
PARTICIPATE IN THE COST OF ANY UTILITY FACILITY REMOVAL AND RELOCATIONS
NECESSARY IN CONNECTION WITH CONSTRUCTION OF THIS PROJECT, UNLESS
OTHERWISE SPECIFIED IN THE CONTRACT. THE (COUNTY/CITY) SHALL BE
RESPONSIBLE FOR HANDLING THE ARRANGEMENTS WITH THE UTILITY OWNERS
FOR ANY REMOV~L AND RELOcATIONS NECESSARY. THE (COUNTY/CITY) SHALL
GIVE THE UTILITY OWNERS AMPLE NOTICE, OF THE IMPENDING CONSTRUCTION,
TO ALLOW TIME FOR ENGINEERING AND MATERIAL ORDERS REQUIRED FOR ANY
REMOVAL AND R:~LOCATIONS NECESSARY. ALSO, THE (COUNTY/CITY) AGREES TO
CLEAR RIGHTS-OF-WAY OBSTRUCTIONS WITHOUT EXPENSE TO THE DEPARTMENT
OF TRANSPORTA'rION. FOR PURPOSE OF APPLYING PROVISIONS OF THIS
PARAGRAPH, RAILROADS ARE CONSIDERED UNTILITIES. IN ADDITION TO THE
FOREGOING, THE (COUNTY/CITY) SHALL OBTAIN APPROVAL OF PLANS AND
ACQUIRE EASEMENTS OR OTHER PROPERTY RIGHTS FROM THE RAILROAD FOR
CONSTRUCTION ~vITHIN RAILROAD PROPERTY/RIGHT OF WAY AND SHALL PROVIDE
FOR THE PROTECTION OF RAILROAD INTERESTS, INCLUDING FLAGGING
AND INSPECTION, AS MAY BE REQUIRED BY THE RAILROAD.
(4) IT IS UNDERSTOOD THAT THE QUANTITIES SHOWN ARE APPROXIMATE
ONLY AND SUBJECT EITHER TO INCREASE OR DECREASE AND ANY INCREASES OR
DECREASES ARE TO BE PAID FOR AT THE CONTRACT UNIT PRICE GIVEN .
(5) THE WORK SHALL BEGIN WITHIN TEN DAYS AFTER NOTIFICATION TO BEGIN
WORK BY THE CHIEF ENGINEER TO THE CITY AND SHALL BE CARRIED
THROUGH TO CO}lPLETION WITHOUT UNREASONABLE DELAY AND WITHOUT SUSPENSION
OF WORK UNLESS AUTHORIZED IN WRITING BY THE CHIEF ENGINEER.
IF THERE ARE tmREASONABLE DELAYS OR UNAUTHORIZED SUSPENSIONS OF WORK,
THE DEPARTMENT RESERVES THE RIGHT TO CHARGE THE CITY, NOT AS A c::..~ - 2..
I
I
I
I
1
I
I
I
I
I
1
I
I
PENALTY BUT AS LIQUIDATED DAMAGES, THE COST TO THE DEPARTMENT OF
MAINTAINING ITS ENGINEERING AND INSPECTION FORCE ON THE WORK OR TO CANCEL
THIS CONTRACT AND COMPLETE THE WORK BY CONTRACT OR OTHERWISE.
(6) THE WOR:< SHALL BE DONE IN ACCORDANCE WITH THE LAWS OF THE STATE OF
GEORGIA UND:~R THE DIRECT SUPERVISION AND TO THE ENTIRE SATISFACTION OF
THE DEPART~~NT OF TRANSPORTATION. THE DECISION OF THE CHIEF
ENGINEER UPON ANY QUESTION CONNECTED WITH THE EXECUTION OR FULFILLMENT
OF THIS AGREEMENT AND INTERPRETATION OF THE SPECIFICATIONS OR UPON ANY
FAILURE OR DELAY IN THE PROSECUTION OF THE WORK BY THE CITY SHALL BE
FINAL AND CONCLUSIVE.
(7) THE CIT~~ AGREES TO PERFORM ALL EXTRA WORK THAT MAY BE REQUIRED
OF THEM ON ~~HE BASIS OF ACTUAL COST.
(8) THE FINlillCING OF THIS PROJECT SHALL BE AS FOLLOWS:
PAYMENTS WILL BE MADE ON MONTHLY STATEMENTS AS THE WORK PROGRESSES.
DRUG-FREE WORKPLACE CERTIFICATION
------------.---------------------
THE UNDERSIGNED, CERTIFIES THAT THE PROVISIONS OF CODE SECTIONS 50-24-1
THROUGH 50-24-6 OF THE OFFICIAL CODE OF GEORGIA ANNOTATED, RELATING TO
THE 'DRUG_FR.EE WORKPLACE ACT', HAVE BEEN COMPLIED WITH IN FULL. THE
UNDERSIGNED FURTHER CERTIFIES THAT:
(1) A DRUG-FREE WORKPLACE WILL BE PROVIDED FOR THE CONTRACTOR'S
EMPLOYEES DURING THE PERFORMANCE OF THE CONTRACT; AND
(2) EACH CONTRACTOR WHO HIRES A SUBCONTRACTOR TO WORK IN A DRUG-FREE
WORKPLACE SHALL SECURE FROM THAT SUBCONTRACTOR THE FOLLOWING WRITTEN
CERTIFICATION: 'AS PART OF THE SUBCONTRACTING AGREEMENT WITH
(CONTRACTOR'S NAME) ,(SUBCONTRACTOR'S NAME)
-------------------------------------------------------
CERTIFIES TO THE CONTRACTOR THAT A DRUG-FREE WORKPLACE WILL BE PROVIDED
FOR THE SUBCONTRACTOR'S EMPLOYEES DURING THE PERFORMANCE OF THIS
CONTRACT PURSUANT TO PARAGRAPH (7) OF SUBSECTION (B) OF CODE SECTION
50-24-3_ '
ALSO THE UNDERSIGNED FURTHER CERTIFIES THAT HE WILL NOT ENGAGE IN THE
UNLAWFUL MANJFACTURE, SALE, DISTRIBUTION, DISPENSATION, POSSESSION, OR
USE OF A CON'rROLLED SUBSTANCE OR MARIJUANA DURING THE PERFORMANCE OF
THE CONTRACT.
------------.-------------------------------------------------------
c:.. <:. -..:3
I
I
I
I
I
I
I
I
I
1
I
I
I
IN WITNESS WHEREOF THE DEPARTMENT OF TRANSPORTATION HAS CAUSED THESE
PRESENTS TO BE EXECUTED BY THE COMMISSIONER OF SAID DEPARTMENT, WHO
HAS BEEN DULY AUTHORIZED, AND BY THE MAYOR FOR THE CITY,
WHO HAS BEEN DULY AUTHORIZED BY THE CITY COUNCIL OF SAID CITY,
WHO HAVE HERETO SET THEIR HAND THIS DAY 'AND YEAR AS SHOWN
BELOW.
*****************************************
FED ID NO.fIRS NO.
*****************************************
EXECUTED ON-BEHALF OF THE
DEPARTMENT OF TRANSPORTATION
THIS
EXECUTED ON BEHALF OF THE CITY
OF AUGUSTA
THIS
THE _ DAY OF
BY:
COMMISSIONER
19_
THE
DAY OF
19_
BY:
MAYOR
RECOMMENDED:
WITNESS FOR CITY:
DIVISION DIEECTOR
DATE:
THIS CONTRACT APPROVED BY THE
CITY COUNCIL AT A
MEETING HELD AT
WITNESS FOR THE DEPARTMENT
OF TRANSPORTATION:
THIS THE _ DAY OF
19_
CLERK
c~-4-
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISIONS
DATE: 03/24/98
PAGE: 1
CONTRACT ID : C31653-98-000-0
INTERSECTION IMPROVEMENTS ON PHINIZY RD AT SR 56 IN AUGUSTA_
S.P. CODE
-------------------------------------------------~------------------------------
SPECIAL PROVISIONS DESCRIPTION
-------------------------------------------------------------------------------
06-1-93-SP
l07-1-93-SP
08-1-93-SP
09-1-93-SP
52-1-93-SP
161-2-93-SP
00-2-93-SP
02-1-93-SP
820-1-93-SP
28-1-93-SP
98-0-00-SP
99-0-00-
CONTROL OF MATERIALS
LEGAL REGULATIONS (ENVIRONMENTAL)COUNTY/CITY CONTRACTS
WAIVE PROGRESS SCHEDULE
PARTIAL PAYMENT (CITY/COUNTY CONTRACTS)
FIELD LABORATORY BUILDING
SOIL EROSION & SEDIMENTATION (COUNTY/CITY CONTRACTS)
.ASPHALTIC CONCRETE (COUNTY CONTRACTS)
RECYCLED ASPHALTIC CONCRETE (COUNTY CONTRACTS)
.ASPHALT CEMENT
:~T Mt~ ASP1;0.LTIcnCONCftETE MIXTU~s.- JJ;k1 \ " 1
:::::&~J ~q ilOl15 - llrl>Cl> n~ (ffildi:l= I .. -,,~ "J J::I:gQL
PLANS () -
c<::-- 5
I
I
I
I
December 12, 1997
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SECTION 106 - CONTROL OF MATERIALS
106.03 SAMF'LES, TESTS, CITED SPECIFICATIONS: Delete the second paragraph in this
Subsection and substitute the following:
For work perfonned under Section 400, Hot Mix Asphaltic Concrete Construction, all materials
shall be inspected and tested by the Hot Mix Producer before incorporation into the Work. All
quality control samples shall be taken and tested by the Hot Mix Producer's designated quality
control technician. Such tests shall be perfonned at the Hot Mix Producer's expense and in
accordance with the methods of tests established by the Department. Copies of all tests
perfonned by the Hot Mix Producer shall be furnished to the Engineer and will become a part of
the project records.
At the discretion of the Department, the Hot Mix Producer's quality control tests may be used as
acceptance tests. The Department will maintain surveillance of the Hot Mix Producer's Quality
Assurance Acc'~ptance Program and shall take samples and conduct tests as necessary to verify
correctness of the Hot Mix Producer's quality control tests and detennine acceptability of
materials and construction. The Hot Mix Producer shall be responsible for the quality of the
construction and materials incorporated therein.
Office ofMateri:als and Research
\\
C~-<D
. ..
Revision: May I, 1994
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SECTION 107 ~ LEGAL REGULATIONS AND RESPONSIBILITY TO THE PUBLIC
NODIFICATION TO THE CURRENT. STANDARD SPECIFICATIONS
DELETE SUB-:;ECTION 107.23 AS WRITTEN AND SUBSTITUTE THE FOLLOWING:
107.23 ENVIRONMENTAL CONSIDERATIONS: All environmental considerations and
clearances shall be the responsibility of the County or municipality to meet,
including the requirements of Section 404 o~ the Clean Water Act (33 USC 1344).
After July 1. 1991. State funded projects must comply with the requirements
of Chapter 16 of Title 12 of the Official Code of Georgia Annotated. the
Georgia Environmental Policy Act (GEPA), of 1991. In compliance with GEPA,
those projects for ~"hich Federal funding is sought. and NEPA compliance is
accomplished. are exempt from the requirements of GEPA.
GEPA requiI'es that environmental documentation be accomplished for County
or City projects if more than 50 percent of the total project cost is funded
by a grant of a State Agency or a grant of more than $250,000 is made by the
State Agency to the municipality or County. The "responsible official of
the government agency shall 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 SIGNIFICANTLY ADVERSELY AFFECT THE
QUALITY OF THE ENVIRONMENT:
Non-land disturbing. activities and minor land disturbing activities
which would not be anticipated to significantly adversely affect the
qualil:y of the environment include the following list. These types
of prl)jects funded with state money would not be subject to environmental
asses:;ment of any kind. Hearing procedures outlined in GEPA would not
be app licab Ie.
1. Minor roadway and non-historic bridge projects.
a. Modernization of an existing highway by resurfacing, restoration,
rehabilitation, adding shoulders, widening a single lane or
less in each direction, and the addition of a median within
previously disturbed existing right-of-way.
b. Adding auxiliary lanes for localized purposes (weaving, climbing,
speed changes, etc.), and correcting substandard curves and
intersections within previously disturbed existing right-of-
way.
c. Non-historic bridge replacement projects in existing alignment
with no detour bridge.
<::.<::.-7
... .
2. Lighting, signing, pavement marking, signalization. freeway
surveillance and control systems, and rai~road protective devices.
3. Safety projects such as grooving, glare screen. safety barriers.
energy attenuators, median barriers, etc.
4. Highway landscaping and landscape modification, rest area projects
and truck weigh stations within previously disturbed existing right-
of way.
5. Co~struction of bus shelters and bays within existing right-of-way.
6. Temporary replacement of a highway facility which is commenced
iUllnediately after the occurrence of. a natural disaster or
ca:astrophic failure to restore the highway for the health, welfare.
and safety of the public.
B. THE FOLLOWING PROJECTS MAY NOT SIGNIFICANTLY ADVERSELY AFFECT THE QUALITY
OF THE ENVIRONMENT:
For projects wh'ich 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
adversE!ly affect the quality of the environment. Documentation of the
studie!i will be accomplished through he use of the "GEPA Investigation
Studie!:" checklist.
The types of project which would fall under the category would include:
1. Bridge replacement project on new location or with a detour bridge,
w~E:re 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 weight stations with no purchase of
additional right-of-way.
5. Ne~' 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.
c::. c:... - B
., . -, .
I
I
I
I
I
I
If studies demonstrate that the project will not significantly adversely
affect the quality of the environment, 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) will be undertaken along with full GEPA compliance.
C. THE FOLLOWING PROJEcrS HAY SIGNIFICANTLY ADVERSELY AFFECT THE QUALITY
OF THE ~NVIRONKENT:
This c,:ltegory of project may
projects. If such projects
an EER shall be prepared.
include
result
major widening and new location
in a significant. adverse effect.
D. EER PROCEDURE:
GEPA c8,11s for consideration of the "c;umulative effect of the proposed
government 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 all projects which are connected geographically or as logical
parts in a chain of contemplated actions.
1. Dur:lng preparation of an environmental effect report, the County
or municipality will consult with and solicit comments from agencies
which 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
EER. 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-term 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; c:::...<::.-~
. ..... .
3.
At least 45 days prior
wi th the undertaking,
in which the proposed
to occur notice that
pn~pared" .
to.making a decision as to whether to proceed
publish in the "legal organ of each county
governmental action or any part thereof is
an environmental effects report has been
4. Th.; County or municipality shall send a copy of the EER and all
other comments to the Director, EPD.
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 a least
100 residents of the State of Georgia request on within" 30 days
of publication in the legal organ of an affected county. The
re!iponsible official or his designee may hold a public hearing if
le!is than 100 requests are received. [The County or municipality
is not relieved of other State legal requirements of publi~ hearings,
ho,rever. ]
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 pf Decision).
8. Thi,s decision document, when signed by the responsible official,
wi 11 be sent to the Director, EPD, and an abbreviated notice of
thE: decision will be published in the legal organ of each county
in which the proposed governmental action or any part thereof is
to occur.
9. A c.opy 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 NATURAL RESOURSES,
ENVIRONMENTAL PROTECTION DIVISION for their files.
DEPARTMENT OF TRANSPORTATION
OFFICE OF ENVIRONMENT AND LOCATION
3993 AVIATION CIRCLE
ATLANTA, GEORGIA 30336
DEPARTMENT OF NATURAL RESOURSES
ENVIRONMENTAL PROTECTION DIVISION
205 BUTLER STREET, SE
SUITE 1152
ATLANTA, GEORGIA 30334
Any mitigation I measures identified in the EER will be incorporated.
into the final project plans.
Office of State Aid
C~- \0
DEPARTMENT OF TRANSPORTA nON
STATE OF GEORGIA
SPECIAL PROVISION
FIRST USE 1993 SPECIFICATIONS
JULY 1, 1993
Section 108 - Prosecution and Progress
I
For this projl~ct the progress schedule required by Subsection 108.03, need not be
submitted.
I
I
I
~,-- \\
September 15, 1997
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SUPPLEMENTAL SPECIFICATION
CTION 109 - MEASUREMENT & PAYMENT (CITY I COUNTY CONTRACTS)
9.07 PARTIAL PAYM~S: Retain as written except as follows:
GENERAL: Delete "At the end of each calendar month""':---and substitute
the 10th day of each calendar month----".
ice of State Aid
ct.- \ 'Z.
I
I
I
1
1
I
I
1
I
I
I
I
I
I
I
I
I
I
1
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
FIRST USE 1993 SPECIFlCA nONS
'JULY 1, 1993
REVISED: NOVEMBER 6, 1995
Section 161 - Control of Soil Erosion and Sedimentation
Retain as written and add the following:
It shall be the responsibility of the county or city to meet the requirements of Chapter 7 of
Title 12 of the Official Code of Georgia Annotated, the Erosion and Sedimentation Act of
1975, as c::.xrrently amended.
C~ - \3
I
I
I
I
December 12, 1997
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
(For State Aid Contracts Only)
SECTION 400 - HOT MIX ASPHALTIC CONCRETE CONSTRUCTION
400.05.C.4: LEVELING COURSE: Delete second paragraph and substitute the following:
Mixtures for leveling courses shall meet the requirements of the approved Job Mix Fonnula as
defined in Subse:ction 400.06 and all appropriate requirements of Section 828 and will be subject
to Acceptance a!) stated in Subsection 400.07.A
TABLE 400.05.C.4.a.: PATCHING AND LEVELING: Add the following statement after
Table 400.05.C.4.a.
Where the surface mix is t.:> be a Sand Asphalt, Sand Asphalt will be allowed for Leveling and/or
Patching in addition to the above mixes. Sand Asphalt will not be allowed as Leveling under
surface trea!ment, slurry seal, or other asphaltic concrete mixtures.
400.05.D.l. THlCKNESS OF LAYERS: Change the Minimum Layer Thickness for ''If' Mix
and "G" Mix in Table 400.05.D. I as follows:
rvrrx TYPE
"Ii"
MINIMUM LAYER nnCKNESS
7/8" (85 Ibs./yd.2)
3/4" (80 Ibs./yd.2)
"0"
400.05.F.: CONSTRUCTION OF CONTROL STRIPS AND DETERMINATION OF
TARGET DENSITY: Delete this Subsection and substitute the following:
Construction of control strips will not be required and 96% of Laboratory Density should be used
to control compaction or if job conditions warrant, the Engineer may establish a maximum
practical density.
c...~-\~
I
1
I
I
.1
1
I
I
I
I
For Asphaltic Concrete with a plan spread rate of 125 Ibs./yds.2 or less, density tests will not be
required. These courses shall be compacted as follows:
1. COMPACTION EQUIPMENT: The compaction equipment must be in good
me,chanical condition and capable of compacting the mixture. The number, type, size,
op~:ration, and condition of the compaction equipment shall be subject to the approval
of the Engineer. A minimum of the following equipment shall be required:
a. One steel wheel breakdown roller weighing at least 10 tons or vibratory roller
operating at low amplitude and at a minimum frequency of 47Hz.
b. One rubber tire roller weighing at least 8 tons or exerting at least 80 lbs./ in.2
,:ontact pressure.
I
c. One steel wheel finishing roller weighing at least 8 tons or vibratory roller
operating in static mode.
2. ROLLING OPERATION: Rolling shall be started as close behind the spreader as
possible without excessive distortion of the mix and shall be continued until roller
marks are no longer visible. A minimum rolling pattern shall consist of 2 coverages
with the breakdown roller, 6 coverages with the Pneumatic-Tired roller, and 2
coverages with the steel wheel finish roller.
400.05.G.: MIXTURE NOT REQUIRING CONTROL STRIPS: Delete this Subsection.
400.07. ACCE][>TANCE PLANS: Delete all references to pay adjustments and pay factors. In
addition, Delete 400.07.A, Gradation and Asphalt Cement Content, and substitute the following:
400.07.A. HOT MIX PRODUCER ACCREDITATION OF MATERIALS SAMPLING AND
TESTING OF ASPHALTIC CONCRETE: Asphaltic Concrete Mixture shall be randomly
sampled and testl~d by the Hot Mix Producer or Hot Mix Producer's Representative. In addition,
these tests results may be used for Acceptance on a Lot basis. Failure to comply with the
requirements list~~d herein may subject the plant facility to removal from the list of approved Hot
Mix Asphaltic Concrete Plants (QPL-4S).
A Lot shall cOn!iist of the number of tons of Asphaltic Concrete produced and placed each
production day; however, if this production is less than 500 tons, or its square yard equivalent, it
may be incorporated in the next working day's production. In the event the final day's production
is insufficient to constitute a Lot, it may be included in the Lot for the previous day's run, or at the
discretion of the Engineer, may be treated as a separate Lot with a corresponding lower number
of tests.
cc- \5
I
I
I
I
I
I
I
I
I
I
I
1. QUALITY CONTROL PROGRAM: This Quality Control Program allows the
Department to accept the Hot Mix Producer's quality control tests as Acceptance
Tesl:s for Asphaltic Concrete mixtures. The Hot Mix Producer's Quality Control
Program as established in S.O.P. 27, "Quality AsSurance for Hot Mix Asphaltic
Concrete Plants in Georgia," shall include, but not be limited to:
a. The assignment of all quality control . responsibilities to specifically named
individuals who have been duly certified by the Office of Materials and Research.
b. Provisions for prompt implementation of control and corrective measures.
c. Provisions for liaison with the Project Manager, Bituminous Construction
Engin~er and Testing Management Supervisor at all times. The Hot Mix Producer
shall provide at least one day's notice prior to beginning production, or prior to
resuming production if operations have been temporarily suspended.
d. Provisions for reporting daily through Office of Materials and Research computer
Bulletin ,Board Service (BBS) the test results for extractions, lime checks, and
stripping tests.
Other tests, checks, calibrations, etc. will be reported on a fonn developed by the
Hot Mix Producer and shall become a part of the project records.
T he Quality Control Program shall be submitted for approval prior to beginning
the Work.
2. CERTIFICATION REQUIREMENTS: The Office of Materials and Research will
certify the Hot Mix Producer's Laboratory and testing equipment to assure that the
equipment to be used is accurate and meets Departmental testing standards.
Laboratories which participate in and maintain AASHTO Accreditation for testing
Asphaltic Concrete Mixtures will be acceptable for certification by the Department
provided other contract requirements are met.
The designated Quality Control personnel must be certified by the Office of Materials
and Research prior to commencement of work. There are two certification Levels for
Quality Control Technicians. To become a certified Level 1- Quality Control
Technician (QCT), such persons must be able to demonstrate that they are competent
in perfonning the process control and acceptance tests and procedures related to Hot
Mix Asphaltic Concrete production. The Level 2-QCT shall, in addition to Level 1
requirements, be capable of and responsible for making process control adjustments.
The Engineer shall be notified in writing of any change in Quality Control personnel.
c:..~ ~ \b
The Hot Mix Producer shall have at least one designated QCT person at the plant at
all times except when daily total weight for all mix types is to be greater than 250 tons.
If daily production for all mix types of the plant is 259 tons or less, the QCT may be
responsible for conducting tests at up to' two plants, subject to random number
selection. In addition, the Hot Mix Producer is also required to have available, either
at th(: plant site or within immediate contact by phone or radio, a Level 2-QCT person
responsible for making prompt process control adjustments as necessary to correct the
mIX. -
3. SAMPLING, TESTING AND INSPECTION REQUIREMENTS: Mixtures shall be
randomly sampled according to GDT -73 (Method C) and tested by the QCT on a Lot
basis. A copy of the computer generated random sampling data shall be maintained as
a part of the project records.
The Hot Mix Producer's QCT shall perfonn aU Sampling and Inspection duties in
accordance with GSP-21. All sample containers, extract ants, fonns, diaries and other
supphes shall be furnished by the Hot Mix Producer and are subject to approval of the
Engineer.
The Hot Mix Producer's QCT shall perfonn extraction or ignition (GDT-83 or GDT-
125) and gradation analysis (GDT-38) of samples of the mixture produced each day
and s:unpled in accordance with GSP-15. If the ignition oven is used, a printout of
sample weights shall become a part of the project records.
The Hot Mix Producer shall maintain a Process Control Flow chart for each sieve
specified on the Job Mix Fonnula and including the percent asphalt content. Such
chart should include a graph plot of the deviations from the Job Mix Fonnula for
each test as well as the allowable range based on the Mixture Control Tolerances
specified in Section 828.
If an Acceptance test result is outside Mixture Control Tolerances specified in Section
828, the Level 2-QCT shall determine if a plant adjustment is needed and immediately
run a Process Control sample. If the Process Control sample is also out of Mixture
Control Tolerances, an immediate plant adjustment shall be required and additional
Proce~;s Control samples shall be taken as necessary to assure the corrective action
taken was appropriate to control the mix.
If the Hot Mix Producer's QCT obtains 2 consecutive Acceptance samples out of the
Mixture Control Tolerances specified in Section 828, production shall stop
immed.iately and the problem with mixture control will be investigated and corrected
by the Hot Mix Producer's Level 2-QCT personnel prior to restarting production.
The QCT shall measure the temperature of the mixture and record the results on the
load ticket each time a sample is taken. This will be required for all mixes except
~~-\...,
Asphaltic Concrete "OGFC", or ''Porous European Mix" mix where the temperature
shall be measured and the results recorded at least once for each hour of production.
The respective load ticket shall also be signed by the QCT for each load from which a
sample is taken. .
When hydrated lime is to be included in the mixture, calibration of the lime system
shall be checked for accuracy a minimum of twice weekly during production and the
result:~ of these calibration checks shall be posted at the plant for review. Additionally,
records of materials (Asphalt Cement, Aggregates, Hydrated Lime, etc.) invoices shall
be made available for review upon request at all times for the duration of the work.
4. COMPARATIVE AND QUALITY ASSURANCE PROGRAM: Periodic
comparati~e testing will be required of each QCT and will be coordinated by the
Department to monitor consistency of equipment and test procedures. In addition, the
Department will take independent samples to monitor the Hot Mix Producer's Quality
Control Program. For clarification, Department samples taken from opposite quarters
of material sampled by the Hot Mix Producer are defined as Comparison Samples.
Other independent samples which are taken by the Department from material produced
during the same Lot are defined as Quality Assurance samples. This Program is
further defined as follows:
a. Comparison Sampling and Testing: During the quartering process of Hot Mix
samples, the opposite quarters from the test specimen shall be labeled and retained
for D ~partment comparison testing. In addition, the remaining material removed
from the total sample shall be labeled and retained for possible Referee testing.
These samples shall be stored in a suitable container and secured in a protected
environment. If the Hot Mix Producer's Acceptance Test results meet Mixture
Control Tolerances and if the Department does not procure these samples retained
within three working days of the represented mix being produced, these samples
may be discarded.
The Department will" test comparison samples on a random basis at a frequency
deemed necessary to assure that the Hot Mix Producers testing techniques are
yielding accurate results.
Re,sults of Department tests will be compared to the respective Hot Mix Producer's
Acceptance tests. The maximum tolerance allowed for Comparison Samples as
de1ined above shall be as follows:
~,--\~
I
I
I
I
I
I
1
I
MAXIMUM DIFFERENCE
SIEVE SIZE
1/2"
3/8"
No.4
No.8
No. 200
AC.
SURFACE
3.5%
3.5%
2.5%
2.0%
0.4%
SUBSURFACE
4.0%
4.0%
3.5%
3.0%
2.0%
0.5%
If Comparison tests are within these tolerances, production may continue and at
the discretion of the Engineer, the Hot Mix Producer's tests can be used as the
acceptance tests for the affected Lot. If test results are not within these tolerances,
tbe corresponding Referee Samples shall be tested by another Departmental
Technician and compared to the tolerance for Comparison Samples as given
above.
If test Results of Referee Samples, when compared to the respective QCT's
sample, are within these tolerances, the Hot Mix Producer's tests can be used as
Acceptance Tests for the effected Lot. If tests results are not within these
tolerances, the Hot Mix Producer's Quality Control methods shall be reviewed and
a thorough investigation will be made if deemed necessary.
b. Quality Assurance Sampling and Testing: The Department will take samples for
the purpose of monitoring the effectiveness of the Hot Mix Producer's
Quality Control Program. These samples may be obtained from the same load as
QCT samples were taken or other loads at the plant or roadway, or samples
obtained immediately behind the spreader and prior to compaction. The samples
will be tested and analyzed by the Department in accordance with standard
procedures.
The Department shall randomly take and test a minimum of two Quality Assurance
(QA) samples from . each five days or five Lots of production regardless of mix
type or number of projects, to assure that the mixture is being adequately
controlled and accurately sampled and tested.
The maximum tolerance for QA samples as defined above, when compared to the
Job Mix FonnuIa, shall be the same as the Mixture Control Tolerances as outlined
in Section 828. If test results are not within these tolerances, the Department may
take another sample from the respective mix. If tests results of the additional
sample are within these tolerances, production may continue. If test results of the
additional sample are not within these tolerances, the Department will investigate
by taking at least three random samples from throughout the Lot in accordance
with Subsection 400.07.F. These samples shall be used for Acceptance and the Hot
Mix Producer QCT test results for' the respective Lot will not be included in the
Lot calculations.
c:- c::.. - \ ~
Should the Engineer detennine that Quality Control requirements are not being
met or that unsatisfactory results are being obtained, prompt corrective action shall
be taken by the Hot Mix Producer. Failure to take prompt corrective action will
be cause for the Engineer to discontinue acceptance of the mix.
If it is detennined by the Department that the QCT has not followed procedures
specified in GSP-21 or has provided erroneous information, his or her certification
may be withdrawn, and the Hot Mix Producer may be subject to punitive or legal
action. Technicians who lose their certification due to falsification of test data will
not be eligible for re-certification in the future, unless approved by the State
Materials and Research Engineer. In-place material represented by unacceptable
tests w,iIl be evaluated by cores in accordance with Subsection 400.07.F. These
core samples shall be used for acceptance.
5. GRADATION AND ASPHALT CEMENT CONTENT: Quality Acceptance of the
mixture will be based upon the mean of the deviations from the Job Mix Formula for
control sieves and asphalt cement content of the specified number of test results per
Lot. This mean will be detennined by averaging the actual numeric value of the
individual deviations from the Job Mix Formula, disregarding whether the deviations
are po:;itive or negative amounts. The samples will be taken randomly in accordance
with GDT -73. In the event less than the specified number of samples are taken, the
Hot NUx Producer shall take at least two representative six inch cores from the
roadway (to assure adequate sample size) for each portion of mix that was not
sampled and acceptance will be based on the mean of the deviations from the Job Mix
Formu:!a of the total number of tests run.
The control sieves used in Quality Acceptance for the various types of mix are as
indicatl~d below:
TABLE 400.07.A
MIX TYPE MIXTURE CONTROL
Asphaltic Concrete Base 1/2", No.8 Sieves and Asphalt Cement
Asphaltic Concrete B, B-Modified, E 3/8", No.8 Sieves and Asphalt Cement
Asphaltic Concrete F, H No.4, No.8 Sieves and Asphalt Cement
Asphaltic Concrete G No. 8 Sieve and Asphalt Cement
Asphaltic Concrete Sand Asphalt Asphalt Cement
Type I and II
<::..., <:::... - Z 0
If the Engineer detennines that the material is not acceptable to leave in place, the
materials shall be removed and replaced at the Hot Mix Producer's expense. Any test
resuIti; for materials not used in the Work shall not be included in the calculations for
Lot Acceptance.
For al;phalt cement content only, on plants with digital recorders, digital printouts of
liquid asphalt cement weights may be substituted in lieu of an extraction test. The
asphalt cement content shall be calculated from the ticket representing the mixture
tested for gradation. The asphalt cement content calculated from each ticket will be
considered a test.
400.07B.: COMPA<;;TION: Delete this Subsection and substitute the following:
The compaction of the mixture as detennined by either GDT-39, or GDT-59, will be accepted in
Lots as defined i:n Subsection 400.07.A. and shall be Within the same Lot boundaries as the
mixture acceptance.
The mean density of the pavement placed within each Lot will be calculated by averaging the
results of tests run on randomly selected sites in that Lot. The random sites shall be selected using
GDT-73.
400.07.C.: SURJf?ACE TOLERANCE: Delete this Subsection and substitute the following:
AIl paving shall be subject to visual and straightedge inspection during construction operations
and thereafter prior to final acceptance. Ala foot straightedge shall be retained in the vicinity of
the paving operation at all times for the purpose of measuring surface irregularities on all courses.
The straightedge and labor for its use shall be provided by the Hot Mix Producer.
The surface of base, intermediate, and surface courses shall be inspected with the straightedge as
necessary to detect irregularities. AIl irregularities in excess of 3/16 inch in 10 feet for base,
intermediate, and surface courses shall be corrected. Irregularities such as rippling, tearing, or
pulling which in the judgment of the Engineer indicate a continuing problem in equipment,
mixture, or operating technique shall not be pennitted to recur and the paving operation shall be
stopped unless appropriate steps are taken by the Hot Mix Producer to correct the problem.
400.07.D.: MATERIALS PRODUCED AND PLACED DURING ADJUSTMENT
PERIOD: DeIet~: this Subsection.
~c:.. - 2. \
I
I
I
I
1
I
I
I
I
1
I
400.10. PAYMENT: Delete this Subsection and substitute the following:
Hot mix asphaltic concrete of the various types will be paid for at the contract unit price per Ton
or Square Yard which payment shall be full compensation for furnishing and placing all materials
including asphalt cement, hydrated lime when required and for all approved additives, for all
cleaning and ;repairing or preparation of surfaces, and for all other operations necessary to
complete the Contract Item.
PAYMENTWlLLBEMADE UNDER:
ITEM NO. 400 Asphaltic Concrete ~ Group-Blend. Including
Bituminous Material and Hydrated Lime ................................................................ Per Ton
,
ITEM NO. 400 Asphaltic Concrete ~ Group-Blend, Including
Bituminous Material .... ...........:... ....... ...............~...... ............ ............................. ..... Per Ton
ITEM NO. 400 in. Asphaltic Concrete ~, Group-Blend,
Including Bituminous Material and Hydrated Lime .....................................Per Square Yard
ITEM NO. 400 in. Asphaltic Concrete ~, Group-Blend,
Includin,g Bituminous Material . .......... ........ ............ ................ ............... .....Per Square Yard
ITEM NO. 400 Asphaltic Concrete Patching Including Bituminous
Material and Hydrated Lime ................................................................................... Per Ton
ITEM NO. 400 Asphaltic Concrete Patching Including Bituminous
Material .................................................................................. ................... ............. Per Ton
ITEM NO. 400 Asphaltic Concrete Leveling Including Bituminous
Material and Hydrated Lime ...................................................................... ............. Per Ton
ITEM NO. 400 Asphaltic Concrete Leveling Including Bituminous
Material .. ... .................................... ............................................................ .... ......... Per Ton
Materials and Re:iearch
c:.. c:.. - a z.
December 12, 1997
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SECTION 402 - HOT MIX RECYCLED ASPHALTIC CONCRETE
402.02.A. RAP l\lA TERIAL: Delete the next to last paragraph and substitute the following:
RAP containing either local sand or alluvial gravel will not be allowed in mixtures used on
interstate projects except for shoulder construction. Wheriused in shoulder construction, the use
of RAP containing either local sand or alluvial gravel shall be limited such that the sand or gravel
makes up no mow than 20% of the total aggregate portion of the mix. When used in mainline and
ramp construction of non-interstate projects, the percentage of RAP containing alluvial gravel
shall be limited such that the gravel makes up no more than 5% of the total aggregate portion of
the mix. The amount of local sand in RAP shall be considered when determining the local sand
portion allowed in the total mix as specified in Section 828.
Where Pay Items specify that Group II only aggregate is to be used, RAP which consists primarily
of Group II aggre.gate, but contains some Group I aggregate shall be limited such that the Group I
aggregate makes up no more than 5% of the total aggregate portion of the mix. When a Blend I
mix is specified, any Group I aggregate in the RAP shall be considered when determining the
Group I portion allowed in the total mix as specified in Section 828. The percentage of local sand,
alluvial gravel, and Group I aggregate in the RAP will be determined through petrographic
analysis or available records.
402.02.C. RECYCLED MIXTURE: Delete this Subsection and substitute the following:
The recycled mixture shall be a homogeneous mixture of RAP material, virgin aggregate and neat
asphalt cement. Further, the mixture shall be appropriately treated with an approved anti-stripping
agent, either a heat stable anti-stripping additive or hydrated lime. The agent chosen shall be at the
Hot Mix Producer's discretion except where noted in the Pay Item Designation.
The mixture shall confonn to an approved mixture design meeting the requirements outlined in
Section 828. Wh~:re 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 anti-strip additive is used, it shall be added at a rate of 0.5 percent of the neat asphalt
cement added to the mixture.
c..~-23
402.05 PAYMENT: Add the following:
Item No. 402 Re:cycled Asphaltic Concrete, ~ Group-Blend.
Including Bituminous Material ........................................:........... ~.. ............... per Ton
Item No. 402 Recycled Asphaltic Concrete, ~ Group-Blend.
Including Bituminous Material and Hydrated Lime ............. .............. ............... per Ton
Item No. 402 __Inches Recycled Asphaltic Concrete, ~
Group-BIIend. Including Bituminous Materia1........................_..........~...per Square Yard
Item No. 402 __Inches Recycled Asphaltic Concrete, ~
Group-BI,end,,Including Bituminous Material and Hydrated Lime .........per Square Yard
Item No. 402 Re'::ycled Asphaltic Concrete Patching,
Including Bituminous Material.............................:.............. ................................ per Ton
Item No. 402 Reeycled Asphaltic Concrete Patching,
Including Bituminous Material and Hydrated Lime ............................................. per Ton
Item No. 402 Rel~ycled Asphaltic Concrete Leveling,
Including Bituminous Material. ........ ..................... .............................................. per Ton
Item No. 402 ReGycled Asphaltic Concrete Leveling,
Including Bituminous Material and Hydrated Lime ............................................. per Ton
Materials and Research
~~ - 2.4
1
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~I
I
December 12, 1997
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SECTION 820 - ASPHALT CEMENT
Delete this Section and substitute the following:
820.01 SUPERPAVE ASPHALT BINDER: This Section covers asphalt cements which have
been prepared from crude petroleum by suitable methods. The asphalt cements shall be
homogenous, free JTom 'water and shall not foam when heated. to 1750 C. Blending of asphalt
cements to produc(~ a specified performance grade shall result in a uniform, homogenous blend
with no separation. The neat asphalt cement proposed for. use in Asphaltic Concrete shall meet
the following requirements for PG 64-22 or PG 67-22 and be production materials ("straight-
run") that have not been "air-blown" to achieve the performance grade (pG). PG 58-22 may be
used as Bituminou:; Tack Coat or in Bituminous Surface Treatment. Only Styrene-Butadiene-
Styrene (SBS) or Styrene-Butadiene (SB) shall be added to the neat asphalt cement, if needed, to
produce a binder that complies with the following requirements for PG 76-22.
1. Test Requirements
TEST AND ORIGINAL
METHOD TEST TEMPERA TIJRE BINDER RESIDUE OF BINDER AFTER:
Rolling Thin-Film
PG PG PG PG Oven AASIITO: TP5 Pressure Aging
58-22 64-22 67-22 76-22 AASIITO: PP-l
Flash Point,
AASIITO: T-48 2300 C
Min.
Viscosity (a), 3Pa-S
ASTM 04402 Max. 1350 C (3000CP)
Mass Loss (%), Max. "
AASIITO: T-240 (b) 0.5
Dynamic Shear, 580 C 640 C 670 C 760 C ~1.0kPa ~ 2.2 \cPa
G*/sin8, AASIITO: Phase
TP5, 10 RadlSec Angl ~ 75 deg.
e
Dissipated Energy,
Dynamic Shear, 250C ~ 5000 kPa
G*sin8, AASIITO:
TP5, 10 RadlSec
Creep Stiffness (c), S ~ 300,000 kPa
60 sec. AASIITO - 120 C m ~ 0.300
TPI
Direct Tension, 1.0
mrnImin. AASIITO: - 120 C Report
TP3, Failure Strain
<:::., Co. - 2. 5
I
1
I
I
I
820.01 (Continued)
(a) This requirement may be waived at the discretion of the Department if the supplier
W8.1Tants that the asphalt binder can be adequately pumped and mixed at
temperatures that meet all applicable safety standards.
(b) Heat loss by AASHTO: T -179 may be accepted in lieu of mass loss by AASHTO:
T -2.ito.
(c) Ift:he creep stifihess is below 300,000 kPa, the direct tension test is not required.
If the creep stifihess is ~ 300,000 kPa, the Direct Tension Failure Strain value
shall be reported. The m-value requirement shall be satisfied in either case.
If modification is required, the composite materials shall be thoroughly blended at the
supply fac:ility prior to being loaded into the transport vehicle. AIl blending procedures,
formulation, and operations shall be approved by the Office of Materials and Research.
2. Certification: Certified test results of laboratory blends for proposed PG asphalts shall
be provided by a certified laboratory, approved by the Office of Materials and Research,
for each s;pecification characteristic of the asphalt cement proposed for shipment. The
certified results shall be provided to the State Materials and Research Engineer in
compliance with Standard Operating Procedure (SOP)-4.
In the eve:nt there is reason to suspect a sample will be outside specification limits, the
State Materials and Research Engineer may interrupt the production until test results are
known.
Materials and Res~:arch
c:. c::.. - 2. ,
I
I
I
.
'I
I
I
I
I
I
December 12, 1997
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
SE:CTION 828 - HOT MIX ASPHALTIC CONCRETE MIXTURES
Delete Subsection 828.01.1 and substitute the following:
Local sand will not be,aIIowed in any mixtures to be placed on the mainline or ramps, excluding
shoulders, of Inter!itate projects. Up to 20% local sand, based on the total aggregate weight, may
be allowed as an ingredient in the Asphaltic Concrete ~xtures used for interstate shoulder
construction.
On non-interstate projects with 2,000 ADTNPD or greater, as shown on the plans, the use of
local sand shall be limited to Asphaltic Concrete "Base" mixtures only and shall not exceed 20%
of the total aggregate weight. Local sand, not to exceed 20% of the total aggregate weight, may
be used as an ingredient in all Asphaltic Concrete mixtures placed on non-interstate routes with
1,000 to 1,999 ADTNPD, and on routes where traffic counts may be unavailable or not shown
on the plans. On ncm-interstate projects with less than 1,000 ADTNPD, the amount oflocal -sand
allowed will be limited only as needed to meet design requirements further described in this
Section.
These stipulations :in no way supersede limitations of RAP allowed in recycled mixtures as set
forth in Section 402.
Materials and Resea.rch
(:,~- 2. 7
8.01 DESCRIPTION: This item consists of excavation of all materials ~f whatever nature
including borrow if required, to aIigrnnent, grade and typical cross-sections' shown on the plans;
as directed by the Engineer, all necessary hauling, fonnation of embankments, shoulder
nstruction, subgrade construction, ditch excavation, finishing and dressing, replacement of
lunsuitable material remoV(~d from the subgrade, and disposal of any unsuitable or surplus
Iterial. It shall include the removal and disposal of miscellaneous roadway items including,
t not limited to, curbs, drainage structures and pavements, unless established as separate
ntract items. It shall also include all necessary clearing and grubbing, in accordance with
I Sections 201 and 202, required to complete the work unless these items have been e~tablished as
llY items in the contract.
i228.02 MATERIALS: All suitable material excavated, including that taken from trenches, roadway
Itches and slopes, shall be used in fonning embanlanents as far as practicable. Surplus or
suitable materials shall be used in flattening slopes of embanlanents, backfilling washes or
Itches, or wasted back of the construction lines as directed. .
12.8.03 CONSTRUCTION: The construction shall be done using equipment approved by the Engineer,
'hich will not damage ba~ie, pavement or other appurtenances to be retained. The Engineer shall
set slope stakes to fit the typical section, or as he may deem necessary, establish grades in.
lcordance with these specification, and set final stakes to verify that the excavation sections
the roadway and the embankments comply with the typical section. The work shall be done in
accordance with the appropriate portions of Specifications 201, 202, 205, 206, 207, 208 and 209
. these Specifications.
Jior to placing any base material, the subgrade shall be finished in accordance with 209.03
Revised March I, 1988
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Modification of Standard Specification
SECTION 228
GRADING (MODIFIED), INCLUDING HAUL
(For County Contract Only)
Project Number: .:re.. toP !)3CJ -5"3 C!-'f':>)
I
I
I
I
A.
Clearing: and Grubbing: Clearing and grubbing shall be done well in advance of
excavation and embankment construction.
B.
General Requirements:
1. Cros::; Section: As a minimum requirement the roadway shall be graded in
accordance with the speci fied typical sections.
<::-~- 2. ~
I
1
"
I
I
I
I
2. Slopes, Ditches, Shoulders: The excavation shall be done so that frOnt slopes,
ditches and shoulders are neatiy trimmed to the lines given. Additional
shoulder width will be permined when extra widlh shoulders are ready in place
ane: fit the existing roadbed provided lhe finished shoulders present a
rea::;onably uniform appearance.
3. Sh::,ping and Dressing: After all excavation and formation of embanlanents and
shoulders have been substantially completed the roadway shall be properly
shaped, finished and dressed in Reasonably close conformity to the lines and
grades given. .
C. Compaction: All embankments shall be built up in 8 inch layers and lhefull width of
I the cross section compacted in accordance with Section 208.
l28.04'MEASUREMENT: Grading (Modified) Including Haul will be measured in Linear'Miles along
E!he centerline of the road or the median, including ramps when so shown on the plans. Surplus
aterial may be disposed of beyond the end of the project, but the mileage measured for payment
.vill not extend beyond the established termini. _
.28.04 PAYMENT: The item of Grading (Modified) Including Haul will be paid for at the Contract
IIJnit Price per Linear Mile complete in place, which price shall be full compensation for .
;Iearing and grubbing in~;ide the construction limits where this item is not shown as a separate .
_:tem in the Contract, for all excavation to the typical section required or as modified herein,
ormation of embankments, construction of shoulders, backing out subgrades for pavement,
I ushing fill slopes and ramps, filling washes, wasting surplus or unsuitable material,
finishing and dressing, cleaning of side ditches, all hauling of excavation, and any incidentals
lecessary to complete the Item. It is clearly understood that in no case will any separate
,ayment be made for finishing and dressing, and that the cost of necessary finishing and
iressing to comply with l:hese Specifications shall be included in the Contract Unit Price of
frading (Modified) Including Haul.
~ayment will be made under:
I
i
I
Office 0 f State Aid
I
I
I
I
I
I
Item 228. Grading (Modified) Including HauI---------per Linear Mile.
-
...
Sheet 2 of 2
Project Number:
feL.618S80'S3 {'074~
~c:.--ZG}
~v.~>;:{~
' . . /", '/ . ~- ".. . ".:-/~p'~!;~~;r""'. -'. #.
.I~ ~"\\ ~~";"~\ \l:'1';':'*%;;:~F@1"~~;1~'f~ .
k~.... .Ah =:~F~'..)', ...;,~tf.f,q.:!::{J:::~~~~ <"'", f ~~\.~'~~"~"~~4A ~f~~~tE?:
~ · ~ ~. ~~ 01.', ,~ . ,":".;;" ~ J.;.:"." i:. _ ~:.~<"tl!ll'l!1 . 'Wi "" it"
' · ~ ',::<- '" cr ..d\,--T' ~:<' ,\"' \"::'~'\'V;' ,;j \ .... \~'\:1' ,.... A'i/ ~
~~.~"'-.--1 E~::.;tQ-' ''irM~"7&Vl:uI] ~~~~;"/L.I ii;
, f..: lO~fl) "n ~ ~~~ ~.';'?<' .. ~,;~
~". . I :"i!'t!~~~~~-~~~.)u ~\ :J "~~~4';'~':" ~-". ~~n':::;4J) '~li;"
" 7' -~ . ~". _r I.. , 7, !--q<~ I\.'\.,..,~ <L.~' '.'.':,.
j . ..' '. ~,,'? ".1' 1 I 4",-1 · ~.~ , ...."'_ - .."'l. \ ::::;:::::
. Ilri.... .. ,., ~~ c:. ~ ......'-011I 'A ~ o. b- ......
... .' ..", ~ ~ 1- f ~ \\l. '.I'i.( "4 '\. " .., ~;; .PuR :"'::':'.
' . '/ '., '.."'-' y/ ", '" 'I N' , ~ R' ,~. . "..,,,. ;:;';
"" .> ~. 1. ~~\ ~ );: lo . A.r:nrOI"o _.....:
~' " ,~ .... · In > ,>,Vj ~l ,~.,."
~ i":: :-,1':-': ;:;.~~"> '1:~ . " ..... ",'? \_ 1.~ ~ _ ~~~:;:;:::"~
~ ~ .....:.'..!.... ....~.jt " ot."~ ~-,:.\ re -- .2. '. /_ .I... ~ :_:_"?::~~::::_
. '" ~'--"""" G'.nn Hill. X. " ~~t;.\ 7'.... II . i2 <..; ._:.-=_ -:::::::::::~ '
i J ",,. ""- 6" .;, ~ 5~rr ~ ~ \ 0.--" ':-0 -:-:SiC: ,
1."1 ~. '"'""'-'-....'- HOulhtrn Wood _ _ _. ......
..
( ~~~ill: [J!)L t "J~'" -PNII"'''''-':::::
~,' ..,m J./--1, ...~._ 8 rl ~ ~ /10.... BuIl..H. fjl.' \ _ii-:_:-::_::"::}:\
~. "1111 '0 iii .,~ I A , Q'7!-J- · ~! .... t~Y C __-_ __ __ _ _-_ __' ,:.:-:.:,.
~ v~ ~~-'5\)C t-..: ,,,.... "" - " '''' " " ,_,: __;_;__-,-"- :i\':
;' " ~'" ~.. """, ,<? .lpftP j ." ~~.~- - J i:;.:-~:3 {t{
'" " J ,,,. $ ~ J ~ :u:o~. I I -: -:.. _ _ __ __ ::tJifJ ":.'::.
- "". . ~ ~ Y AI, .. I ,~ +, L...- -;;"'_: "'-Ill ::~ ':;:':'
----- ,. r ", I, "",,'... '" '<, . _ 0", _;;! . 00 _" ,-_' ,~- "'."
Z "'"TB~' :tr/~ "'",,,0 COI.IPlET[ '[D[IIA~'AlD , 10.'\ oO~ ~.IU~'" ~ ~ "'... _-=:_:_:_:__ _-_- :.;,;./
~ " ""'''-'~'" 0.., .. 71 ,. "". ~_'_~'_~',=-=, ..,..."
q 1I0AO """S[IIS , _u-." If ~ '-I z Cl> :t '~'-.r __ _ _ . --.l._ ~:.':.
'I -.;....~:.. ~ . ~.'h-.:;: ~ ~;;.. ~:,.., ;';-__':-':_:_:_:_::--::::-_:<.p::::
~o \ ..(...~ 1 ~ ~ .... 1- -;-.: = =_ __ __ 7- __ --==_'~
"'" -, "".V , " "..- ;,., ..., :;.. .>.. 1 'I; , "'o!',~-;'.2'~~ .'F
-. / \ I -t...~-y////' ~;.;;..___._.____...
:-. "- ~~ //--/7 ~ ~~.if" _ 1520-1 _==_.. :.;__-:.-__-:-.:-:-::.__.;:;:
- - · ~~ ,~- ~o. .~ l'::::':::::::: I. f~,", ~ ~ .Ii 1.3, Y' J a~ ic~ ~::~:2::::-:::;{
~ 10 5 ,~ ~ ": :::.,.. r-l: \ Mid'S,?"'h r: -:..__-.::::=:::::;:
- . :::::.'<. r .. . v./ -= .;;:u..~... "':"~"~''''
t ~~_,.t../~. ~. r:'" "':':::fit., .~':...,~ ~J ~.:. '''~. ...: ~ ~~. :~\,,"~;tif:1
...:::....:.:.:...'... s~ ...........::::. '.. ..~:r~J Adventure ~R"'N ~~ 6 Kendall'.:..:::".;.., M ~
. .,,"gs....... .. ..:.... ~. \ 'l~y ....... _ ,.. . Co .:....:...- W.
... "~'.... --':-'~~''';'' , -< ,/ "-;;'''1 .. ..om ~ .....,.,..........\:':;. ..
:Cbif! ,~,..... ',.~\, ..... ?">>" ~,~'" g ''':'''';:.i,;;,;:~\~,:;::,'i'''''i''i:'':j<'' :
t. ~. -~, ./:~~ ~. ~::~, ; :~. " '. S "4- ~:~ 5X?.. ""':,:;:p,~:.:.:.::.t~(: ~\~i';., ,""22" \ ~ , '.'~~~
(:: . . :'\~ ,.: :,,':: ,".....- J~'~ ~ -. "::,"':::.::. Q' ~ ~ ~/
~.... . ~ .... ~ . ,if':"'. Sp,,,, Cr. ..,""7,. '" "~J.:
SUM(~4U
~ 91T
""
:J '.~ q"'.... " . ..!~ 0,,( r..._Bu".rs Cr. If' 'c';. D1 . ,~/.:,:1:')~. '%
;;i ..... i"'i,'7~ ~ ~ "NJ .. :~ ..",~~ J ~ L ~L." . r. ,. Ch.,so. ~ . _;., r,' -=..l ~frqi
020 ...-Iore:--:. 'ON L " . -, J ... . .. \ ~ _" , '"",V<'o<
"'/ , r~4VIS" ~ 2C J. I'll .., R''' - - .... ;>h'/.;'-~
",' J9~~ :or fI · '!3.~ 1 '\ -;. .; ~_____ 0...... '6 SPUR , q*~/.'$;
... "'., ~ ... <\) · - ....... -Z, - - - - - 2 ..../~~~/.WA
.t " ..1" 11- ~ /.1'...... ~..;"'\, \ I '.~ Darlco ~z"" 207- + _ _vv/~~
.'1 6,',,:' J, 91' ---.. ..~ ~ --0 .. ..:;:.... GroeeWOOd' ;;." RO~O _. ( ';. ~..~.~'
.-."'" ,~ ,'>.. glJ'.! , N' ~nc. TOBACCO .,r; . '-- _ ~
I ~:. #orIr11i, :"Jo7f../f 110. ". ;~ Adorn~ '" .... " i ~~-;;"ACtWOOD 0>> DCIO"'O~':?U~fNT "''''";' \, '.H':'ONU"fNT WA~~~'t,~YAurr-'\_.~1
- fl, ~'J ~n Gr.,.... "'.' -' .' sr4T[ SCHCO~ 6 -;. Cern ,,~~ l:) '. i '~<P.4*h.
r.., ~ ~ ~ ~I 1m! J',.~'~~8&' "0 Ch. 'ljf, .'Y r HO'PITA~, . . -::. ~ ., ~. ./\ ..."". "N C~IIS ~O. _'. ~_'007.
~ ,~ ,.... .Z v,, 0,,"/ ", ';._ ~/~ 1'112 \./ ~. ~
'r.' UN - ,. . ~ .,., " _.' 1?1!I
I "~~"~ '.::::.....~.'J~f"~ ~.. ; -~C"", ~i .J .,. -'r.-.: ~" RICH..ONOCO. ~~
" - ...., - ., c., .~ ~ /. .--" : UJ... A I' . H C'US CA"~ ZZ
'.. '" I.I~ 'I. - r ,. , ... I . .T4 ~ ~" . . . r _ ~ r ~
\ '#~s a:..s~l '<: L! ~.'I ~ '.-- "'. ~ -- '"~/ T ,/ l~ ..0 ~ ~ 'f.~ ~
'. - ~ ,."... \T,HJ ~,4&1 ~ OeBruce · \~...' \0-'" · I( /+ J _ ,1 f:.('S78 f:" \~ '.
" -.' ' '" ,...... I /I Glf: J S ~oI .......
"- ... \-:V j ..;.:..---. ,." 7 -'t. ..-~ o~ ',-,~,,..~ · '>. ~_. , .1::.,
--- . v. """'-- "/ ~ '.:17 ~ I~ ~~
;:::p- ,~~-/~/'..., ,,,", ~\~. ...",/' 'COt... ~ :'to:'. Lo/' '\l> \ d; 5 ~,:
,,' o~ R'cl/mond .' ~ '? ~ AlC'ODd~ ~~ . ~ (~" '."" ~:: { . ',~. .:~
Gt/:,L ,.., FOC'IO,y t;> ~s QII: ':", POl/d ~ill 't3" . .'
I~(> ~'~~~:' (POnd > OUNC,. Q\)'\:'j . ,'z .
.'" ,. ;y. . 4, 0 ~" _ . '"
-----=-- 'i~A 1 ') .S'S .." ,.~> ~ S? F4R.. b"""~' .spi" I . '....,... .v
121 Johnsons
~ ~ Gtove g
':"; ~: Church :r ~
,~.. ~ J :;~ ...
,; ~ ~
:?--"~ I - ~.' · ~ J" .., . f J lU.> ' ~. > ;i:.t~ .
~: -1' -, -:P",,,, ;;. ~:s- .. -!>- ' + ,~,. _~~~J:j%(i1 ~}~ ':.. '1''?,.c 'J,
WA> ~ '-T":' ~ Tinley l ,... ,... _ 3 0 ,..,.r[R RD ...' "'_, .,0 .~ I "
1Jf_'ff'!:?'::~1 _fP . '; S<,,(;6' Cern. ,. ~ '-- '-- ~ "
1~>>; :~)_ ,~W..~~., .;~~ 's, ~ 0 ~<'r'6"6' ~... ,,'q ,
7/-9 r4~4 ' ~~.J''- '" ._... -.
-;z( ~7{'<<~'~~ ~ I _
n I
o .
c .
:...~ -~
:~ c-,j
I .
t. .
~ 1
I
II
.
I
I
r
I
I
I
-
I
~I
o'
L.'
..,f
;~
. ,
l
\.1
~
I
~I
o
z
~
ro
...,
;:0
o
:!::
o-J
o
~
~
:z
:;)
@
't
- ,
1<: ~
H>
~~
=>
-<
~
H
C)
~-
;:;;:j
:::l
o-JO
='"<:1
-
....
>
-<
,~
->
~;;j
t:1"'"
o-JR
:r::z:
o-J
f'-...:.J
t
.~
tv
~
-
~
~
~
I'
-~
N
~
.:t
,
'-
IE-~
._.~--:-- -~:-. -....-..
o-f
::r-
III
='
~
a-
lii
1'1
o
::l
("7
:1"
.....
1II
.....
.....
en
("7
en
:1"
o
C
......
0..
n
o
1'1
1'1
III
en
"0
o
='
0..
t:
.....
,...
::r
("7
:1"
r.l
::3
C
3
>;;'"
r.l
1'1
o
'""
,..,.
~
III
c.a
"
1'1
r.l
III
"
o
::3
rT
III
3
tl)
"0
.
I
I
G't - ~ ~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
::l)
-------------~
rC>
~
~
-~
::l)
~
,
,
,
,
i
!
I
I
~
~
~
~
i
Gl
m
~
~ ~I~
~.
- - - ---:- - - -~I
---, I
I
ClIl
il~
"I - r:;:' ~
~~~'il .
~ ~1g ~~! I
::I:::I: > I
e->"- 1n0
Z~:::l =n I CI> -
g ~~ 0 ~~ I -- ~
p~p~ +._J~
;;I %~ ~ ~'f ~ <
III ~iiliil I ~ ~
?:l'>" I ,""
l'I aal::I: z' ..... Ul
~.. C) -
~~ ~
"".
-
~<
......~
~ ~
'"'
ClIl
\
!I1::I:Z ~
Ii:~~ f.l
:tal X
~ ;..; ~
"t I'l
~ ~
~~~
~o~
I'1cn=
E~
XO
~
-
(')
)>
r
(')
::0
o
(J)
(J)
(J)
fT1
(')
::i
o
Z
-0
::c
-
z
-
N
-<
::0
o
)>
o
Ul
o
~
--
. .
D I
u.-
'0
g;
-4!5
" ~
O:B ~
0> 0> _
CD ~ !I!
~""Cl (")
~ en 0
lD lD:J
"0 0 '"
0> ""_
~ 0 ~
lD :JC
C. (I) ~
0- 0> 0'
'< :J:J
- " o.""Cl
,... 00-
r -0>
N -:J
"0",
- ..... ~~
o,J) "I S'lD
. n r- ~ 0>
'->" -<
, a. ~
'-J 0>0>
-0-
Ill_
, lD
Q
S'
;jj'
"0
a
'iii'
~
~
0'
::r
:;
o
c-
o.
lD
-l
'<
"0
0-
2!.
L.
o
ff
'" -l
l'l> l'l>
-g 3
:;" "'C
l'l> 0
0..'"
0> l>l
11>-<
9;m
~.o
o lI>
(;' o.
o..::l
0"(')
'< 0
_ ::l
::l" -
l'l> '"
m~
::l -
(Jq n
:r 3
l'l> II>
l'l> lI>
:-' ::l"
!!?.
0"
n>
c
II>
(II
0..
S>>
II>
--z
QiQo
;; "0 i
o iii ..
oO-l
om::r
=-3m
amr
-3.0
0. - 0
~3!l!.
o'!!!, G)
m=-~
. CD CD
fil 3
~ 3
m CD
- ::s
01 -
::I (J)
o.::r
_,01
::I =
(J)c:r
-gCD
o '"
-CD
-'(J)
0-0
::I 0
o ::s
-(J)
C'
CD
[;1~~
:J:J-
g. ~ ~
c.:D~
......lD-
o.c ""Cl
w C -,
o ::;.~
~3'"
lD ::r
:JE!.
u;3'
III lD
:J lD
a. _
0--
lD1{
'!2.G)
0> lD
o 0
lD ~
o.cc
S'iii'
0>0
go
0'
~ -l
a.'
III 0
:J ~
o III
lD S'
~,~
S'lD
-I n 7tI ~
-< ~ - ":J':J
\:1-( ~ ^'
o 'X O()~
- "T't t1 "'" I.)
o .> "t tA)
" F C? 0
N f' 0 r
c: 9 ~
~"""-
~
~
"1'
~
z
o
~
-~-l
o ::r
- CD
::r _
CD ~ R
0:J1ll
CD 0.-
"O~cc
0> CD 0
;:J.3<
3 0 ~
CD<:J
alD3
o 0 CD
_"':J
Ill-
g .9: ~,
:Jlii=
'" _0
"OllllD
o -;:J.
;:J.~~
0>_
g-~~
? ~'ffi
III 0
-CD
:J II>
011>
III
8<
!!l
l'
I
I
E'E.--::>':;:)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
! d~~
I ~g;~
I ~5~
I m="-
+0-1
I 8~0
I )UlS!
I ~~
I'.oiit
I +%
8 .
I 0
I ~ ,..,
I ~
+L_______~~
r - , ~
I "'(
I ~
I
,
,
,
,
,
I
I
I
I
I
I
~
,..,
VI
~
'11
~
Ul
.~
~
Gl
c.o
51~
~ ~
.:-
~
~
tit
~
.~
FT
,~
,~
}~
:~
~
VI
:::l
z
C)
;0
o
~
t~
CI>..... $.~
,'11",-.;
SJ >~~
~ ~::I:::I:
1:1 z~ ~
> NO 0
~ c~ ~
~ .a ~ !6
;;t ~~ ~
III to'
?: ~alx
;;I"'.
iO'-
~
li? ~ 0
CD iD r
~ .. 0
cnO
lD 0
g., ~ (/)
~~ )>-f
D>O <-<
:J :> ...,.,
a. '11 > ~
1\J~ji;' Z-.
"O:J z"~
~ ~~ )>-
,.... S' a; Ul)> r
~~ 2::C
!li;:;:~ ~ (')
t ~ ~ -- ;0 ::0
~ ' iii' ft' I' 0 0
~ C'l~ )> (/)
~ gS 0 (fJ
"0;-4= I
~ '" (f)
% :c,..,..,
o _ I'.
i G') (')
n' :c:::l
~ =E 0
g. )> z
g. -<
-l
'<
"0
~' (J1
- Q)
~~
::2 ~ ~"
~ :t C)Q~
~ ~~
N b" 0
"',
~ '}-~
N t f\;'
c., ~
~,~
L.
o
ff
;; ~
-g 3
:;. "0
n 0
Co '"
e:~
9:m
'" ..,
n> 0
n II>
o o'
o..::l
er(')
'< 0
- ::l
::l" -
n> '"
o
m-
::l -
~ n
:r 3
n lI>
n> II>
:' ::l"
~
er
(II
c
lI>
(II
0..
el
--z
iil ~ 0
:; "'C iD
o iii ..
oO-l
OCD::r
=-3m
am,
-=-o
a. - 0
~32!..
o'!!!, G)
m=-~
. CD CD
::s '"
01 ::s
~ 3
CD CD
- ::I
01 -
::s (J)
0. ::r
_,01
::I =
(J) c:r
-g CD
o '"
-CD
-'(J)
0-0
::I 0
o ::s
-(J)
C'
CD
"
en~z
- 0> 0
0>:>_
5.lii~
0> _
c.:D~
......lD;;
o.g _,
W -,"0
O~(D
~3~
lTl 0>
::l =
u;3
III CD
:J CD
0._
o-:T
(D CD
'!2.G)
0> CD
(") 0
lD ~
o.cc
S'iii'
O>~
go
Q~
a.'
0> 0
:J ~
(") !!!,
lTl :J
~,~
S'CD
z
o
~
-~-l
o ::r
_ CD
::r _
lD ~ g
O:JO>
CD 0.-
~rocg
;:J.3<
3 0 ~
CD<:J
am3
o 0 lD
_~:J
Ill-
~ .9: ~,
O>c=
:J II> (")
Ill-CD
-g ~ ;:!-,
;:J. C-<
0>_
g-~~
? ~' 15
0> 0
-lD
:J III
o III
0>
8<
!!l