Loading...
HomeMy WebLinkAboutWarren Road Improvements Augusta Richmond GA DOCUMENT NAME: ~,((eD '(c:a::j \m\)'( OJernentS' DOCUMENT TYPE: c..c::x-t\\(Q C..\-- YEAR:D~ BOX NUMBER: \C1 FILE NUMBER: \GDRo NUMBER OF PAGES: \~ I I I I I I I I I I I I I I I I I I I " ()' Bid iter]] If 03:140 . $~6' 2" Warren Road Improvements uh1ic Works Bid Due 9-17-03 at 3:00 p.rn. \. . ~ ""j CONTRACT DOCUMENTS FOR WARREN ROAD IMPROVEMENTS PROJECT NO.: 323-04-296823314 ;/ (7) The quality, availability, and adaptability of the supplies or services to the particular use required, and (8) The number and scope of conditions attached to the bid by the bidder. Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed by the Purchasing Director and/or Administrator and made part of the record file for audit proposes. Uniform Bid. All bid items must be made in the United States of America. EMPLOYEE CONJFJLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per a.c.G.A. 36- 1-14, or the procurement contract is awarded pursuant to a.C.G.A. 45-10- 22 and 45-10-24, or the transaction is excepted from said restrictions by a.c.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or [mancial interest. USE OF CONFIDENTIAL INFORMATION 1-10-15 It shall be unethical for any Augusta, GA County employee or official to knowingly use confidential information for actual or anticipated personal gain, or for the actual or anticipated gain for any other person. Name: Date: Title: Company: THIS SHEET IS REQUIRED TO BE IN SUBMJ[TT AL. 4 I I I I I I I I I I I I I I I I I I I 'j for awarding the contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-time could eat up any savings made if the purchasing process considers only the initial cost. Under no circumstance will any bid be accepted by fax or email. All bids must be labeled and received in the Purchasing office by the due date and time. There will be no exceptions made for any late, lost by the post office or express carrier, or misdirected submittals. All bidders must submit a COpy of the companies' business licenses. BACKGROUND INFORl\1ATION ON VENDORS. The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. INSPECTION OF PURCHASES. The purchasing agent in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The purchasing agent may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of the samples and conformance with specifications. Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Purchasing Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required, (2) The capability ofthe bidder to perform the contract or provide the service promptly, or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or services, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, 3 I I I I I I I I I I I I I I I I I I I SEALED BIDS SELECTION METHOD. I I I I I I I I I I I I I I I I I I I . . A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see S 1-10-45 - Sealed Proposals; 1-10-46 - Professional Services; 1-10-47 - Quotations; I- 10-49 - Sole Source Procurement; and 1-10-50 - Emergency Procurements, of this chapter). Invitation for bids and specifications. An invitation for bids shall be issued by the Purchasing Office and shall include specifications prepared in accordance with Article 4 (product Specifications), and all contractual terms and conditions, applicable to the procurement. Pre-bid conference and addendum. A conference to be conducted by the Purchasing Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference (unless otherwise indicated on the invitation to bid) is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Purchasing Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with S 1-10-5 (public Access to Procurement Information). Bid acceptance and bid evaluation. Provided that the bids are delivered to the Purchasing Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. The main advantage of using life-cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion 2 I I I I ~ Invitation To Bid Sealed bids will be received at this office until 3:00 p.m., Wednesday, September 17,2003: Bid #03-139 Morgan Road Improvements for Augusta, GA Public Works Department Bid #03-140 Warren Road Improvements for Augusta, GA Public Works Department BID's will be received by The City of Augusta Commission hereinafter referred to as the OWNER at the offices of: I Geri A. Sams Purchasing Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 I I BID documents may be obtained at the office of The City of Augusta Purchasing Department, 530 Greene Street- Room 605, Augusta, GA 30911. Documents may be examined by appoin1ment only during regular business hours at the offices of City of Augusta Purchasing Department, Augusta. Bid #03-139 HAS A COST OF $53.00 BID #03-140 HAS A COST OF $36.00. I Cut off date for any and all questions is September 9,2003 at 4:30 p.m. All questions must be submitted in writing to the office of the Purchasing Department by fax at 706-821-2811 or by mail. No bid will be accepted by fax, all must be received by mail or hand delivered. It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. The Owners reserves the right to reject any or all BID's and to waive technicalities and informalities. Please mark BID number on the outside of the envelope. I I I I Bidders are cautioned that sequestration of BID documents through any source other than the office of the Purchasing Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. I I YOU MUST SUBMIT A MARKED ORIGINAL AND TWO MARKED COPIES OF YOUR PACKAGE. GERI A. SAMS, Purchasing Director I I Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program Human Resources Department at 706-821-2303. Publish: Augusta Chronicle Metro Courier August 28, Sept 2, 4, 2003 Sept 4, 2003 cc: Walter Hornsby Brenda Bryd-Pelaez Teresa Smith Augusta, Georgia Equal Opportunity Augusta, Georgia Human Resources Augusta, Georgia Public Works I I I .Cllent#: 24234 MABUSBR01 A CORD,u CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDIYYYV) 11/17/03 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Palmer & Cay of Georgia, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3348 Peachtree Road, NE Suite 1400 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Atlanta, GA 30326 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Continental Casualty Company Mabus Brothers Construction CO INSURER s: American Cas Co of Reading PA 920-B Molly Pond Road INSURER C: American Zurich Insurance Co Augusta, GA 30901 INSURER 0: Transportation Insurance CO INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF AfoN CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L TR INSRI TYPE OF INSURANCE POLICY NUMBER ~ nAY" LIMITS A GENERAL LIABILITY 1030240706 06130/03 06/30/04 EACH OCCURRENCE $1 000 000 I-- DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY S100000 I CLAIMS MADE [!] OCCUR MED EXP (Anyone person) s5 000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE $2 000 000 ~'L AGGREAE LIMIT APnPER: PRODUCTS - COMPIOP AGG s2 000 000 POLICY ~~ LOC B ~OMOBILE UABfLITY 1080690739 06/30/03 06130/04 COMBINED SINGLE LIMIT lL ANY AUTO (Ea accident) S1,000,OOO ALL OWNED AUTOS BODILY INJURY - S SCHEDULED AUTOS (Per person) - - HIRED AUTOS BODILY INJURY S NON. OWNED AUTOS (Per accident) - - PROPERTY DAMAGE S (Per accident) ~RAGE UABILITY AUTO ONLY. EA ACCIDENT S ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG $ C EXCESSlUMBRELLA LIABILITY AUC930494401 06130/03 06130/04 EACH OCCURRENCE s3 000 000 ~ OCCUR D CLA1MS MADE AGGREGATE $3,000000 $ ~ DEDUCTIBLE $ RETENTION $ $ D WORKERS COMPENSATION AND 1030240740 06/30/03 06/30104 X I we STATU- I IOJ1l- EMPLOYERS' LIABILITY s500,OOO At>/'( PROPRIETOR/PARTNER/EXECUTIVE E,L. EACH ACCIDENT OFFICERlMEMBER EXCLUDED? E.L DISEASE. EA EMPLOYEE s500 000 ~~'1;,~~~~-.i:s~6~s below E.L, DISEASE. POLICY LIMIT s500.000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: WARREN ROAD IMPROVEMENTS, PROJECT NO. 323-04-296823314. AUGUSTA-RICHMOND COUNTY COMMISSION IS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY AS THEIR INTEREST MAY APPEAR. CERTIFICATE HOLDER ACORD 25 (2001108) 1 of 1 CANCELLATION SHOULD ANY OF THE ABove DESCRIBED POLICIES BE CANCELLED BEFORe THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL .....3!l.... DAYS WRfTTE'" NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KINO UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPR~T:#; AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL PURCHASING DEPT 530 GREEN STREET ROOM 605 MUNICIPAL BUILDING #S75191/M39882 11 KFW @ ACORD CORPORATION 1988 AlA Document A3 J 2 Performance Bond Bond 104190296 Conforms with the American Institute of Architects, AlA Document A3l2. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Mabus Brothers Construction Company, Inc. 920 Molly Pond Road Augusta, GA 30901 SURETY (Name and Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183-9062 OWNER (Name and Address): Augusta-Richmond County Commission-Council Purchasing Department, Room 605, Municipal Building 530 Greene Street, Augusta, GA 30911 CONSTRUCTION CONTRACT Date: Amount: $1,839,258.00 (One Million Eight Hundred Thirty Nine Thousand Two Hundred Fifty Eight and NO/100 Dollars) Description (Name and Location): Warren Road Improvements Project Number 323-04-296823314 BOND Date (Not earlier than Construction Contract Date): Amount: $1,839,258.00 (One Million Eight Hundred Thirty Nine Thousand Two Hundred Fifty Eight and NO/100 Dollars) Modifications to this Bond: CONTRACTOR.AS PRINCIPAL Company: Mabus Brothers Construction Company, Inc. (Corporate Seal) Signature: :?; ~ . '. Name and TItle: Tomm Mabus, President (Any additional signatures appear on page 2.) (FOR INFOR.I\,1A TION ONLY - Name, Address and Telephone) AGENT or BROKER: Palmer & Cay, Inc., P.O. Box 52427, Atlanta, GA 30355-0427 Phone (404) 231-9595 1 The Contractor and Ihe Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1, 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contrdctor and the Surety agree, the Contractor shall be allowed a reasonable time to SURETY 5026 (6-92) S-18521GEEF10/99 Page 1 of 2 121 None o See Page 2 SURETY Company: Travelers Casualty and Surety Company of America (Corporate Seal) -:.Q~ QQ ney-in-F2ct OWNER'S REPRESENT A TIVE (Architect, Engineer or other party): perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and fOlllally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3,1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perfolll the Construction Contract in accordance with the terms of the contract with the Owner, 4 When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for perfornlance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with perfornlance and payment bonds executed by a qualified surety equivalent to the bonds issued on thc Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is detennined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perfornl its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner, If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract, To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for: 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. MODIFJCA nONS TO THIS BOND ARE AS FOLLOWS: 7 The Surety sh~1I not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of thc Contract Price shall not be reduced or set ofT on account of any such unrelated obi igations, No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors, 8 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated hercin. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond, 12 DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto, 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perfornl or otherwise to comply with the ternlS of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remcdied nor waived, to pay the Contractor as required by the Construction Contract or to pcrfornl and complete or comply with the other ternlS thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: Signature: Name and Title: Address: S-18521GEEF 10/99 (Corporate Seal) Signature: Name and Title: Address: Page 2 of 2 AlA Document A3l2 Bond 104190296 Payment Bond Conforms with the American lnstitute of Architects, A IA Document A312. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Mabus Brothers Construction Company, Inc. 920 Molly Pond Road Augusta, GA 30901 SURETY (Name and Principal Place of Business): Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183-9062 OWNER (Name and Address): Augusta-Richmond County Commission-Council Purchasing Department, Room 605, Municipal Building 530 Greene Street, Augusta, GA 30911 CONSTRUCTION CONTRACT Date: Amount: $1,839,258.00 (One Million Eight Hundred Thirty Nine Thousand Two Hundred Fifty Eight and NO/100 Dollars) Description (Name and Location): Warren Road Improvements Project Number 323-04-296823314 BOND Date( Not earlier than Construction Contract Date): Amount: $1,839,258.00 (One Million Eight Hundred Thirty Nine Thousand Two Hundred Fifty Eight and NO/100 Dollars) Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: Mabus Brothers Construction (Corporate Seal) Company, Inc. Signature:' ~ Name and Title: Tom Mabus, President (Any additional signatures appear on page 2.) (FOR INFORMA nON ONLY - Name, Address and Telephone) AGENT or BROKER: Palmer & Cay, Inc., P.O. Box 52427, Atlanta, GA 30355-0427 Phone (404)231-9595 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harnlless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. SURETY 5026 (6.92) S-1853/GEEF 3/00 Page 1 of 2 121 None SURETY Company: Travelers Casualty and Surety Company of America D See Page 2 (Corporate ~,eal) t rney-in~'Fact. OWNER'S REPRESENT A TIVE (Architect, Engineer or other party): 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either recei~ed a reje~tion in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by paragraph 4 is given by Owner to the Contractor or to the Surety, that is sufficient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Payor arrange for payment of any undisputed amounts, 7 The Surety's total obligation shall not exceed the amount of this Bond, and the a!11ount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfY obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work, 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond, and shall have under this bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant undcr this Bond other than in a court of competent jurisdiction in the location in which MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: the work or part of the work is located or after the expiration of one year from the date (I) on which the Claimant gave the notice required by Subparagraph 4, I or Clause 4.2.3, or (2) on which the last labor or service was perfornled by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (I) or (2) first occurs, If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable, 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page, Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as ofthc date rcceived at the address shown on the signature pagc. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be perfonlled, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions confonlling to such statutory or other legal rcquirement shall be deemed incorporatcd herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any pcrson or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made, 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Contract. The intcnt of this Bond shall be to include without limitation in ternlS "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other ternlS thereof, (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRlNCIP AL SURETY Company: (Corporate Seal) Company: Signature: Name and Title: Address: S.1853/GEEF 3/00 (Corporate Seal) Signature: Name and Title: Address: Page 2 of 2 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-lN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMlNGTON CASUALTY COMPANY, corporations du1y organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: James R Williams, Cynthia M. Ward, Renee A. Lauth, Betsy L. Teel, Martha Newton Hurst, George Green, of Atlanta, Georgia, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMlNGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. - .. "/ ' / .~ (11-00 Standard) PU08 'AJelaJOas lUelS!Ssv uosue4or .W pO}4 ~-W_~ ~8 t!t.~~ ~~1-_1'~..:"I .f" ',~ ~ I 'Imoo '\lag ~\ 'ol:lo.:WMIl ~ 1 ~}..-...{~ lJurrs ~~. '>un....""'" " JO ABp Ol' S"flll p~lBa 'lmn::l~tnJO:) JO ~lB1S 'P10WBH JO AlD ~ql U! ',\UBdUlO:) ~ql JO ~::lYJO ~UlOH ~qllB p~re~s pUB P~~!S '~::llOJ U! MOU ~re 'Al!loqlny JO ~lB::l!P.lJ~:) ~ql U! lplOJ l~S SB 'SlOp~l!a JO spreog ~ql JO SuonnlOS~l1 ~UWlffilS ~qllBql '~lOUll;lqllTlJ pUB :p~){OA~l U;l~q 10U SBq pUB ;l::llOJ IlllJ U! SU"!"BUl~J Al!loqlny JO ;llB::l!P.lJ;l:) pUB A~UlOUY JO l;lMOd p~q::lBUB pUB ~U!O~;llOJ ;lqllBql Aill.Ll13::) AHffiI3H oa 'lmn::l;ltnJO:) JO ;llt1lS ~ql JO SuonB10d.I0::l ){::lOlS 'XNYdWO::> ll1VIlSV::> NO~~NIWlfv.i1 pu~ XNYdWO::> JU:nIIlS aNY X~'lVIlSV::> SH:i'UIAVlLL 'Y::>rn:IWV ~O XNY dWO::> X.l:nIilS ([NY X~ 'lVIlSV::> SIITIU YIU JO A.I~l;J.lJ;JS lm:lS!SSY 'P~u2!Sl;lpUn ~ql '1 aL V:)IdI.L 113::) ~~ ~w .. ~lneaJ~al '0 a!Jew O!lqnd ,\JeloN 900l 'Of: aunr saJ!dxa UO!SS!WWOO ^L^J JO;ll;lql suonnlos~l1 ~uWlffilS ~ql1~pun ~::lYJo 1~l{fS~ JO Al!loqlne Aq suonBlod.IO::l ~lll JO Jrelpq uo 1U~u:m.nSU! P"!"Bs ~lll p;llm~x~ ~qs/~q 1Bql pUB ~Sre;lS ~lBlOd.IO::l q::lns ~re lU~u:m.nSU! P"!"BS ~ql 01 p~xYJB sre~s ~qllBql :SUOqBlOd.IO::l P"!"Bs JO sreas ~ql SMOID{ ~qs/~q lBql ~lu~u:m.nSU! ~AOqB ~ql P~W::l~X~ q::l~M pUB U! p~q!l::lS;lp suonBlOd.Ioo ~ql 'XNVdWO::> X~'lVIlSV::> NO~~NIWHV~ pm: XNYdWO::> X~:nIIlS aNY X~'lVIlSY::> SH:i'1UVH~ 'Y::>rn:IWV ~O XNY dWO::> X~:nIIlS GNV X~ 'lVIlSY::> SH:i'1U VH~ JO lU;JP!S;J.ld ;JJ!A .I0!U;JS S! ~qs/~q 1Tnp :ABS pUB ~sod~p Pn> 'UlOM.S Amp ~Ul Aq ~IT!~q 'OqM 'UM.0ID{ ~Ul 01 NOSdWOH~ .M :i~HO:i~ ~um::l AlreUOS1~d ~Ul ~lOJ~q WOl '~unf JO ABp ql~ s!lP uo -- -~~Rr '\8 ~~ .#: 'I- .. ~...~~ ..._... 1'~ f.l/'m<<lo ~'il ~~\'ol:lO.:llll'v'Hl 1>,;,:-...-4..., ~urrs ~ ;#" 'hHx""IlIl1\,\t1t: " Juap!saJd a:J!^ Jo!uas uosdw04J. .M a6Joa~ i\.NVdWO::> X.L'IVilSV::> NO.L~NIWHV.>I i\.NV c1WO::> X.L IDIDS aNY X.L'rvilSV::> SH3:'I1IA val v::>rnawv .>10 ANVdWO::> X.LIDIDS aNY ,u'IVilSV::> SH3:'IlIAvaL mIO.ll(IVH dO }.lNflO;) Plo]llBH'SS{ lO.;)ll;)'i!NNO;) dO ar.VlS 'SOOl ~unf JO ABP lll~ s"flll p~xYJB Ol~l;lq ~q 01 sre~s ~lB10d.I0::l1!;lql pUB lU;JP!S;J.ld ;JJ!A .I0!U;JS l!;lql Aq p::llli!!S ;lq OllU;lUIl1.QSU! s!ql p~snB::l ;lABq XNVdJ\IO::> X~'lVIlSY::> NO~~ND\IHV~ pu~ XNVdWO::> X~IDUlS ONY X~'lVIlSV::> SH:i'1UVHl. 'Y')llI:IWV ~O XNYdWO::> X~:nIIlS ONY X~'lVIlSV::> SH:i'1UVH~ '~O:rnmM SS:iNUM Nl ~~r-~I CUUw UW'~W I . r:J~-' tJ~ Purchasing Department Geri A. Sams, Purchasing Director Room 60S. Municipal Building 530 Greene Street. Augustll, GA 30911 (706) 821-2422 - FAX (706) 821-2811 Visit us at www.lIugust.ga.gov MEMORANDUM TO: All Bidders FROM: Geri A. Sarns DATE: September 17, 2003 SUBJ: Addendum # 1 Bid Item #03-140 Warren Road Improvements Please note the following addition/changes to you bid specifications: The due date of September 17, 2003 at 3:00 p.m. has been changed to September 25, 2003 at 3:30 p.m. You must acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact me at (706) 821-2422. m ~ fFl w 'f? "077 'J6l '\ u ~ \::.:' - .: If''' J :"1 .\ L: ~t.i) -1 !' ';:In-:: ,......:.... 4 1.. . l.....-'U ~_. TOTAL P.02 SEP-18-2003 16:05 ARC PURCHASING 7068212811 P.02/02 Purchasing Department Gcl'i A. Sams. Purch3wing Director 1(0001 605- Munlcillol Buildinll S:lO Greene StrcCf - AUl:udll, GA 309 J 1 (706) 821-2422. FAX (706) SU-Z8II VI,1t us at www.augustlgl.gov MEMORANDUM TO: A J\ Bidders ~ FROM: veri A. Sarns DATE: September 18, 2003 SUBJ: Addendum #2 Bid Item #03-140 Warren Road Improvements Please note the [ollowing addition/changes to your bid specitications: There will be a mandatory pre bid meeting Thursday, September 25, 2003 at 3 :30 p.m. The due date of ThuTsday, Sept~mber 25,2003 at 3:30 p.m. has been changed to Thursday, October 2, ~003 at 3 :00 p.m. You must acknowledge receipt of addendum in your bid package. If you have any questions regarding this correspondence, please contact mc at (706) 821-2422. j If CO'" ... . s. C: ~' .~~. c. ',:.'~ ~CD3 !!J - TOTAL P.02 jf 30 ~c~-~b-d~~~ l~:~( HI'<L ~UI'<LHH::;INl:i P.02/k:1t; Purchasing Department Gut A. Sam&, Purc:buinl Dfreetor Room 60S- MUDldpaI Building 530 GI'feIIC Street. AlIP.... GA 30911 (786) 82J-2422. FAX (706) 821-2811 Vlllt UI at www.aupltlp.aov MEMORANDUM TO: All Bidders FROM: Geri A. Sams DATE: September 26, 2003 SUBJ: Addendum #3 Bid Item #03-140 Warren Road Improvements Please note the following addition/changes to your bid specifications: Question # 1 On plan sheet 2A of24, quantities are shown for alternates "A" and "B", but the proposal does not show alternates "A" or "B" .. Please clarify. Answer: The proposal is correct. There are no alternates for this project. Question #2 Bid item 500-3800 is shown as "Class A Concrete, Including Reinforcing Steel". Please indicate what this concrete wilJ be used for and where it is s,hown on the plans. Is this quantity correct? Answer: The quantities are for the GaDOT Standard 1125 Headwalls and for the Retaining Walls located primarily at the Washington Rd end ofthe project. The 1125 Headwall is located on page 7-A. Question #3 On items 670-9906, 670-9908, 670-99 I 0, "Adjust exst water line hor. And/or vert.", what would be the maximum footage of water main for each location? I ~ @ r '"' 'Ii)7l:Ql r-\ SEP 2 6 2003 ' ~jJ oct"'-<::b-<::I<::JlQ..) 1<::' <::( Ht'<:l. t"'Ut'<:l.-HHoINu Answer: The Adjust Existing Water Main should be revised as follows: - a) 6" Water Main Per LF 200 LF b) 8" Water Main Per LF 200 LF c) I 0" Water Main Per LF 300 LF Question #4 We would like to find out if the traffic routing plans shown in the project's plans will be in effect throughout the project or ifit is to be used during stages. Answer: Traffic Control shown in the contract documents are proposed by the design. Contract should bid what is proposed. After award, proposals will be accepted for changes to the traffic control plan which must be approved by the Engineer. Question #5 Page 2A of24 of the plans show bid alternates A & B but the bid forms do not show any alternates. Are there any Alternates for this bid? And if so how do we bid them? Answer: There are no alternates for this bid. YOU!!!!!!! acknowledge receipt of addendum in your bid package. If you have any questions reganling this correspondence, please contact me at (706) 821-2422. t"'.~")/100 2 I I I I I I I I I I I I I I I I I I I LIST OF OF PROJECT DOCUMENTS WARREN ROAD IMPROVEMENTS Project Number: 323-04-296823314 SECTION PAGES Instruction to Bidders IB-l thru IB-3 Georgia Prompt Pay Act PPA-l Minority and Economically Disadvantaged Business Support ME-I Special Conditions SP-l thru SP-4 Agreement A-I thru A-4 General Conditions 1 thru 33 Supplementary Conditions SC-l thru SC-2 Proposal P-l thru P-7 General Notes G-l thru G-16 County Contract TC-l thru TC- 23 CC-l thru CC ~ J Traffic Control I I I I I I I I I I I I I I I I I I I SECTION IB INSTRUCTION TO BIDDERS IB-Ol GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subj ect to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Purchasing Department, 530 Greene Street, Augusta, Georgia, 30911 and to be given consideration must be received at least seven working days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent to the Augusta-Richmond County Purchasing Director at least five working prior to the date fixed for the opening of bids. The Purchasing Director shall send by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three working days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IE-I I I I I I I I I I I I I I I I I I I I IB-04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. 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 prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated, quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the Contractor to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. !B-2 I I I I I I I I I I I I I I I I I I I IB-06 BIDDER'S QUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERlENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. ill-07 PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the owner for the use of the owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the owner harmless from all cost and charges that may accrue on account of the owner performing the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof, a certified and effectively dated copy of the power of attorney. ill-OS REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. !B-3 I I I I I I I I I I I I I I I I I I I GEORGIA PROMPT PAY ACT This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O.C.G,A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond Count, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. NOTICE All references in this document, which includes all papers, writings, drawings,_ plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta Richmond County Commission- Council and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the 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. PP A-I I I I I I I I I I I I I I I I I I I I MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County- 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. wi th all other items being' considered equal, the contract, if awarded will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. The bidders shall include with their bid a statement of qualification for themselves and/or any qualified subcontractors explaining why they should be considered a minority or economically disadvantaged firm. If the firm does not fall into this category, no information is necessary. ME-l I I I I I I I I I I I I I I I I I I I Revised 6-25-03 WARREN ROAD IMPROVEMENTS PROJECT NO.: 323-04-296823314 SPECIAL CONDITIONS SCOPE: This project consists of roadway and intersection improvements including traffic signals, signing, pavement widening, new turn lanes, new concrete curb and gutter, new concrete sidewalks, retaining walls and driveways, and a new storm drainage system. TERMINI AND LENGTH: This project extends .89 miles northwesterly from the Warren Rd. Bridge to Washington Road. LUMP SUM CONSTRUCTION: Item Number 230-1000 Lump Sum Construction, includes, but is not limited to, locating, maintaining, and reclaiming waste and/or disposal areas, construction layout, removals and/or relocations not covered by a pay item, and any other work not covered by a pay item. STAND OF PERMANENT GRASS: If a satisfactory stand of permanent grass has not been obtained prior to the final inspection, the Contractor shall begin watering and continue watering until a satisfactory stand of permanent grass is accepted by the Engineer. Water sources shall be public streams and/or ponds if ARC watering restrictions prohibit conventional sources. If for any reason watering is not a viable option (in the opinion of the Engineer), the Contractor shall treat all unacceptable areas with Loose Sod as prescribed in Subsections 700.08A and 700.08C. There will be no additional payment for this work. CONSTRUCTION NOTES: All utility facilities which are in conflict with construction, not covered as specific items in the detailed estimate, are to be removed and relocated by the respective owners with the exceptions of Augusta Traffic Engineering and Augusta Utility Department. All "above ground" utility structures will be relocated as near as practical to the Right-Of-Way (ROW) lines. SP-1 I I I I I I I I I I I I I I I I I I I Revised 8-21-03 DETAILED ESTIMATE: The detailed estimate on plan sheet No.2 of 24 is voided. All bids shall be based on the items included in the detailed estimate sheet (No.2A) dated revised 6-12-03. SPECIAL DESIGN BOX: The proposed 1034D catch basin RT. of STA. 7+08 shall be modified as necessary and as approved by the Engineer to accommodate all drainage pipes connecting to it. A weir shall be constructed on the back of this structure. Payment shall be under Item No. 668-1100. No separate payment will be made for these modifications. (Must be approved by a registered P.E.). DESIGN AND BillLD BOXES: Special Design Boxes #1, #2, and #3 will be designed and constructed by the Contractor. All designs must be satisfactory to the Engineer and in accordance with GaDOT standards. (Must be approved by a registered P.E,) CONSTRUCTION SCHEDULE: The Contractor shall prepare schedules identifying the primary construction phases for constructing this project and a spendout schedule showing the rate of anticipated monthly revenue. These schedules shall be presented at the Pre- Construction Conference. UTILITY CONFLICTS: The Contractor shall coordinate with ALL utility owners the providing of a schedule addressing in detail, when, where, and how long each utility will be involved in the utility conflict(s) resolution andlor relocation. Each utility will provide input in compiling such schedule. This schedule must be compatible with the construction schedule prepared and submitted by the Contractor. Weekly meetings including all utility reps, as selected by the Contractor and the Engineer, will be scheduled to address utility concerns on a regular basis. AUGUSTA-RICHMOND COUNTY UTILITIES DEPARTMENT (AUD) WATER SYSTEM: The Contractor shall not shutdown any water main or service line to any business or residence without notifying the ADD Office and the respective tenant, in writing, 24 hours in advance. Failure to do so will result in the enforcement of the Augusta-Richmond County Municipal Code, Section 5-2-7 and 5-2-13, which SP-2 I I I I I I I I I I I I I I I I I I I Revised 8-21-03 regulate the unauthorized operation of the water system. Violations of this ordinance, in accordance with Sections 5-2-40 and 1-6-1, shall be punishable by a fine not exceeding one-thousand dollars and/or imprisonment not exceeding (60) days in jail. MILLING AND RESURFACING: All milled areas must be followed by leveling and/or topping within 10 calendar days. SE~UENCE OF OPERATIONS: The first order of work on this project shall be the proposed work involving the walking track and the Memorial Boxes. It is imperative that this be closely coordinated with ARC, GaDOT and the ARC Recreation Department (Mr. Tom Beck or his designated representative). The area involved shall be kept open at all times. No work shall be started on this until official approval is given by the Engineer. RIGHT-OF-WAY CONSIDERATIONS: Tax Map 11, Parcel 98 The driveway on Washington Road shall remain in it's current 10cation. The driveway on the Warren Roadside shall be relocated to the East at approximately Sta. 41 +50. This will be handled on construction. Tax Map 11, Parcel 106 A sprinkler system is located in the Temporary Construction Easement (FYI). Tax Map 11, Parcel 110 Large pine tree on South comer of this lot shall be removed. Tax Map 11, Parcel 112 The contractor shall remove all existing Rip Rap, pipe, concrete and any other debris from the existing drainage ditch within the Temporary Easement left of Sta. 23+50. The ditch is to be filled and the entire area shall be graded and grassed. Tax Map 11, Parcel 163 Temporary fence required. SP-3 I I I I I I I I I I I I I I I I I I I Revised 8-21-03 All work included in the ROW considerations above will be paid for under Item 230- 1000 Lump Sum Construction CONTRACT TIME: The contract time allotted for this project is 330 calendar days. Work within 800 LF of Warren Road Elementary School shall be substantially complete no later than August 11, 2004. There is to be no noise-generating work activity within this area nor any impacts to ingress/egress for the school during the hours of 7:00 a.m. and 9:00 a.m. or 2:00 p.m. and 4:00 p.m. Monday-Friday after school begins. MANDATORY PRE-BID MEETING There will be mandatory pre-bid meeting at which ARC will provide all attendees with a copy of the GaDOT County contract document if such document has not been provided prior to that meeting. This document will include the usual County contract information and any special provisions relating to this contract. SP-4 I I I I I I I I I I I I I I I I I I I SECTION A AGREEMENT THIS AGREEMENT, made on the !;- day of 1vnJ Augusta-Richmond County Commission-Council ,200.3 by and between party of the first part, hereinafter called the OWNER, and party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter names, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Warren Road Improvements Project No.: 323-04-296823314 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 IT - TIME OF COMPLETION - LIOUIDATED DAMAGES The work to be performed under this Contract shall be commenced within 10 Calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be completed in accordance with the contract. It is hereby understood and mutually agreed, by and between the contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be executed regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. A-I I I I I I I I I I I I I I I I I I I I IF THE CONTRACTOR SHALL NEGLECT, FAlL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of Five Hundred Dollars ($500), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the contractor shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the additional time is allowed for the completion of a work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE ill - PAYMENT (a) The Contract Sum The owner shall pay to the Contractor for the performance of the contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (b) Progress Payment No later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer, an estimate covering the percentage of the total amount of the contract which has been completed from the start of the job up to and including the last working day of the proceeding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run, following approval of the invoice for payment, the owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the :final completion and acceptance of all work under the Contract. A-2 I I I I I I I I I I I I I I I I I I I ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (a) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall within 10 days, make such inspection and when he finds the work acceptable under the contract and the contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the owner within 15 days after the date of said final certificate. (b) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. ( c) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the contractor except those previously made and still unsettled. (d) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the contract, make payment of the balance due for that portion of the work fully completed and accepted. (e) Notwithstanding any provision of the General Conditions, there shall be no substitution of materials or change in means, methods, techniques, sequences or procedures of construction that are not determined to be equivalent to those indicated or required in the Contract Document, without an Amendment to the Contract.. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A-3 I I I I I I I I I I I I I I I I I I I IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. AUGUST A, GEORGIA r'tJ'1 COMMISSION-€OUNCft"" I (Owner) G\ ~ ;>v) By: -. +""6 q Title: Mayor SEAL - "'--4- -~' . .-1_:'-" -" --~'.,."~, ' , _-:-"i-\CRMOIV/) \" ;,,~ ..eoO....oo C'o t. #,.:::,~ ~~. --. ~J-.~. p" 0 . ... co.;,.t," if ' 'fQ'':;' CO..,t.." ~pcret~ "io'. ~- '~!"\ \. ~ ',d . : ' <i...,lf~. ,C/', · - Ii! r:i. ~""' ~"J4j' ,. "" " .tort . ~ . f"i ~: 1_:- c>> t · /l/J.'~J & Witness ~..~~, .... .$ CONTRACTOR: ~JI6'aS tdIIQeJ IJNS'7M t.:/:J c . ~ G~-;;~~~ ~~ff ~~~~~~,,~...~ ByW~~'7:P'~~ J .~ Title: ~1%{05Ai-r Address: q~ () /Yk,f..I..Y {l,NO J(a11JJ -1fu,,(P.U.S TAJ 6i4. 307~1 SEAL Attest Secretary ';i;-~ ,# /dL ~~. 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:vtIN 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 DURING CONSTRUCTION .............. CHANG ES IN THE WORK... .. .. .. .. _... .. ... .... .. .. .. ...... .. .. . CHANGE OF CONTRACT PRICE, ...... ... ., . .... .. .. ........ .. ... CHANGE OF CONTRACT TIME........ ....... .................... WARRANTY AND GUARANTEE: TESTS AND INSPECTIONS: CORRECTION. REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK ..... ... ........... ........ PA YMENTS TO CONTRACTOR AND COMPLETION ............ SUSPENSION OF WORK AND TERMINATION ....... .......... ARB ITRA TION ......,......,....................................... MISCELLANEOUS..................................... _........... 3 4 5 6 7 8 9 10 II 12 13 14 15 16 17 3 PaRe 8 9 10 II 14 18 19 19 ~l 21 ~4 24 26 29 31 32 I I INDEX TO GENERAL CONDITIONS I Anicle or Paragraph Number Acceptance of Insurance ............................. 5.13 Access to the Work .................................. 13.2 Addenda-definition of (see definition of Specifications) ........................................ 1 Agreemenl:.....definition of ................................ I All Risk Insur:lnce ..................................... 5.6 Amendment. Written ............................. 1. 3.1.1 Application for Payment-<iefinition of .................. I 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 A'Iailability of Lands .................................. 4.1 Award. Notice of-<iefined ..............................1 I I I I I Before Starting Construction ...................... :.5-2.1 Bid.-jefinition of ....................................... I Bonds and Insurance-in general ........................ 5 Bonds--definition of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. I Bonds. Deli very of ............................. _. 1.1. 5.1 Bonds. Performance and Other .................... 5.),-5.1 I I Cash Allowances ..................................... 11.8 Change Order-<ietinition of ............................. I Change Orders-to be executed ...................... 10.4 Changes in the Work ................................... 10 Claims. Waiver of~n Final Payment ............... 14.16 Clarifications and Interpretations .,.................... 9.4 Cleaning . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 6.11 Completion. .. . . . . . .... .. ... .. .. . ..... . . . . .. .... .... .. .. 14 CompietJon. Substantial......................... 14.8-14.9 Conference. Pre:::onstrucuon .......................... :.8 Connic:. E:ror. Dlscrepancy-Contractor to Repon ...................................... :.5. 3.3 Construction Machinery. Equipment. etc. ............. 6.4 Continuing Work ............. '.' ............ .... ,..... 6.19 . Contract Documents-amending and supplementing ............ ....................... 3.4-3.5 Contract Documents-dennition of ...................... I Contract Documents-Intent ...................... 3.1 ~3.3 Contract Documents-Reuse of ....................... 3.6 Contract Price. Change of .............................. 11 Contract Price-Jefinition ............................... I Contract Time. Change ot" .............................. I: Contract Time. Commencement of .................... :.3 Contract Time-Jefinition of ............................ I Contractor-<ierinition ot" ................................ 1 Contractor May Stop Work or Tenninate ............. 15.5 Contractor's Continuing Obligation .................. 14.15 Contr:lctor's DULY to Repon Discrepancy in Documents .................................. :.5. 3.: COnlr:lCtor's Fc:e-Cost Plus ... 1 U.5.6. 11.5.1. 11.6-11.:- Contractor's Liabilitv Insurance ....................... 5.3 Contractor's Respon~ibilities-in general ................ 6 I I I I I I I I I Contractor's Warranty of Title ........................ 14.3 Contractors-other .. . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . .. 7 Contractual Liability Insurance ........................ 5.4 Coordinating Conuactor-<ietinition of ................ 7.4 Coordination ............. _ . . . . . . . . . . . . . . . . . . . . . . . . . . .. 7.4 Copies of Documents .................. - . . . . . . . . . . . . . .. 1.: 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 ................... ~ . . . . . . . . . . . .. 11.6.1 Cost of Work ,................................... 11.4-11.5 Costs. Supplemental. . . . . . . . . . . .. . . .. ....... . .. . . . .. 11.4.5 Day.-jefinition of ....................................... I Defectiv~etinition of ................................. 1 Defective Work. Acceptance of... ................... 13.13 Defective Work. Correction or Removal of .......... 13.11' Defective Work-in general ............... 13. 14.7. 14.11 Defective Work. Rejecting..... .. .............. ........ 9.6 Definitions .............................................. 1 Delivery of Bonds. . .. . .. . . . . . . . . . . .. . . . . . . . . . .. . . . . .. .. 1.1 Detennination for U nit Prices ........................ 9.10 Disputes. Decisions by Engineer............. .. .. 9.11-9.11 Documents. Copies oi ................................. 1.1 Doc:uments. Record .................................. 6.19 Documents. Reuse .................................... 3.6 Drawings-definition of ................................. I Easements ............................................ 4.1 Effective date of Agreemenl.-jefinition of . . . . . . . . . . . . . .. I Emergencies ......................................... 6.11 Engineer-<iefinition ot" .................................. 1 Engineer's Decisions ............................ 9.10-9.12 Engineer's-Nouce 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 Status During ConstrUction-in general ...... 9 Equipment. Labor. Materials and.................. 6.3-6.6 Equivalent Materials and Equipment .................. 6.7 Explorations of physical conditions.. ... . ....... .. ..... 4.1 Fee. COnlractor's-Costs Plus........................ 11.6 Field Order-<ieiinition of ............................... J Field Order-issued by Engineer ................ 3.5.1. 9.5 Final Appiic:lIion for Payment ....................... 14.12 Final Inspection ..................................... 14.11 Final Payment and ACCeptance ...................... 14.13 Final Payment. Recommendalion of ..,........ 14.13-14.14 General Provisions....................... .-...... 17.3-1i.4 .General Rcquirements-<icfinition ot" . . ... .. .... ... ., ..... I General Requirements-pnncipal references to ................. 2.6. 4.4. 6.4. 6.6-6.7. 6.13 4 I I Giving Notice ........... ... ...... ..... ............... 17.1 Guarantee of Work-by Contractor................... 13.1 lndemnification . . . . . . , . . . . . . . . . . . . . . . . . . . . .. 6.30-0.32. 7.5 Ilnspection. final ,.....<............................. 14.11 Inspection. Tests and ..... ............................. 13.3 Insurance. Bonds and-tn general ....................... S I Insurance. Certificates of ........................... 2.7, 5 Insurance-<ompleted operations. ..................... 5.3 Insurance. Contractor's Liability ...................... S.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 Clarifications ...................... 9.4 Investigations of physical conditions. . . . . .. .. . . . . . . . . .. 4.:2 I Labor. Materials and Equipment .................. 6.3-6,5 Laws and Regulations--definition of ..................... I Laws and Regulations-general ........... ............ 6.14 Liability Insurance-Contractor's ..................... 5.3 I 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 Materials and equipment-fumished by Contractor .... 6.3 Materials and equipment-not I incorporated in Work .............................. 14.2 Materials or equipment--equivaient ................... 6.7 Miscellaneous Provisions ............................... 17 Multi-prime contracts ................................... 7 I Notice. Giving of ..................................... 17.1 Notice of Acceptability of Project ................... 14.13 Notice of A ward~efinition of .......................... I I Notice to Proceed-definition of ......................... I Notice to Proceed-giving of .......................... 2.3 I "Or-Equal" Items. .. . . . . .. .......... .. ......... ... . ... 6. i Other contractors ....................................... 7 Other work .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. i Overtime Work-prohibition of . . ... ................... 6.3 I Owner-definition of .......................,............ 1 Owner May Correct Defective Work................. 13.14 Owner May Stop Work. . .. .. ................... . .. .. 13.10 Owner May Suspend Work. Terminate .......... 15.1-15A I Owner's Duty to Execute Change Orders ............. 11.3 Owner's Liability Insurnnce ........................... 5.5 Owner's Representative-Engineer to serve as ........ 9. I Owner's Responsibilities-in general .................... 8 I Owner's Separate Representative at site.......... . .. .. 9.3 Partial Utilization .................................. 14.10 I Partial Utilization-Jetinition or .. ............:........... I Panial Utilization-Property Insurance ............... 5.15 Palen I Fees and Royallies ............................ 6.1:! Payments. Recommendation of ........... 14.4-1-1.7. 14.13 I Payments to Contrnctor-in genernl .................... 1-1 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-existing structures.. . .. .. . . .. .. 4.2.2 Physical Conditions-explorations and repons ....... 4.2.1 Physical Conditions-possible document change ..... 4.2.? Physical Conditions-price and time adjustments .... 4.:2.5 Physical Conditions-report of differing ............. 4.2.3 Physical Conditions-Underground facilities .......... 4.3 ?reconstruction Conference ........................... 2.8 Preliminary Matters ..................................... 2 ?remises. Use of ................................6.16-6.18 Price. Change of Contract .............................. II Price.Contract-definition of ............................ 1 Progress Payment. Applications for. .. . . .,. . . . .. . . . . .. 14.2 Progress Paymen[-retainage ......................... 14.2 Progress schedule ............... 2.6.2.9.6.6.6.29. 15.2.6 Projec[-definition of ,................................... 1 Project Representation-provision for ................. 9.3 Project Representative, Resident-definition 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 E:<clusive ............................. 17.4 Removal or Correction of Defective Work ........... 13 .11 Resident Project Representa[ive-definition of ........... I 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 ........................... 6.1:2 Safety and Protection....... 6.20-6.21, 18.1-18.2 Samples ......................................... 6.23-6.28 Schedule of progress ........ 2.6.2.8-2.9.6.6.6.29. 15.2.6 Schedule of Shop Drawing submissions...................... 2.6. :2.8-2.9. 6.23. 14.1 Schedule of values ...................... 2.6.2.8-2.9. 14.1 Schedules. Finalizing.................................. 2.9 Shop Drawings and Sam"h:s ..................... 6.23-6.28 Shop Drawings-definition of . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 Shop Drawings. use to approve subs[itUlions ...................................... 6.7.3 5 I I Site. Visits to-by Engineer ........................... 9.2 ~pecifica tions-de~nition of ,.........,..,............... 1 t.arting Consuucuon. Before.. . .... . ...... . . . ... . .. 2.5-2.8 . th Pro' t ' ., 4 tarUng e Jec ~. . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . .. -. .toPPing Work-by ContraCtor............ ........... 15.5 topping Work-by Owner .....uo.................. 13.10 ubcontractor-definition of ..........,.................. 1 Succontractors--in general ....................... 6.8--6.11 IUbcoDtracts-:reqUir'ed provisions .......,.... 5.11.1. 6.11 11.4.3 ubstantial Completion-cenification of .............. 14.8 Substantial Completion-definition of ......... . . . .. .. . ... 1 _UbStitute or "Or-Equal" Iteau ....................... 6.7 ubsurface Conditions. . . . . . . . . . . . . . . . . . . . . . . . . . . ., 4.2-4.3 upplemental costs ................................. 11.4.5 SupplementarY Conditions-definition of ................ I IUPPlementarY Conditions-principal . . references to .. 2.2, 4.2.5.1. 5.3. 5.6-5.8. 6.3. 6.13. 6.23. 7.4,9.3 IUPPlementing Contract Documents ............... 3.4-3.5 upplier-definition of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 upplier-principal references to ... 3,6.6.5.6.7-6.9. 6.20. 6.24.9.13.9.16. 1l.8. 13.4. 14.12 ifUTecy-consent to payment..... .. ........... 14.12. 14.14 ~uretY-Engineer has no duty to ..................... 9.13 Surety-notice to .......................... 10.1. 10.5. 15.2 Surety-qualification of ........................... 5.1-5.2 ~uspcnding Work. by Owner ......................... 15.1 .~uspcnsion of Work and Termination--in general ....... IS Supcrintendent-Contractor's ......................... 6.2 Supervision and Superintendence. . . ... . .. .. .. .. ... 6.1-6.2 laxes-payment by ContraCtor....................... 6.15 Termination-by Contractor.......................... 15.5 tTermination-bYOWner ......................... 15.2-15.4 Termination. Suspension of Work and-in general ...... IS ests and Inspections ........................... 13.3-13.7 Time. Change of Contracl .............................. 12 I I I I I I I Time. Computation of ................,............... 17.2 Time. ContraCt-definition of . . . . . . . . . . ... . . . . . . . . . . .. . .. 1 Uncovering Work................. .... .......... 13.8-13.9 Underground Facilities-definition of ......... .. ...... ... I Underground Facilities-not shown or indicated..... 4.3.2 Underground Facilities-protection of ........... 4.3.6.20 Underground Facilities-shown or indicated......... 4.3.1 Unit Price Work-definition of .......................... 1 UnitPriceWork-general ................. 11.9.14.1.14.5 Unit Prices ......................................... 11.3.1 Unit Prices. Determinations for....................... 9.10 Use of Premises ................................. 6.16-6. 18 Utility owners .......................... 6.13. 6.20. 7.2-7.3 Values. Schedule of ......................... 2.6.2.9. 14.1 Variations in Work-Authorized............ 6.25.6.27.9.5 Visits to Site-by Engineer ............................ 9.2 Waiver of Claims-on Final Payment................ 14.16. Waiver of Rights by insured panies ............. 5.10.6.11 WBJTanty and Guarantee-by Contractor ............. 13.1 WBJTanty 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 .........................,........... I Work Directive Change-definition of ................... I Work Directive Change-principal . references to ............................3.4.3.10.1-10.2 Work. Neglected by Contractor ..................... 13.14 Work. Stopping 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 tRTICLE I-DEFINITIONS Wherever used in these General Conditions or in the other Icontract Documents [he following terms have the meanings indicat~d which are applicable to both the singular and plural thereot: IAddenda-Written or graphic instruments issued prior to the opening of Bids which clarify. correct or change the bidding documents or the Contract Documents. I ARreemf"l/t- The written agreement between OWNER and CONTRACTOR covering the Work to be performed: other Contract Documents are attached to the Agreement and made I a part thereof as provided therein. Applic(/Tio/l .li)r PaymellT- 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 Contract Documents. IBid-The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. I Bonds-Bid. peri'ormance and payment bonds and other instruments of security. I Change Order-A document recommended by ENGINEER. which is sigOl:d by CONTRACTOR and OWNER and autho- rizes an addition. deletion or revision in the Work. or an adjustment in the Contract Price or the Contract Time. issued I on or after the Effective Date of the Agreement. ContrC/CT DO(,III1lf"/lTS- The Agreement. Addenda I which per- tain to the Contract Documents). CONTRACTOR's Bid I (including documentation accompanying Ihe Bid and any post- Bid documentation submitted prior to the Notice of Award) when attached as an exhibit to the Agreement. the Bonds, I these General Conditions. the Supplementary Conditions. the Specifications and the Drawings as the same are more spe. cifically identified in the Agreement. together with all amend- ments. modifications and supplements issued pursuant 10 I paragmphs 3.~ and 3.5 lm or after the Effective Date of the ,\greement. C V/lTrc/ct Pricf"- The moneys payable by OWN ER 10 CON- I TRACTOR under the C0ntract Documents as stated in the Agreement (subject to the provisiuns of paragraph 11.9.1 in the case of Unit Price Work), I CO/lt{'(/ct Tilll('- The number of days (computed as provideJ in p..r Jgraph 17.2\ or the date stated in the Agreement for the compl~tion of the Work. I CONTRACTOR-The person. firm or corpor..ttion with whLlm OWN ER has entered into the Agreement. I defectil'e-An adjective which when modifying the word Work refers 10 Work that is unsatisfactory. faulty or deficient. or does not conform (0 the Contract Documents. or does not meet the requirements of any inspection. reference standard. test or approval referred to in the Contract Documents, or has been'damaged prior to ENGINEER's recommendation of final payment t unless responsibility forthe protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.10l. Drall'illJ:s- The drawings which show the character and scope of the Work to be performed and which have been prepared or approved by ENGINEER and are referred to in the Con- tract Documents. EffecTi,'e Date of the A,l,'reemellT- The date indicated in the Agreement on which it becomes effective. but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. E.VGI N EER- The person. firm or corporation named as such in the Agreement. Field Order-A written order issued by ENGINEER which orders minor changes in the Work in accordance with para- graph 9.5 but which does not involve a change in the Contract Price or the Contract Time. General RequiremenTs-Sections of Division 1 of the Speci- fications. Lall's and Regularions: Laws or RegulaTions-Laws, rules. regulations. ordinances. codes and/or orders. NoTice of.-\ lI'ard- The written notice by OWNER 10 the apparent successful bidder stating that upon compliance by the apparem successful bidder with the conditions precedent enumerated therein. within the time specified. OWNER will sign and deiiver the Agreemenl. .'ivTice TO Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEERl fi~ing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to ~erform CONTRAC- TOR'S obligations under the Contract Documents. OWNER-The public body or authority. corporation. asso- ciation. nrm or person with whom CONTRACTOR has enten:d into the Agreement and for whom the Work is to be provided. Pllrtillll..iTili::({TivlI-Placing a portion of the Work in sef\'ice for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for alllhe Work. PrcJ;ect- The total construction of which the Work to be provided under the Contract Documents may be the whole. or a part as indicated elsewhere in the Contract Documents. Rl'sidmt Prl~j('ct R('pre.H'1/It/Ti,'e- The authorized represen- tative of E~GIN EER who is assigned to the site or any part thereof. 7 I I Shop Drawings-All drawings, diagrams. illustrations, I schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations~ brochures, standard schedules, perfor- mance chans, instnlctions.-diagrams and other information I prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. Speci,ficarions- Those portions of the ContraCt Documents I consisting of written technic:al descriptions of materials, equipment. construction systems. standards and workman- ship as applied to the Work and certain administrative details I applicable thereto. Subconrractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other Sub- I contractor for the performance of a part of the Work at the site. S ubsranrjaJ Completion- The Work (or a specified part thereof) I has progressed to the point where. in the opinion of ENGI- NEER as evidenced by ENGINEER's definitive certificate of Substantial Completion. it is sufficiently complete. in accordance with the ContraCt Documents. so that the Work I (or specified part) can be utilized for the purposes for which it is intended; or if there be no such certificate issued. when final payment is due in accordance with paragraph 14.13. The I terms "substantially complete" and "substantially com- pleted" as applied to any Work referto Substantial Comple- tion thereof. I Supplementary Conditions-The part of the Contract Docu- ments which amends or supplements these General Condi- tions. I Supplier-A manufacturer. fabricator, supplier. distributor. materialman or vendor. I' Underground Facilities-All pipelines. conduits. ducts. cables. wires. manholes. vaults. tanks. tunnels or other such facilities or attachments, and any encasements containing such faciJ- ities which have been installed underground to furnish any of I the following services or materials: electricity, gases. steam. liquid petroleum products. telephone or other communica- tions. cable television. sewage and drainage removal. traffic or other control systems or water. I Unit Price Work-Work to be paid for on the basis of unit pnces. I Work-The emire completed construction or the various sep- arately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of per- I forming services. furnishing labor and furnishing and incor- porating materials and equipment ; 1'1 to the construction. all as required by the Contract Documents. I Work Directive Chang~-A written directive to CONTRAC- TOR. issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by ENGINEER. I ordering an addition. deletion. or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to.emergencies under paragraph 6.22. A Work Directive Change may not change the Contract Price or the ContraCt Time, but is evidence that the parties expect that the change directed or documented by a Work Directive Change will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect. if any, on the Contract Price or ContraCt Time as provided in paragraph 10.2. Written Amendment-A written amendment of the Contract Documents, signed by OWNER and CONTRACTOR on or after the Effective Date of the Agreement and nonnally deal- ing with the nonengineering or nontcebnica1 rather than strictly Work-related aspects of the ContraCt Documents. ARTICLE 2-PRELIMINARY MATTERS Deli'Hry of Bonds: :!.I. When CONTRACTOR delivers the executed Agree- ments to OWNER, CONTRACTOR shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with paragraph 5.1. Copies 0/ DocumenlS: :!.1. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the Supplementary Con- ditions) of the Contract Documents as are reasonably nec- essary for the execution of the Work. Additional copies will be furnished. upon request. at the cost of reproduction. Commence1M1U o/Contract Time: Notice to Proceed: 1.3. The Contract Time will commence to run on the thirtieth day after the Effective Date of the Agreement. or. if a Notice to Proceed is given. on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within thirty days after the Effective Date of the Agree- ment. In no event will the Contract Time commence to run later than the seventy-fifth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement. whichever date is earlier. SllUting the Project: :!.4. CONTRACTOR shall start to perform the Work on the date when the Contract Time commences to run. but no Work shall be done at the site prior to the date on which the Contract Time commences to run. Be/ore SUUting Construction: :!.5, Before undertaking each pan of the Work. CON- TRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown 8 I I thereon and all applicable field measurements. CONTRAC- TOR shall promptly report in writing to ENGINEER any conflict. error or discrepancy which CONTRACTOR may. discover and shall obtain a written interpretation or clarifi- cation from ENGINEER before proceeding with any Work affected thereby: however. CONTRACTOR shall not be lia- ble to OWNER or ENGINEER for failure to report any contlict. error or discrepancy in the Contract Documents. . unless CONTR.~CTOR had actual knowledge thereof or should reasonably" have known thereof. I I I 2.6. Within ten davs 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 to each item of Work which will be con- firmed in writing by CONTRACTOR at the time of sub.- mission. I I 2.7. Before any Work at the site is started. CONTRAC. TOR shall deliver to OWNER. with a copy to ENGINEER. certificates I and other evidence of insurance requested by OWNER) which CONTRACTOR is required to purchase and maintain in accordance with paragraons 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 Preconsrruction Conference: 2.8. Within twenty days after the Effective Date of the Agreement. but before CONTRACTOR starts the Work at the site. a conlerence attended by CO:-JTRACTOR. E~G(- NEER and l1lhers as appropriate will be held to discuss the scheduks referred to in paragr..lph 2.6. to discuss procedures for handling Shop Drawings and other submittals and for processing Applications lor Payment. and to establish a working. understanding among the parties as to the Work. I I I Fina/i:ing Schedules.' 2.9, A.t kasl ten days before submission uftht: first .-\pr1i- cation for Payment a conference attended by CONTRAC- TOR. ENGINEER and others as appropriate will be held to finalize th~ o;.:heduks submitted in ~H;cordance \\'ith para- I I graph 2.6. The finalized progress schedule will be acceptable to ENGINEER as providing an orderly progression of the Work to completion within the Contract Time. but such acceptance will neither imposeon EN G INEER responsibility for the progress or scheduling of the Work nor relieve CON- TRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions will be acceptable to ENGINEER as providing a workable arrangement for pro- cessing the submissions. The finalized schedule of values will be acceptable to ENGINEER as to form and substance. ARTICLE 3-CONTRACT DOCUMENTS: INTENT. AMENDING. REUSE Intlnt: 3.1. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for bv one is as binding as if called for by all. The Contract D~cuments 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 thereot) 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 governmental authority. whether such reference be specific or by implication. shall mean the latest standard specification. manual. code or Laws or Regulations in effect at the time of opening of Bids lor. on the Effective Date of the Agreement if there were no Bids). except as may be otherwise specifically stated. However. no provision of any referenced standard specification. manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWNER. CONTRACTOR or ENGINEER. or any of their consuitants. agents or employ- ees from those set forth in the Contract Documents. nor shall it be effective to ;l.ssign to ENGINEER. or any of E;..lGI- NEER's consultants. agents or employees. any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsi- bility contrary to the provisions of paragraph 9.15 or '}.16. Clarifications and interpretations of the Contract Documents ~hall be issued by E;..lGINEER as provided in paragrnph 9A, 3.3. If. during the performance of the Work. CONTRAC- TOR finds a conflict. error or discrepancy in the Contract Documenls. CONTRACTOR shall so report to ENGINEER in writing at once and before proceeding with the Work alTected thereby -shall obtain a written interpretation or clarification 9 I I from ENGINEER: however. CONTRACTOR shall not be I. ble to OWNER or ENGINEER for failure to report any nilict. error or discrepancy in the ContraCt Documents ess CONTRACTORhad actual knowledge thereof or should reasonably have'known thereof. lnding and Supple~ftling ConlTtlCl DOCWMIIlS: 3.4. The Contract Documents may be amended to pro- Ide for additions. deletions. ~d revisions.in the Work or to odify the terms and condlUons thereof In one or more of the following ways: I 3.4.1. a formal Written Amendment. 3.4.2. a Change Order (pursuant to paragraph 10.4). I or 304.3. a Work Directive Change (pursuant to para- graph 10.1). Is indicated in paragraphs 11.2 and 12.1. Contract Price and Contract Time may only be changed by a Change Order or a ,r'ritten Amendment. . 3.5, In addition. the requirements of the Contracl.Docu- ments may be supplemented. and minor variations and devia- I. 'ons in the Work may be authorized. in one or more of the ollowing 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 6.17), or I 3.5.3. ENGINEER's written interpretation or clarifi- cation (pursuant to paragraph 9.4). IR euse of Documents.' 3.6. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or fur- Inishing any of the Work under 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 thereof) 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 I "rification 0' adap"",on by ENGINEER. ARTICLE 4-A V AILABILITY OF LANDS: PHYSICAL I CONDITIONS: REFERENCE POINTS A vailtzlJiiiry of Lands: I 4.1. OWNER shall furnish. as indicated in the Contract Documents. the lands upon which the Work is to be per- fonned. 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 exi.sting facilities will be obtained and paid for by OWNER. unless otherwise provided in the Contract Documents. If CONTRACTOR believes that any delay in OWNER's furnishing these lands. rights-of-way or ease- ments entities CONTRACTOR to an extension of the Con- tract Time. CONTRACTOR may make a claim therefor as provided in Anicle 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 Corulilions: 4.2.1. Explorations 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 Structures: Reference is made to the Supplementary Conditions for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities referred to in paragraph 4.3) which a.re 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 immedilitely preceding sentence and in paragraph 4.2.6. CONTRACTOR shall have full respon- sibility with respect to physical conditions in or relating to such structures. 4.2.3. ReporT 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.:.1 and 4.2.: is inaccurate, or 4.2.3.:. any physical condition uncovered or revealed at the site differs materially from that indi. cated. reftected 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 6.221. notify OWNER and ENGINEER in writing about the inaccuracy or difference. 10 I I 4.2.4. ENGINEER's Redell': ENGINEER will promptly review the pertinent conditions. determine the necessit y of obtainin~ additional explorations or tests with respect thereto and advise O\VNER in writing (with a copy to CONTRACTOR) of ENG1NEER's findings and con- clusions. I I 4.2.5. Possihle Document Chan'1e: If ENGINEER concludes that there is a material error in the Contract DocumentS or that because of newly discovered condi- tions a change in the Contract Documents is required. a Work Directive Change or a Change Order will be issued as provided in Article 10 to reflect and document the consequences of the inaccuracy or difference. I I 4.2.6. Po.uihle Price Cllld Tillie Adjustments: In each such case. an increase or decrease in the Contract Price or an extension or shortening of the Contract Time. or any combination thereof. will be allowable to the extent that 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 ,b,.rticles i I and 12. I I I Physical Conditions-~'lIderground Facilities: 4.3.1. Shown or Illdicated: The information and data shown or indicated in the' Contract Documents with respect I to existing Underground Facilities at or contiguous to the site is based on information and data furnished to OWNER or ENGINEER by the owners of such Underground Facil- I ities or by others. Unless it is otherwise expressly pro- vided in the Supplementary Conditions: I 4.3.1.1. OWNER and ENGINEER shall not be responsible for the accuracy or completeness of any such information or data: and. I .U.I.:. CONTRACTOR shall have full responsi- bility for reviewing and checking all such information and data. for locating all Underground Facilities shown or indicated in the Contract Documents. for coordina- tion of the Work with the owners of such Underground Facilities during construction. for the safety and pro- tection thereof as provided in paragraph 6.20 and repairing any damage thereto resulting from the Work. the cost of all of which will be considered as having been included in the Contract Price. I I I 4.3,2. Not ShOIl'1I or IlIdicated. If an Underground Facility is uncovered or revealed at or contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR coull.! not reason- ably have been expected to be aware of. CONTRACTOR shall. promptly after becoming aware thereof and before performing any Work affected thereby (except in an emer- gency as permitted ~y paragraph 6.221. identify the owner of such U ndergrounJ Facility and give written notice thereof to that owner and tll OWNER and ENGINEER. ENGI- NEER will promplly review the L'nJerground Facility to I I I determine the extent to which the Contract Documents should be modified to reflect and document the conse- . quences of the existence of the Underground Facility. and the Contract Documents will be amended or supplemented to the extent necessary. During such time. CONTRAC- TOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.10. CONTRACTOR shall be allowed an increase in the Con- tract Price or an extension of the Contract Time, or both. to the extent that they are attributable to the e,istence of any Underground Facility that was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the panies are unable to agree as to the amount or length thereof. CONTRACTOR may make a claim therefor as provided in Articles II and 11. Reference PoifllS: 4.4. OWNER shall provide engineering surveys to estab- lish reference points for construction which in ENGINEER's judgment are necessary to enable CONTRACTOR to proceed with the Work. CONTRACTOR shall be responsible for lay- ing out the Work tunless otherwise specified in the General . Requirements). shall protect and preserve the established. reference points and shall make no changes or relocations without the prior written approval of OWN ER. CONTRAC- TOR shall report to ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations. and shall be respon- sible for the accurate replacement or relocation of such ref. erence points by professionally qualified personnel. ARTICLE 5-BONDS AND INSURANCE Performance and Other Bonds.' 5.1. CONTRACTOR shall furnish performance and pay- ment Bonds. each in an amount at least equal to the Comract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Docu- ments. These Bonds shall remain in effect at least until one year after the date when final payment becomes due. except as otherwise provided by Law or Regulation or by the Con- tract Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Condi- tions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Com- panies Holding Certificates of Authority as Acceptable Sure. ties on Federal Bonds and as Acceptable Reinsuring Com- panies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts. U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a ceniried copy of the authority to act. 5.2. If the surety on any Bond furnished byCONTR.\C- TOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any pan of [1 I I the Project is located or it ceases to meet the requirements Iparagraph 5.1, CONTRAcrOR shall within five days reafter substitute another Bond and Surety, both of which must be acceptable to OWNER. . Iruractor'S Liability InslUtlllce: 5.3. CONTRAcrOR shall purchase and maintain such Imprehensive general liability and other insurance as is propriate for the Work being performed and furnished and will provide protection from claims set forth below which may arise out of or result from CONTRAcrOR's perfor- ~ce and furnishing of the Work and CONTRACTOR's er obligations under the ContraCt Documents, whether it to be performed or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by Iy of them to perform or furnish any of the Work, or by yone 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 or disease, 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 employees; I 5.3.4. Claims for damages insured by personal injury liability coverage which are sustained lal by any person as a result of an offense directly or indirectly related to I the employment of such person by CONTRACTOR. or (b) by any other person for any other reason; 5.3.5. Claims for damages. other than to the Work I itself. because of injury to or destruction of tangible prop- erty wherever located. including loss of use resulting therefrom: I 5.3.6. Claims arising out of operation of Laws or Reg- ulations for damages. because of bodily injury or death of any person or for damage to propeny; and I 5.3.7. Claims for damages because of bodily injury or death of any person or propeny damage arising out of the ownership, maintenance or use of any motor vehicle. Ihe insurance required by this paragraph 5.3 shall include e specific coverages and be written for not less than the limits of liability and coverages provided in the Supplemen- Iry Conditions, or required by law, whichever is greater. he corr. .i'ehensive general liability insurance shall include completed operations insurance. All of the policies of insur- "Ulce so required 10 be purchased and maintained lor the Inificates or other evidence thereoO shall contain a provi. on or endorsement that the coverage afforded will not be cancelled. materially changed or renewal refused until at least I thiny days' prior written notice has been given to OWNER and ENGINEER by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing deft!clive Work in accordance with paragrapb 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. Cotll1'aCtlUJl Liability Insunuu:e: 5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual liability insurance applicable .to CONTRACTOR's obligations under paragraphs 6.30 and 6.31. Owrurs LiJJbilily Insunuu:e: 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. Pro".", Insurance: 5.6. Unless otherwise provided in the SupplementarY Conditions. OWNER shall purchase and maintain propeny 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 I. 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 panies. 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 . propeny (including but not limited to fees and charges of engineers. architects, attorneys and other professionals!. If not covered under the "all risk" insurance or otherwise pro- vided in the SupplementarY Conditions, CONTRACTOR shall purchase and maintain similar propeny insurance on ponions 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. OWN ER shall purchase and maintain such boiler and machinery insurance or additional propeny insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of OWNER. CONTRACTOR, Subcontractors. ENGINEER AND ENGlNEER.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 (or the certificates or other evidence thereof) required to be purchased and main- I tained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thirty days 'prior written notice has been I given to CONTRACTOR by certified mail and will contain waiver provisions in accordance with paragraph 5.11.2. I 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to protect the interests of CONTRACTOR. Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the I Supplementary Conditions. The risk of loss within the deductible amount. will be bome by CONTRACTOR. Sub- contractor or others suffering any such loss and if any of them wishes property insurance coverage within the limits of such I amounts. each may purchase and maintain it at the purchas- er's own expense. I 5.10. If CONTRACTOR requests in writing that other special insurance be included in the property insurance pol- icy. OWNER shall. if possible. include such insurance. and the cost thereof will be charged to CONTRACTOR by appro- I priate Change Order or Written Amendment. Prior to com- mencement of the Work at the site. OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. I Waiver of Rights: 5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and 5.7 and any other property insurance applicable to the Work. and also waive all such rights against the Subcontractors. ENGI- ~EER; E~GI~EER's consultants and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11. each subcon- tract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER. CONTRACTOR. ENGINEER. ENGI- NEER's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise pay- able under any policy so issued. I I I I I I 5.11.2. OWNER and CONTRACTOR intend that any policies provided in 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 to the etTect that in the event of payment of any loss 0r damage the insl.o....i will have no rights of reco\'ery against any of the parties named as insureds llr additi0nal insureds. and if the insurers rel..Juir~ separate waiver forms 10 be signed by ENGINEER or ENGI- ~EER's ctlnsultant OW~ER will obtain the same. and if I I I such waiver forms are required of any Subcontractor. CONTRACTOR will obtain the same. Receipt and ApplicaIion of Proceeds: 5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be adjusted with OWNER and made payable to OWNER as trustee for the insureds. as their interests may appear. subject to the require- ments of any applicable mortgage clause and of paragraph 5.13. OWNER shall deposit in a separate account any money so received. and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged WorK shall be repaired or replaced. the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 5.13. OWNER as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's exercise of this power. If such objection be made. OWNER as trustee shall make set- tlement with the insurers in accordance with such agreement as the parties in interest may reach. If required in writing by any party in interest. OWNER as. trustee shall. upon the occurrence of an insured loss. give bond for the proper per- formance of such duties. Acceptance of Insurance: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance reql:ired to be pur- chased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the basis of its not complying .with the Contract Documents. OWNER shall notify CON- TRACTOR in writing thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph '2.7. If CONTRACTOR has any objection to the coverage 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 not. complying with the Contract Documents. CON- TRACTOR shall notify OWNER in writing thereof within ten days of the date of delivery of such certificates to CON- TRACTOR in accordance with paragraph 2.7. OWN ER and CONTRACTOR shall each provide to the other such addi- tional information in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of such insur- ance purchased by the other as complying with the Contract Documents. Parrilli L'tili:ation-Properry Insurance: 5.15. If OWNER tinds it necessary to occupy or use a portion or portions of the W0rk prior to Substantial Comple- tion of all the Work. such use or occupancy may be accom- plished in accordance with paragraph 14.10: provided that no 13 I I such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice I thereof and in writing effected the changes in coverage neces- sitated thereby. The insurers providing the property insur- ance shall consent by endorsement on the -policy or policies. I but-the property insurance shall not be cancelled or lapse on . account of any such partial use or occupancy. I ARTICLE 6-CONTRACTOR.S RESPONSIBILITIES I Sup.rvision and Su~ri1lU1Uknct: 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto I and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Doc- uments. CONTRACTOR shall be solely responsible for the' means. methods. techniques. sequences and procedures of I construction. but CONTRACTOR shall not be responsible for the negligence of others in the design or selection of a specific means, method. 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. I I 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 I 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 I shall be as binding as if given to CONTRACTOR. I lAbor. Mauri4ls and Equipmellt: 6.3. CONTRACTOR shall provide competent. suitably qualified personnel to survey and layout the Work and per- form construction as required by the Contract Documents. CONTRACTOR shaU at all times maintain good discipline and order at the site, Except in connection with the safety or protection of persons or the Work or property at the site or adjacenl thereto. and except as otherwise indicated in the Contract Documents. all Work at the site shall be performed during regular working hours. and CONTRACTOR will nOI permit overtime work or the performance of Work on Sat- urday. Sunday or any legal holiday without OWNEWs writ- ten consent given after prior written notice to ENGINEER. I I I 6.4. Unless otherwise specified in the General Require- I ments. CONTRACTOR shall furnish and assume full respon- sibility for all materials. equipment, labor. transportation. construction equipment and machinery. tools. appliances. fuel. power. light. heat. telephone. water. sanitary facilities. I temporary facilities and all other facilities and inci~entals necessary for the furnishing. performance. testing. start-up and completion of the Work. I 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 reports of required tests) as to the kind and 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 effective -to assign to ENGINEER. or any of ENGINEER's consultants. agents or employees. any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or author- ity to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. AdjllSting Progress Schedule: 6.6. CONTRACTOR shall submit to ENGINEER for acceptance (to the extent indicated in paragraph 2.9) adjust- ments in the progress schedule to retlect 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. Subslituus or "Or.EqUlll" 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 panicular 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 may be accepted by ENGINEER if sufficient information is submitted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by ENGINEER will include the following as supplemented in the General Requirements. Requests for review of substitute items of material and equipment will not be accepted by ENGI. NEER from anyone other than CONTRACTOR. If CON- TRACTOR wishes to furnish or use a substitute item of material or equipment. CONTRACTOR shall make writ- ten application to ENGINEER for acceptance thereof. certifying that the proposed substitute will perform ade. quately the functions and achieve the results called for by the general design. be similar and of 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 01 any license iee or 14 I I royalty. All variations of the propo~ed substilute from that specified will be identified in the application and available maintenance. repair and replacement service will be indi- clued. The application will also contain an itemized esti- mate of all costs that will result directly or indirectly from acceptance of such substitute. including costs of redesign and claims of other contractors affected by the resulting change. all of which shall be considered by ENGINEER in evaluating the' proposed substitute. ENGINEER may require CONTRACTOR to furnish at CONTRACTOR's expense additional data about the proposed substitute. I I I I 6.7.2. If a specific means. method. technique. sequence or procedure of construction is indicated in or required by the Contract Documents. CONTRACTOR may furnish or utilize a substitute means. method. sequence. technique or procedure of construction acceptable to ENGINEER. if CONTRACTOR submits sufficient information to allow ENGINEER to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by ENGINEER will be similar to that orovided in paragraph 6.7.1 as applied by ENGINEER and as may be supplemented in the Gen- eral Requirements. 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 written 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 other surety with respect to any substitute. ENGINEER will record time required by ENGINEER and ENGINEER's consultants in eva:uating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not ENGINEER accepts a proposed substitute. CON- TRACTOR shall reimburse OWNER for the charges ot ENGINEER and ENGINEER's consultants for evaluat- ing each proposed substitute. I I I I I Conceming Subcontractors. Suppliers and Others: 6.8.1. CONTRACTOR shaH not employ any Subcon- tractor. Supplier or other person or organization (including those accep[able to OWNER and ENGINEER as indi- cated in paragraph 6.8.2). whether initially or as a subs[i- lute. against whom OWNER or ENGINEER may ha\'e reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor. Supplier or other person l\r organization to furnish or perform any of the Work against whom CONTRACTOR has reasonable objectil\n. 6.8.2. [f the Supplementary Conditions require the identity of ~c:rtain Subcontractors. Suppliers llr other per- sons or organizations (including those who are to furnish the principal items of materials and equipment) (0 be sutl- mined [0 OWNER in advance of the specified Jate prior to [he EITr.:ctive Datt: of the Agreement for acct:ptance !,>,' I I I I I OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof in accordance with the Supple- mentary Conditions. OWNER's or ENGINEER's accept- ance (either in writing or by, failing to make written objec- tion thereto by the date indicated for acceptance or objec- tion in the bidding documents or the Contract Documents) of any such Subcontractor. Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation. in which case CONTRACTOR shall submit an acceptable substitute. the Contract Price will be increased by the difference in the cost occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by OWNER or ENGINEER of any such Subcontractor. Supplier or other person or organization shall constitute a waiver of any right of OWNER or ENGI- NEER to reject defectil'e Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcon- tractors. Suppliers and other persons and organizations per- forming or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as CONTRAC- TOR is responsible for CONTRACTOR's own acts and omis- sions. Nothing in the Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any such Subcontractor. Supplier or other person or organization. nor shall it create any obligation on the pan of OWNER or ENGINEER to payor to see to the payment of any moneys due any such Subcontractor. Supplier or other person or organization except as may otherwise be required by Laws and Regulations. 6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not control CON- TRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 6.1 I. .-\11 Work performed for CONTRACTOR by a Sub- contractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which spe- cifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ENGINEER and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by CONTRACTOR on account of losses under pol- icies issued pursuant to pamgraphs 5.6 and 5.7. Patent Fees and Royalties: 6.12. CONTRACTOR shall pay all license fees and roy- alties and assume all costs incident to the use in [he perfor- mance of the Work or the incorporation in the Work of any invention. lies!gn. process. t_roduct or device which is the sutlject of patent rights or copyrights held by others. If a p.inicular invention. design. process. product or device is specified in the Contract Documents for use in the perfor- mance of the Work and iftl1the actual knowledge of OWN ER 15 I I or ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or-royalty to others. I 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 indirectly employed by either of them from and I against all claims, damages. losses and expenses (including attorneys' fees andcoun and arbitration costs) arising out of any infringement of patent rights or copyrights incident to I the use in th'e performance: of the Work or resulting from the incorporation in the Work of any invention. design, process. product or device not specified in the Contract Documents. and shall defend all such claims in connection with any alleged I infringement of such rights. I Pennils: 6.13. Unless otherwise provided in the Supplementary Conditions. CONTRACTOR shall obtain and pay for all con. stnJction permits and licenses. OWNER shall assist CON. I TRACTOR. when necessary, in obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work. I which are applicable at the time of opening of Bids. or if there are no Bids on the Effective Date of the Agreement. CON- TRACTOR shall pay all charges of utility owners for con- nections to the Work. and OWNER shall pay all charges of I such utility owners for capital costs related thereto such as plant investment fees. I lAws and Regulations: I 6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to fur- nishing and performance of the Work. Except where oth- erwise expressly required by applicable Laws and Regu- lations. neither OWNER nor ENGINEER shall be respon- sible for monitoring CONTRACTOR's compliance with any Laws or Regulations. 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 performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations., and without such notice to ENGINEER. CONTRACTOR shall bear all costs arising therefrom: however. it shall not be CONTRACTOR's pri- mary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. I I I I Trues: I 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 place of the, Project which are applicable during the perfor- mance of the Work. Un of Pn"wu: 6.16. CONTRACTOR shall confine constrUction equip- ment. the storage of materials and equipment and theoper- ations of workers to the Project site and land and areas iden- tified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations. rights- of-way, permits and easements. and shall not unreasonably encumber the premises with constrUction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area. or to the owner or occupant thereof or of any land or areas contig- uous thereto. resulting from the perfonnance of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the performance of the Work. CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations. indemnify and hold OWNER and ENGINEER harmless from and against all claims. damages. losses and expenses (including, but not limited 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 party against OWNER or ENGINEER to the extent based on a claim arising out of CONTRACTOR's performance of the Work. 6.17. During the progress of the Work. CONTRACTOR shall keep the premises free from accumulations of waste materials. rubbish and other debris resulting from the Work. At the completion of the Work 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 property not designated for alteration by the Contract Documents, 6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure. nor shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures thatgwill endanger it. Record Documenu: 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 goCX1 order and annotated to show all changes made during con- stnJction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to ENGINEER for reference. Upon com- 16 I I pletion of the Work. these record documents. samples and Shop Drawings will be delivered to ENGINEER for OWNER. I I Safety and Protection: 6.20. CONTRACTOR sha1l be responsible for initiating, maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of. and shall provide the necessary protection to prevent damage. injury or loss to: I I 6.20.1. 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 therein. whether in storage on or off the site: and I 6.20.3. other propeny at the site or adjacent thereto. including trees. shrubs. lawns. walks. pavements. road- ways. structures. utilities and Underground Facilities not designated for removal. relocation or replacement in the course of construction. I CONTRACTOR shall comply with a1l 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 safety and protection. CONTRACTOR shall notify owners of adjacent propeny and of Underground Facilities and utility owners when prosecution of the Work may atfect them. and shall cooperate with them in the pro- tection. removal. relocation and replacement of their prop- erty. .-\11 damage. injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused. directly or indirectly. in \\.'hole or in pan. by CONTRACTOR. any Subcontractor. . Supplier or any other person or organization directly or indi- rectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable. shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWN ER or ENGINEER or anyone employed by either of them or anyone for whose acts either of them may be liable. and not attributable. directly or indi- rectly. in whole or in pan. to the fault or negligence of CO~- TRACTORl. CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ENGI~EER has issued a notice to OWNER and CONTRACTOR in accord- ance with paragraph 14.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substan- tial Completion). I I I I I I I I b.2'. CONTRACTOR shall designate a respl1nsible rep- rese:nt:lli\'e ~Il the: ~ite whose Jut\' ~hall be: the prt:\.entilln l\t' acciuents. This persun shall be CONTRACTOR's superin- tendent unlc:ss otherwise uesignated in writin!; by CO~- TRACTOR 10 OWNER. I I Eme'1fencies: 6.22. In emergencies affecting the safety or protection of persons or the'Work or propeny at the site or adjacent thereto. CONTRACTOR. without special instruction or authorization from ENGINEER or OWNER. is obligated to act to prevent threatened damage. injury or loss. CONTRACTOR shall give ENGINEER prompt written notice if CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If ENGI- NEER determines that a change in the Contract Documents is required because of the action taken in response to an emergency. a Work Directive Change or Change Order will be issued to document the consequences of the changes or variations. Shop Drawings and Samples: 6.23. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements. CONTRACTOR shall submit to ENGINEER for review and approval in accordance with the accepted schedule of Shop Drawing submissions (see para-' graph 2.9). or for other appropriate action if so indicated in the Supplementary Conditions. five copies (unless otherwise specified in the General Requirements! of all Shop Drawings. which will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsi- bilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as ENGINEER may require. The data shown on the Shop Drawings will be complete with respect to quantities. dimen- sions. specified performance and design criteria. materials and similar data to enable ENGINEER to review the infor- mation as required. 6.24. CONTRACTOR shall also submit to ENGINEER for review and approval with such promptness as to cause no delay in Work. all samples required by the Contract Doc- uments. All samples will have been checked by and accom- panied by a specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the sub- mission and will be identified clearly as to material. S4Pplier. pertinent data such as catalog numbers and the use for which intended. 6.25.1. Before submission of each Shop Drawing or ;ample CONTRACTOR shall ha\'e determined and \'eri- fied all quantities. dimensions. specified performance cri- teria. installation requirements. materials. catalog num- berS and similar data with respect thereto and reviewed or coordinateJ each Shop Drawing or ;ample with other Shop Drawings and samples and with the requirements of the Work and the: Contract Documents. 6.25.2. At the time lIt' each submission. CONTRAC- TOR shull give ENGIN EER spe:l:inc written notice llfeach variatiun that the Shop Drawings or samples may have from the requirements of the Cllntract Documents. and. in addition. shall cause a snecitic notation 10 be mauc: on 17 I I each Shop Drawing submitted to ENGINEER for review and approval of each such variation. I 6.26. ENGINEER will review and approve with reason- able promptness Shop Dnlwingsandsamples. but ENGl- I NEER's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods. techniques. sequences I or procedures of construction (except where a specific means. method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review I and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CON- TRACTOR shall make corrections required by ENGINEER, I 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 I by ENGINEER on previous submittals. 6.27. ENGINEER's review and approval of Shop Draw- ings or samples shall not relieve CONTRACTOR from I responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's anention to each such variation at the time of submission as required by paragraph 6.15.2 and I 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 I will any approval by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Draw- ings or from responsibility for having complied with the pro- visions of paragraph 6.15.1. I 6.28. Where a Shop Drawing or sample is required by the Specifications. any related Work performed prior to ENGI- NEER's review and approval of the pertinent submission will I be the sole expense and responsibility of CONTRACTOR. Continuing the Work: I 6.29. CONTRACTOR shall carry on the Worle and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ling resolution of any disputes or disagreements. except as permitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwiseagrce in writing. IlruUmn~ation: 6.30. To the fullest extent pennitted by Laws and Regu- I lations CONTRACTOR shall indemnify and hold hannless OWNER and ENGINEER and their -:nnsultants. agents and employees from and against all claims. damages. losses and expenses. direct. indirect or consequential (including but not I limited to fees and charges of engineers. architects. attorneys and other professionals and court and arbitration costs) aris- ing OUt of or resulting from the perfonnance of the Work. I provided that any such claim. damage. loss or expense (a) is attributable to ~dily injury. sickness. disease or death. or to injury to or destruction of tangible property (other than the Work itselO including the loss of use resulting therefrom and (b) is caused in whole or in part by any neg.ligent. 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. 6.3 \. 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 or furnish any of the Worle 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 conswtants, 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 Relaled Work at Sile: 7; I. OWNER may perfonn other work related to the Proj- ect at the site by OWNER's own forces. have other work perfonnecl 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 worle: and. if CONTRACTOR believes that such perfor- mance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof. CONTRACTOR may make a claim therefor as provided in Articles II and 12. 7.2. CONTRACTOR shall afford each utility owner and other contractor who is a party to such a direct contraCt (or OWNER. if OWNER is perfonning the additional worle 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 pans come together properly and integrate with such other work. CON- 18 I I TRACTOR shall not endanger any work of others by cutting. ex.cavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work wi,lI be affected. The duties and responsibilities'of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct contracts between . OWN ER and such utility owners and other contractors. I I I 7.3. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility owner (or OWNERl. CONTRACTOR shall inspect and promptly report to ENGINEER in writing any delays. defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an acceptance of the other work as fit and proper for integra- tion with CONTRACTOR's Work except for latent or non- apparent defects and deficiencies in the other work. I I I Coordination: 7.4. If OWNER contracts with others for the perfor- mance of other work on the Project at the site. the person or organization who will have authority and responsibility for coordination of the activities among the various prime con- tractors will be identified in the Supplementary Conditions. and the specific matters to be covered by such authority and responsibility will be itemized. and the extent of such author- ity and responsibilities will be provided. in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions. neither OWNER nor ENGINEER shall have any authority or responsibility in respect of such coordination. I I I I ARTICLE 8-0WNER'S RESPONSIBILITIES I 8.1. OWNER shall issue all communications [0 CON- TRACTOR through ENGINEER. I 8.1. In case of termination of the employment of ENGI- NEER. OWN ER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose sta- tus under the Contract Documents shall be that of the former ENGINEER. Any dispute in connection with such appoint- ment shall be subject to arbitration. I I 8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and shall make pay- ments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and 14.13. I SA. OWNER's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in paragraphs 4.1 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 ~ubsurt':lce conditions at the site and in existing SlnH:- 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. OWN ER' s responsibility in respect of certain inspections. tests 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.IOand 1).1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under certain circumstances. ARTICLE 9-ENGINEER'S STATUS DURING CONSTRUCTION Owner's RepresenUJtive: 9.1. ENGINEER will be OWNER's representative dur- ing the construction period. The duties and responsibilities and the limitations of authority of ENGINEER as OWNER's representative during construction are set forth in the Con- tract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visits to Site: 9.2. ENGINEER will make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to deter- mine. in general. if the Work is proceeding in accordance with the Contract Documents. 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 of the prog- ress of the Work and will endeavor to guard OWNER against defects and deficiencies in the Work. Project RepreseTllarion: 9.3. If OWNER and ENGINEER agree. ENGINEER will furnish a Resident Project Representative 10 assist ENGINEER in observing the performance oftheWork. The duties. responsibilities and limitations of authority of any such Resident Project Representative and assistants will be ~3 provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at. the site who is not ENGINEER's agent or employee. the duties. responsibilities and limitations of authority of such other person will he as provided in the Supplement:lrv Condilions, 19 I I C1DrificDlums tUUi lllUl'p'nUllioru: 9.4. ENGINEER will issue with reasonable promptness such wrinen clariiications or interpretations of the require- ments of the ContraCt Documerlts (in the form of Drawings or otherwise) as ENGINEER may determine necessary. which I shall be consistent with or reasonably inferable from the overall intent of the ContraCt Documents.lfCONTRACfOR . believes that a wrinen clariiication or interpretation justifies an increase in the Contract Price or an extension of the I Contract Time and the panies are unable to agree to the amount or extent thereof. CONTRACfOR may make a claim therefor as provided in Article II or Article 12. I I Authorized VarUuioru in Work: 9.5. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which I do not involve an adjustment in the Contract Price or the ContraCt Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a I Field Order and will be binding on OWNER. and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACfOR believes that a Field Order justifies an increase in the Contract Price or an extension of I the Contract Time and the panics are unable to agree as to the amount or extent thereof. CONTRACfOR may make a claim therefor as provided in Article 11 or 12. I Rejecting Defean, Work: 9.6. ENGINEER will have authority to disapprove or I reject Work which ENGINEER believes to be defective. and will also have authority to require special inspection or testing of the Worle as provided in paragraph 13.9, whether or not the Worle is fabricated. instalJed or completed. I Shop Drawings, Change OrtUrs and Payments.' 9.7. In connection with ENGINEER's responsibility for I Shop Drawings and samples. see paragraphs 6.23 through 6.29 inclusive. I 9.8. In connection with ENGINEER's responsibilities as to Change Orders. see Anicles 10. I J and 12. 9.9. In connection with ENGINEER's responsibilities in I respect of Applications for Payment. etc" see Article 14. DetermilUllions for U nil Prices: I 9.10. ENGINEER will detennine the actual quantities and classifications of Unit Price Work performed by CON- TRACTOR. ENGINEER will review with CONTRACfOR ENG INEER' s preliminary determinations on such mallers I before rendering a written decision thereon (by recommen. dation of an Application for Payment or otherwise). ENGI- N EER' s written decisions thereon will be final and binding I upon OWNER and CONTRACfOR. unless. within ten days after the date of any such decision. either OWNER or CON- TRACTOR delivers to the other party to the Agreement and I to ENGINEER wrinen notice of intention to appeal from such a decision, D,cisiDru 011 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 performance and furnishing of the Work and claims under Articles II 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 thiny days) after the occurrence of the event giving rise thereto. and written supporting data will be submiued 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 9.1 I. ENGINEER will not show par- tiality to OWNER or CONTRACfOR 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 making or acceptance of final pay- ment as provided in paragraph 14.16) will be a condition precedent to .any exercise by OWNER or CONTRACfOR 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 mauer. Limilluioru on ENGINEER's Resporuibilili,s: 9.13. Neither ENGINEER's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR. any Sub- contractor. any Supplier. or any other person or organization performing 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 import are used. or the adjectives "reasonable", "suitable'., "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement. direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement. direction. review or judgment will be 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 the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.15 or 9.16. I I 9.15. ENGINEER will not be responsible for CON- TRACTOR '5 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 not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor. any Supplier. or of any other person or organization performing or furnishing any of the Work. I ARTICLE IO-CHANGES IN THE WORK I I 10.1. Without invalidating the Agreement and without notice to any surety. OWNER may. at any time or from time to time. order additions. deletions or revisions in the Work: these will be authorized by a Written Amendment. a Change Order. or a Work Directive Change. Upon receipt of any such document. CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). I I 10.:!. ffOWNER and CONTRACTOR are unable to agree as to the extent. if any. of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directiv~ Change. a claim may be made therefor as provided in Article. 11 or Article I:!. I I 10.3. CONTRACTOR shall not be entitled to an increase: in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended. modified and supple- mented as provided in paragraphs 3.4 and 3.5. except in the case of an emergency as provided in paragraph 6.:!1 and except in lhe case of uncovering Work as provided in para- graph 13.9. I I lOA. OWN ER and CONTRACTOR shall execute appro- priate Change Orders (or Written Amendments) covering: I 10A.I. changes in the Work which are ordered by OWNER pursuant to paragraph 10.1. are required because vf acceplance vI' J(~fi!('r;\'e Work under paragrapn 13, I.; llr correcting J</ecril'f' Work under paragraph 13 ,I~. vr are :.Igreed (0 by the parties: I I lOA.:!. changes in the Contract Price or Contract Time which are agreed to hv the parties: and I 10.4.3. changes in the Contract Price or Contract Time which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9.11: provided that. in lieu of executing any such Change Order. an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal. CON- TRACTOR shall carry on the Work and adhere to the prog- ress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract DocumenlS (including: but not limited to. Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety. the giving of any such notice will be CONTRAC- TOR's responsibility. and the amount of each applicable Bond will be adjusted accordingly. ARTICLE II-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compen- sation (subject to authorized adjustments) payable to CON- TRACTOR for performing the Work. All duties. responsibil- ities and obligations assigned to or undenaken by CON- TRACTOR shall be at his expense without change in the Contract Price. 11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to ENGINEER promptly (but in no event later than thirty days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time [0 ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct. indirect and con- sequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by ENGINEER in accor- dance with paragraph 9.11 if OWNER and CONTRACTOR cannOl olherwise acree on lhe amount involved. No claim for an adjustment i~ the Contract Price will be valid if not submitted in accordance with this paragraph II.:!. 11.3. The value of anv Work covered by a Change Order or of any claim for an in'crease or decrease in the Contract Price shall be determined in one of the following ways: 11.3.1. Where the Work involved is covered by ur;' prices contained in the Contract Documents. by applica- tion of unit prices 10 the quantities of the ilems involved (subject to the provisions of paragraphs 11.9. I. lhrough 1/.9.3. inclusive], 21 I I 11..3.2. By mutual 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- I mined as provided in paragraphs 11.4 and 11.5) plus a CONTRACTOR's Fee for overhead and profit (deter- . mined as provided in paragraphs 11.6 and 11.7). I Cost of the Work: 11.4. The term Cost of the Work means the sum of all I costs necessarily incurred and paid by CONTRACTOR in the proper performance 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 I the Project. shall include only the following items and shall not include any of the costs itemized in paragraph 11.5: I 11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schedules of job classifications agreed upon by OWNER I and CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be apponioned on the basis of their time spent on the Work. Payroll costs shaH include. but not be limited to, salaries and wages I plus the cost of fringe benefits which shall include social security contributions. unemployment. excise and payroll taxes, workers' or workmen' s compensation, health and retirement benefits, bonuses. sick leave, vacation and hal- I iday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours. on Satur- day, Sunday or legal holidays, shall be included in the I above to the extent authorized by OWNER. 11.4.2. Cost of all materials and equipment furnished I and incorporated in the Work. including costs of trans- ponation and storage thereof. and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits funds I with CONTRACTOR with which to make payments, in which case the cash discounts shall accrue to OWNER. All trade discounts. rebates and refunds and all returns from sale of surplus materials and equipment shall accrue I to OWNER. and CONTRACTOR shall make provisions so that they may be oblained. 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- I TRACTOR and shall deliver such bids to OWNER who will the" tietermine. with the advice ofENGlNEER. which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the I 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 22 to the other provisions of the Contract Documents insofar as applicable. . 11.4.4. Costs of special consultants (including but not limited to "engineers. architects. testing laboratories. sur- veyors, attorneys and accountants) employed for services specifically related to the Work. 11.4.5. Supplemental costs including the following: 11.4.5.1. The proponion of necessary transpona- tion. travel and subsistence expenses of CONTRAC- TOR's employees incurred in discharge of duties con- nected with the Work. 11.4.5.:!. Cost. including transponation and main- tenance. of all materials. supplies. equipment. machin- ery, appliances. office and temporary facilities at the site and hand tools not owned by the workers. which are consumed in the performance of the Work. and cost less maricet value of such items used but nOl consumed which remain the propeny of CONTRACTOR. 11.4.5.3. Rcntals ofall 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 transponation. loading, unloading, installation. dismantling and removal thereof-all in accordance with tcrms of said rental agreements. The rental of any such cquipment. machin- ery or parts shall cease when the use thereofis no longer necessary for the Work. 11.4.5.4. Sales. consumer. use or similar taXes related to the Work. and for which CONTRACTOR is liable. imposed by Laws and Regulations. 11.4.5.5. Deposits lost for causes othcr 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 expenscs). not compensated by insurance or othcrwisc. 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 rcsulted 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 thcm may be liablc. 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 I I requires reconstruction and CONTRACTOR is placed in charge thereof. CONTRACTOR shall be paid for services a fee proportionate to that stated in paragraph 11.6.2. I I 11.4.5.7. The cost of utilities. fuel and sanitary facilities at the site. I 11.4.5.8. Minor expenses such as telegrams. long distance telephone calls. telephone service at the site. expressage and similar petty cash items in connection with the Work. I 11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by OWNER in accordance with paragraph 5.9. I 11.5. The term Cost of the Work shall not include any of the following: I 11.5.1. Payroll costs and other compensation of CON- TRACTOR's officers. executives. principals (of partner- ship and sole proprietorships I. general managers. engi- neers. architects. estimators. attorneys. auditors. accoun- tants, purchasing and contracting agents. expeditors. timekeepers. clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRAC- TOR's principal or a branch office for general administra- tion of the Work and not specifically included in the agreed upon schedule of job classifications referred to in para- graph 11.4. I or specifically covered by paragraph 11.4.4- all of which are to be considered administrative costs covered by the CONTRACTOR's Fee. I I I I 11.5.2. Expenses l~f CONTRACTOR's principal and branch offices other than CONTRACTOR's office at the ~ite. 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 of premiums for all Bonds and for all insurance whether or not CONTRACTOR is required by the Contract Documents to purchase and maintain the ,ame lexcept for the cost of premiums covered by sub- paragraph 11,4.5.9 above). I I 11.5.5. Costs due to the negligeOl.:e of CONTRAC- TOR. any Subcontr:Ktor. or anyone directly or indirectl\. employed r.y any of i;,.:m or lor who'e acts any of them may be lial'lle ir,.;I'.lding but not limited to. the correction of dt:'/;.( ;:. '..."r~. Jispos,t1 .'f' m:.Heriah Ill' equipment wrongly ~1I, "! ;', .: ...,akil1!! good any damage to prop- erty, I I 11.5.6. Other overhead lJr general ~xpens~ costs o( any kind and the ellsts of any item not specifically and ~'pressl\' il1~luded 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 Cost of the Work: 11.6.2.1. for costs incurred under paragraphs 11.4. I and 11.4.2. the CONTRACTOR's Fee shall be fifteen percent: 11.6.2.2. for costs incurred under paragraph 11.4.3. the CONTRACTOR's Fee shall be f.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 to be allowed by CONTRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in CONTRAC- TOR's Fee by an amount equal to ten percent of the net decrease: and 11.6.2.5. when both additions and credits are involved in anyone change. the adjustment in CON- TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1 thro.Jgh 11.6.2.4. inclusive. II. i. Whenever the cost of any Work is [lJ be determined pursuant to paragraph 11.4 or 11.5. CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown together with supporting data. Cash A//owances: 11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documents and shall caus~ the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of the allowances as may be acceptable to ENGI- NEER. CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CON- TRACTOR (less any applicable trade discounts) of mate- rials and equipment required bv the allowances to be deliv- ered at the sileo and all applicable laxes: and 11.8.2. CONTRACTOR's costs for unloading and handling on the site, lahor. installation costs. overhead. profit and other expenses contemplated for the allowances have been incluued in Ihe Conlract Price and not in the 23 I I allowances. No demand for additional payment on account of any thereof will be valid. I Prior to final payment. an appro"priate Change Order will be issued as recommended by ENGINEER to reflect actual I amounts due CONTRACTOR on account of Work covered by allowances. and the Contract Price shall be correspond- ingly adjusted. I Unit Pme Work: 11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work. initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately 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 are 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 classifications of Unit Price Work performed by CONTRACTOR y,'ill 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 CONTRACTOR's overhead and profit for each sep- arately identified item. I I 11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof. CON- TRACTOR may make a claim for an increase in the Con- tract Price in accordance with Anicle II if the parties arc: unable to agree as to the amount of any such increase. I I I ARTICLE 12-CHANGE OF CONTRACT TIME 12.1. The Contract Tune may only be changed by a Change I Order or a Written Amendment. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered by the party making the claim to the other I 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 ex tent of the claim with supporting data shall be deli v- I ered within sixty days after such occurrence lunless ENGI- NEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accom. panied by the claimant' s written statement that the adjust- I ment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time I shall be determined by ENGINEER in accordance with para- graph 9.11 if OWNER and CONTRACTOR cannot otberwise agree. No claim for an adjustment in the Contract Time will be valid if not submitted in accordance with the requirements of this paragraph 12.1. 12.2. The ContraCt Time will be extended in an amount equal to time lost due to delays beyond the control of CON- TRACTOR if a claim is made therefor as provided in para- graph 12.1. Such delays shall include. but not be limited to. acts or neglect by OWNER or others performing additional work as contemplated by Article 7. or to fires. 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 Wamznty arui GUIII'D1IUe: 13.1. CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work will be in accor- dance with the Comract 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. Accas III Work: 13.2. ENGINEER and ENGINE-ER.s representatives. either 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 tuUi Inspections: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections. tests or approvals. 1 '..4." If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected. tested or approved. CONTRACTOR shall assume full responsibility therefor. pay all costs in connection therewith and furnish ENGINEER the required certificates oiinspection. testing or approval. CONTRACTOR shall also 24 I I be responsible for and shall pay all costs in connection with any inspection or testing required in connection with OWN. ER's or ENGINEER:s acceptance of a Supplier of materials or equipment proposed to be incorporated in the Work. or of materials or equipment submitted for approval prior to CbN. TRACTOR's purchase thereoffor incorporation in the Work. The cost of all inspections. tests and approvals in addition to the above which are required by the Contract Documents shall be paid by OWNER (unless otherwise specified l. I I I 13.5. All inspections. tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by ENGI(\jEER if so specified). I I 13.6. If any Work (including the work of others I that is to be inspected. tested or approved is covered without written concurrence of ENGINEER. it must. if requested by ENGI- NEER. be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given ENGINEER timely notice ofCONTRACTOR's inten- tion to cover the same and ENGINEER has not acted with reasonable promptness in response to such notice. I I 13.7. Neither observations by ENGINEER nor inspec- tions. tests or approvals by others shall relieve CONTRAC- TOR from CONTRACTOR's obligations to perfonn the Work in accordance with the Contract Documents. I I Uncovering Work: 13.8. Ifany Work is covered contrary to the written request of ENGINEER. it must. if requested by ENGI~EER. be uncovered for ENGINEER's observation and rc:placed at CONTRACTOR's expense. I I 13.9. If E:-.lGINEER considers it necessarv or advisable that covered Work be observed by ENGINEER or inspected or tested by Others. CONTRACTOR. at ENGINEER's request. shall uncover. expose or otherwise make available for observation. inspection ~r testing as ENGI~EER may require. that ponion of the Work in question. furnishing all necessary labor. material and equipment. If it is found that such Work is d~ti:('ril'l'. CONTRACTOR shall bear all direct. indirect ;md ..:onsequential costS ot such uncovering. expo- sure. observation. inspection and testing and of satisfactory reconstruction. \ inc1udi",~ but not limited to fees and chanzes of engineers. architects. ~llorneys and other professionaisl. and OW;-.I ER shall be enlitfeuto an appropriate Je..:rease in (he Contract Price. and. if the parties are unable tl) agree as [0 the amount thereof. may make a claim therefor as provided 10 Am..:!.: II. If. hll\\ C\ a. ,Ul:n \'v'L1i"K I~ no( [\'\unu to be de.f(.(.til'{'. CO\TRACTOR ,hall be allowed an in..:rease in Ihe C,lntral:l Pn.._ .:. ..,j c:\;..:nsilln or' the: Contra..:t Time. l'r bOlh. Jir~~tl~ atllwutabk Iv such un..:overing. t:\pOSllre. observation. inspection. testing and re~onstructi\')n: and. if tht: parties art: unable tu agree as tll the amount llr e\tent I I I I I I thereof. CONTRACTOR may make a claim therefor as pro- vided in Articles II and 12. Owner May SlOp Ihe Work: 13.10. -I[the Work is defecrive. or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment. or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents. OWNER may order CONTRACTOR to s~op the Work. or any portion thereof. until the cause for such order has been eliminated: however.. this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. CorrtctWn or Removal of Defective Work: 13.11. If required by ENGINEER. CONTRACTOR shall promptly, as directed. either correct all defecril'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. indirect and consequential costs of such correction or removal (including but not limited to fees and charges of engineers. architects. attorneys and other profes- sionals) made necessary thereby. Ont! YearCorreclion Period: 13.12. If within one year after the date of Substantial Completion or such longer period of time as may be pre- scribed by Laws or Regulations or by the terms of any appli- cable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents. anv Work is found to be de.fecril'e. CONTRACTOR shall promptly. without cost to OWNER and in accordance with OWNER's written instructions. either correct such defecril'e Work. or. if it has been rejected by OWNER. remove it from the site and replace it with nondefectil'e Work. If CONTRACTOR does not promptly comply with the terms of such instructions. or in an emergency where delay would cause serious risk of loss or damage. OWNER may have the defectil'e Work cor- rected or the rejected Work removed and replaced. and all direct. indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers. architects. allorne:ys and other professionals) will be paid by CONTRACTOR. In special circumstances \\'here a particular item of equipment is placed in continuous service before Substantial Completion of all the Work. the correction period for that item may start to run from an e:arlier date if so provided in the Spe:citic:!tions or by Wrillen Amendment. .-tc:ceptance of Defectil'e Work.' 13; 13. If. instead of requ;"; Ig correction or removal and replacement of ddI'Clil'l' Wurk. OWNER land. prior to ENGIN EER's recommendation of final payment. also ENGINEER) prefers toaccept it. OWNER maydo so. CON- TRACTOR shall be~lr all Jire:cl. indirect and consequential 15 I I costs atuibutable to OWNER's evaluation of and determi- nation to accept such defective Work (such costs to be approved by ENGINEER as to reasonableness and to include but not be limited to fees and charges. of engineers. architects. attor- neys and other professionals), If any such acceptance occurs prior to ENGINEER's recommendation of final payment. 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 parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by CONTRACTOR to OWNER. I I I I OWNER May Correct Defective Work: I 13.14. If CONTRACTOR fails within a reasonable time after written notice of ENGINEER to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by ENGINEER in accordance with para- graph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents. or if CON- TRACTOR fails to comply with any other provision of the Contract Documents. OWNER may, after seven days' writ- ten notice to CONTRACTOR. correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph OWNER shall proceed expeditiously. To the extent necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of me 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 enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and con- sequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to reasonableness by ENGINEER. and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and OWNER shall be entitled to an appropriate decrease in the Contract Price. and. if the parties are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Article II. 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 Schedule of Values: 14.1. The schedule of values established as provided in paragraph 2.9 will serve as the basis for progress payments and will be incorporated into a form of Application for Pay- ment acceptable to ENGINEER. Progress payments on account of Unit Price Work will be based on the number of units completed. Application for Progress Paymem: 14.2. At least twenty days before each progress payment is scheduled (but not more often than once a month). CON- TRACTOR shall submit to ENGINEER for review an Appli- cation for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 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 OW1':1ER has received' the materials and equipment free and clear of all liens. charges. security interests and encumbrances (which are hereinafter in these General Conditions referred to as "Liens"Y, and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect OWNER's interest therein. all of which will be sat- isfactory to OWNER. The amount of. retainage with respect to progress payments will be as stipulated in the Agreement. CONTRACTOR's Warranty of Title: 14.3. CONTRACTOR warrants and guarantees that title to all Work. materials and equipment covered by any Appli- cation for Payment. whether incorporated in the Project or not. will pass to OWNER no later than the time of payment free and clear of all Liens. Review of Applications for Progress Payment: 14.4. ENGINEER will. within ten days after receipt of each Application for Payment. either indicate in writing a recommendation of payment and present the Application to OWNER. or return the Application to CONTRACTOR indi- cating in writing ENGINEER's reasons for refusing to rec- ommend payment. In the latter case. CONTRACTOR may make the necessary corrections and resubmit the Applica- tion, Ten days after presentation of the Application for Pay- ment with ENGINEER's recommendation. the amount rec- ommended will (subject to the provisions of the last sentence ofPanlsraPh 14.7) become due and when due will be paid by OWNER to CONTRACTOR. (In accordance with the Georgia Prompt Pay Act ) 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a 26 I I representation by ENGINEER to OWNER. based on ENGI- NEER's on-site observations of the Work in progress as an experienced and qualified design professional and on ENGI- NEER's review of the Application for Payment and the accompanying. data and schedules that the Work has pro- gressed to the point indicated: that. to the best of ENGI- NEER's knowledge. information and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion. to the results of any .subsequent tests called for in the Contract Documents. to a final determination of quamities and classifications for Unit Price Work under paragraph 9.10. and to any other qualifi- cations stated in the recommendation I: and that CONTRAC. TOR is entitled to payment of the amount recommended. However. by recommending any such payment ENGINEER will not thereby be deemed to have represented that exhaus- tive or continuous on-site inspections have been made to check the quality or the quamity of the Work beyond the responsibilities specitically assigned to ENGINEER in the Contract Documents or that there may not be other matters or issues between the parties that might entitle CONTRAC- TOR to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR. I I I I I I I 14.6. ENGINE~R's recommendation of final payment will constitute an additional representation by ENGINEER to OWNER that the conditions precedent to CONTRAC- TOR's being entitled to final payment as set forth in paragraph 14.13 have been fulfilled. I I 14.7. ENGINEER may refuse to recommend the whole or any part of any payment if. in ENGINEER's opinion. it would be incorrect to make such representations to OWNER. ENGINEER may also refuse to recommend any such pay- ment. or. because of subsequently discovered evidence or the results of subsequent inspections or tests. nullify any such payment previously recommended. to such extent as may be necessary in ENGINEER's opinion to protect OWNER from loss because: I I 14.7.1. the Work is defectil'e. or completed Work has been damage? requiring correction or replacement. I 14.7.2. the Contract Price has been reduced by Writ- ten Amendment or Change Order. I 14.7.3. OWNER has been required to correct dl!.f{'(", ri,'e Work or complete Work in accordance with paragraph 13,14. or I 14.iA. ot" ENGINEER's actual knowledge of [he occurrence of any of the events enumerated in paragraphs 15.~.lthrough 15.~.9 inclusive. I OWNER may refuse to make payment of the full amount recommended by ENGINEER because claims have been made agamst O\VN ER on account or" CONTRACTOR's per- formance or furnishing of the Work or Liens have been filed in connection with the Work or there are other items entitling I I OWNER to a set-off against the amount recommended. but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action. Subst/lnti4i 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) and 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 ENGINEER does not con- sider the Work substantially complete. ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or cor- rected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If. after considering such objec- tions. ENGINEER concludes that the Work is not substan- tially complete. ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing. stating the reasons therefor. If. after consideration of OWNER's objections. ENGINEER considers the Work substantially complete. ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be com. pleted or corrected) reflecting such changes from the tentative certificate as ENGIN EER believes justified after consider- ation of any objections from OWN ER. At the time of delivery of the tentative certificate of Substantial Completion ENG 1- NEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security. operation. safety. maintenance. heat. utilities. insurance and warranties. Unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to ENGINEER's issuing the definitive certificate of Substantial Completion. ENG IN EER' s alore. said recommendation will be binding on OWNER and CON- TRACTOR until final payment. 14.9. OWNER shall have the right to exclude CON- TRACTOR from the Work after the date of Substantial Com- pletion. but OWNER shall allow CONTRACTOR reasonable ~lccess to complett: llr Currec[ items lln the tentative lis!. Partial Cti!i:;ation: 14.10. Use by OWNER of any finished part of the Work. which has specificall~' b~.:n identified in [he Contract Docu- 27 I I ments. or which OWNER. ENGINEER and CONTRAC- TOR agree constitutes a separately functioning and useable part of the Work that can be used by OWNER without sig- nificant interference with CONTRACTOR's performance of the.remainder of the Work. may 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 part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CON- TRACTOR agrees. CONTRACTOR will certi[ytoOWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion. for that pan of the Work. CON- TRACTOR at any time may notify OWNER and ENGI- NEER in writing that 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 time after either such request. OWNER. CONTRACTOR and ENGINEER shall make an inspec- tion of that pan of the Work to determine its $latus of completion. If ENGINEER does not consider that pan of the Work to be substantially complete. ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete. the provisions of para- graphs 14.8 and 14.9 will apply with respectto certification 'of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. I I I I I I I 14.10.!. OWNER may at any time request CON- TRACTOR in writing to permit OWNER to take over operation of any such part of the Work although it is not 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 dctcrminc its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final paymcnt. 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 ofilems to be completed or corrected and will deliver such list to OWNER and CONTRACTOR togethcr with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security. operation. safety. maintenance. utilities. insur- ance. warranties and guarantees for that pan of the Work which will become binding upon OWNER and CON- TRACTOR at the time when OWNER takes over such operatlon (unless they shall have otherwise agreed in writ- ing and so informed ENGINEER). [;..ring such operation and prior to Substantial Completion of such pan of the Work. OWNER shall allow CONTRACTOR reasonable access to complete 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 part of the Work will be accomplished prior to compliance with the requirementS of paragraph 5.15 in respect of property insurance. FiMIlnspectiDn: 14.11. Upon written notice from CONTRACTORthat 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. FiMl App/icDlion 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 receipt~ 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 OWNERorOWNER's propcrty 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. Fitud 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 the Contract Documents. ENGINEER is satisfied that the Work has been completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. ENGI- NEER will. withm ten days after receipt of the iinal Appli- cation for Payment. indicate in writing ENGINEER's rec- ommendation of payment and present the Application to OWNER for payment. Thereupon ENGINEER will give wrinen 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 and accompanying documentation. in appropri- ate form and substance. and with ENGINEER's recommen- dation and notice of acceptability. the amount recommended by ENGIN EER will become due and will be paid by OWNER to CONTRACTOR. (In accordance with the Georgia Prompt Pay Act). 14.14. If, through no fault of CONTRACTOR. final com- pletion of the Work is significantly delayed and if ENGI- NEER so confirms, OWNER shall. upon receipt of CON- TRACTOR's final Application for Payment and recommen- dation of ENGINEER. and without terminating the Agree- ment. make payment of the balance due for that portion of the Work fully completed and accepted, If the remaining balance to be held by OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Agree. ment. and if Bonds have been furnished as required in para- graph 5.1. the written consent of the surety to the payment of the balance due for that portion of the Work fully com- pleted and accepted shall be submitted by CONTRACTOR to ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions g~v- erning final payment. except that it shall not constitute a waiver of claims. I I I I I 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 occupancy of the Work or any part thereof by OWNER. nor any act of acceptance by OWNER nor any failure to do so. nor any review and approval of a Shop Drawing or sample submission. nor the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13. nor any correction of defective Work by OWNER will con- stitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obli- gation to perform the Work in accordance with the Contract Documents (except as provided in paragraph 14.161. I I I I I Wah'er of Claims: 1~,16. The making and acceptance of final payment will constitute: I 1~.16.1. a waiver of all claims by OWNER against CO;--iTRACTOR. except claims arising from unsettled Liens. from Je/L'eri\'(' Work appearing after tinal inspec. tilln pursuant to paragraph 14./1 or from failure tll comply with the: Contract Documents or the terms of any special guarantees specified therein: howeve:r. it will nllt consti- tute a waiver hy OWNER of uny rights in respect llf I I I CONTRACTOR's continuing obligations under the Con- tract Documents: and 14.16.2. a waiver of all claims by CONTRACTOR against OWNER other than those previously made in writ- ing and still unsettled. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION Owner May Suspend Work: 15.1. OWNER may. at any time and without cause. sus- pend the Work or any portion thereof for a period of not more than ninety days by notice in writing to CONTRACTOR and ENGINEER which will fix the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed. CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the Contract Time. or both. directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. Owner May Terminare: 15.2. Upon the occurrence of anyone or more of the following 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 state law in effect at such time relating to the bankruptcy or insolvency: [5.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or insolvency,: 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors: 15.2.4. if a trustee. receiver. custodian or agent of CONTRACTOR is appointed under applicable law or under contract. whose appointment or authority to take charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such propeny or for the purpose of general administration of such property for the benefit ofCONTRACTOR's creditors: .15.2.5. if CONTRACTOR admits in writing an inabil- ity to pay its debts generally as they become due: 15.2.6. if CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents 29 I I (including. but not limited to. failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9 as revised fr~rn 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 CONTRACTOR 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 giving 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. exclude CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools. appliances. constrUction equipment and machinery at the site and use the same 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 Work as OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the direct. indirect and consequential costs of completing the Work (including but not limited to fees and charges of engineers. architects. attor. neys and other professionals and coun and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance. CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to reasonableness by ENGINEER and incor- porated in a Change Order. but when exercising any rights or remedies under this paragraph OWNER shall not be required [0 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' written notice to CONTRAC- TOR and ENGINEER. OWNER may. without cause and without prejudice to any other right or remedy, elect to aban. don the Work and terminate the Agreement. In such case. CONTRACTOR shall be paid for all Work executed and any expense sustained plus reasonable termination expenses. which will include. but not be limited to. direct. indirect and con- sequential costs (including. but not limited to. fees and charges of engineers. architects. attorneys and other professionals and coun and arbitration costs). ConlrrU:tOr May Stop Work or TermimJu: 15.5. If. through no act or fault of CONTRACTOR. the Work is ~uspended for a period of more than ninety days by OWNER or under an order of coun or other public authority. or ENGINEER fails to act on any Application for Payment within thiny days after it is submitted. or OWNER fails for thiny days to pay CONTRACTOR any sum finally deter- mined to be due. then CONTRACTOR may. upon seven days' written notice to OWNER and ENGINEER. terminate the Agreement and recover from OWNER payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement. if ENGINEER has failed to act on an Appli. cation for Payment or OWNER has failed to make any pay- ment as aforesaid. CONTRACTOR may upon seven days' written notice to OWNER and ENGINEER stop the Work until payment of all amounts then due. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 6.29 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. . [The remainder of this page was left blank intentionally.) I I I 30 I I I I I I I I I I I I I I I I I I I ARTICLE l6--ARBITRATION 16.1 All claims, disputes and other matters in question betveen OWNER and CONTRACTOR arising out of, or relating to, the Contract Docu- mentsor the breaGh thereof shall be decided under Georgia Lav. 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 intentional.ly.) 32 I I ARTICLE l7-MISCELLANEOUS I Giving Notice: l7.!. Whenever any provIsion of the Contract Docu- ments requires.the giving of written notice. it will be deemed to have been validly given if delivered in person to the indi- viduaJor to a member of the firm or to an officer of the corporation for whom it is intended. or if delivered at or sent by registered or certified mail. postage prepaid. to the last business address known to the giver of the notice. I I CompUllllion ofTirM: 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 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 property because of any error, omis- I I I I I I I I I I sion or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable. claim will be made in writing to the other party within. a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall .nOL 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 the parties hereto. and. in particular 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 aU 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 particular 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 I I I I I I I I I I I I I I I I I 1.3 SUPPLEMENTARY CONDITIONS 1.1 OWNER'S LIABILITY & PROPERTY INSURANCE: Section 5.5,5.6,5,7,5.8,5.9,5.10 ofthe General Conditions shall be amended as follows: No additional liability or property insurance will be purchased by Augusta- Richmond Country for this project. Current insurance coverages will remain in effect for the life of this Contract. 1.2 CONTRACTOR'S LIABILITY: As indicated under Section 5.3 of the General Conditions, the Contractor's Liability Insurance shall be in an amount not less than $200,000 for injuries, including accidental death, to anyone person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident, and Contractor's Property Damage Insurance in an amount not less than $100,000 for all property damage sustained by anyone person in anyone accident; and a limit ofliability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. The contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Liability and Property Damage Insurance of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractors in his own policy. SPECIAL HAZARDS: The contractor's and his Subcontractor's Liability and Property Damage Insurance shall provide adequate protection against the following special hazards: (a) Work within the right-of-ways of the Augusta-Richmond County Road System. (b) Work within easements granted by property Owners in connection with the construction of the proj ect. (c) Work in close proximity to existing water lines, telephone lines, gas lines, other utilities and private structures contiguous to the job site SC-1 I I I I I I I I I I I I I I I I I I I 1.4 TESTING LABORATORY: All testing and laboratory work in connection therewith shall be performed by an independent firm and paid for by the contractor. Copies of all test reports shall be forwarded to Augusta Public Works and Engineering Department. There will be no separate payment for this work. 1.5 SURVEYS: The Contractor will provide surveying for construction staking, horizontal control and vertical control as necessary. 1.6 PROGRESS PAYMENT: Section 14.2 of the General Conditions shall be amended as follows: The Contractor may submit monthly estimate for work completed and materials properly stored as approved by the Engineer. When an estimate includes materials stored, a bill of sale, invoice or other documentation warranting that the Owner is receiving the material free and clear of all liens, charges, security interest and of all liens, charges, security interest and other encumbrances shall be attached to the payment request. 1.7 ENGINEER: All references to "Engineer" shall be interpreted to mean the Director of Public Works and Engineering, or his official designee. 1.8 UNDERGROUND UTILITIES: (References 4.3, 104,3.2) The Contractor shall coordinate with all utility companies through the "One Call" method or other appropriate steps to locate and avoid damage to all utilities that may affect or be affected by the Contractor's work. 1.9 SAFETY: (Reference 6.20) The Contractor shall use certified flagmen, barricades and signs as necessary to notify the public, in particular, those persons driving in the vicinity ofthe project, ofthe construction and its affect on traffic. SC-2 . SEP-26-2003 12: 03 ARC PURCHASING P.04/08 Or;~ l-lV~ J I' I I I I I I I I I I I I I I I I I I SECTION P PROPOSAL Date: oc:tobr 2; 2'003 ./ Gentlemen: In compliance with your invitation for bids dated 6 / ZB , 2003, the undersigned hereby proposed to furnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements, and appurtenances referred to herein as: WARREN ROAD IMPROVEMENTS Project Number: 323-04-296823314 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: ()rJFj1,//;~ etj V ~ UN) rJffi,~tJ f I ~ei/";"s~ -fwo ) .uI..J IihL:p~JJ 1~//d(J DOLLARS ($ 1;f33~Zf;)s kro ) 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 in accordance with the contract. The undersigned acknowledges receipt of the following addenda: :1) 2/3 . Respectfully submitte~ j Q / Mc...bv.s. BroS ~g . .. /rJC. (Name of Firm) I / + 0Zo I'1D(~ Povtd d /tv::;vs~GA ~;)() J (Busin~ ress) By. -;1~~~~~ Title: Pres/elf? nf P-l Rev: 9/11/03 1 SEP-26-2003 12:03 QRC PURCHASING P,05/08 )1. Revised 9-23-03 WARREN ROAD IMPROVEMENTS I Project Number: 323-04-296823314 I 150-XXXX OFF DUTY POLICE OFFICER HR 300 $15.00 $4,500.00 .1 150-1000 TRAFFIC CONTROL LS 171-0010 TEMPORARY SILT FENCE TYPE A LF 1500 I 171-0030 TEMPORARY SILT FENCE TYPE C LF 500 3.otJ / 500. (){) :1 207-0203 FOUND BKFILL. MTL, TP 2 CY 1200 /3.1;- o /40.00 210-0200 GRADING MOD FlED INCL. HAUL LM 150. tJoo , 00 /50 tJtJtJ.tJj .1 230-1000 LUMP SUM CONSTRUCTION LS GR. AGGR. BASE CRS, 6 INCH, INCL. 310-5060 MATl T 1200 il RECYCLED ASPH CONC. 19 MM 402-0111 SUPERPAVE, GP 1 OR 2, T 600 RECYCLED ASPH CONC. LEVELING 402-1812 INCL. BITUM MATL & H LIME H MIX T 900 I RECYCLED ASPH CONC. 9.5 MM SUPERPAVE, GP 2 ONLY INCL BUTUM 5G. 75 ~.ItO 100 402-3131 MATL & H LIME T 400 I RECYCLED ASPH CONG, 12.5 MM SUPERPAVE, GP 2, ONLY INCL BITUM X,Zo 5/ /50, {)() 402-3141 MATL & H LIME T 1375 RECYCLED ASPH CONC. 25 MM I SUPERPAVE, GP 1 OR 2 INCL. SITUM 40.00 40 ZDO.67J 402-3250 MATL & H LIME T 1200 1 41 3-1 000 SITUM TACK COAT GAL 1600 j,OD /'{PCiJ,6V MILL ASPH CONGo PVMT, VARIABLE 432-5010 DEPTH SY 4000 I 441-0014 DRIVEWA Y CONCRETE 4 IN. SY 1400 441-0016 DRIVEWAY CONCRETE 6 IN. SY 500 I 441-0104 CONC. SIDEWALK, 4 IN SY 6300 441-0300 CONCRETE FLUME, TP. A EA 4 I 441-5002 CONC. HEADER CURB 6 IN TP 2 LF 300 CONC, CURB & GUTTER, 6 IN X 30 IN. 441-6022 TP 2 LF 10500 500-3201 CLASS B CONCRETE, RETAINING WALL CY 350 CLASS A CONCRETE, INCLUDING 500-3800 REINFORCING STEEL CY 350 1 P-2 I 1 SEP-26-2003 12:03 ClRC PURCHASING P.06/08 .1 . . Revised 9-23-03 WARREN ROAD IMPROVEMENTS I Project Number: 323-04-296823314 I CLASS B CONC., BASE OR PVMT. 500-9999 WIDENING CY 400 I 550-1150 STORM DRAIN PIPE. 15 IN.. H 1-10 RCP LF 400 ) 5. 72 I 550-1180 STORM DRAIN PIPE 181N. H 1-10 RCP LF 1600 J8.fjb ~ 33 .QO 550-1240 STORM DRAIN PIPE 24 IN. H 1-10 RCP LF 1000 24.5' Z4. ~(). fJ7) I 550-1300 STORM DRAIN PIPE, 30 IN. H 1-10 RCP LF 2511 3203 8 DO ,50 550-1360 STORM DRAIN PIPE, 36 IN.. H 1-10 RCP LF 100 I 550-1480 STORM DRAIN PIPE 48 IN.. H 1-10 RCP LF 480 I 550-1600 STORM DRAIN PIPE 60 IN H 1-10 RCP LF 800 550-2150 SIDE DRAIN PIPE 15 IN H 1-10 RCP LF 250 .3 930. CD I FLARED END SECTION 15 IN, STORM / D4Z, tJO 550-4215 DRAIN EA 4 FLARED END SECTION 18 IN, STORM 0o~, :JZ) I 550-4218 DRAIN EA 3 603-2018 STONE DUMPED RIP RAP TP 1 18 IN. SY 100 I 603-2997 FIL TER BLANKET SY 100 HIGHWAY SIGN, TP 1 MATL, REFL 636-1014 SHEETING TP 1 SF 250 I 636-2010 GALV. STEEL POSTS, TP. 1 LF 150 *647-1000 TRAFFIC SIGNAL INSTALLATION NO.1 LS I .*647-1000 TRAFFIC SIGNAL INSTALLATION No.2 LS THERMOPLASTIC PVMT MARKING, 653~0120 ARROW TP 2 EA 14 50 . (l{) THERMOPLASTIC PVMT MARKING, 653-0130 ARROW TP 3 EA 2 THERMOPLASTIC SOLID TRAF STRIPE, 653-1501 5 IN, WHITE LF 2000 THERMOPLASTIC SOLID TRAF STRIPE, 653-1502 5 IN YELLOW LF 12 600 THERMOPLASTIC SOLID TRAF STRIPE, 653-1704 24 IN WHITE LF 250 THERMOPLASTIC SKIP TRAF STRIPE, 8 653-1804 IN WHITE LF 500 THERMOPLASTIC SKIP TRAF STRIPE, 5 653-3502 IN YELLOW LF 9000 P-3 I I SEP-26-2003 12:04 ORC PURCHASING P.07/08 I I I I I I I I I I I I I I I I I I I Revised 9-23-03 WARREN ROAD IMPROVEMENTS Project Number: 323-04-296823314 668-1100 CATCH BASIN, GP 1 EA 668-1200 CATCH BASIN GP 2 EA CATCH BASIN, GP 2, ADDITIONAL 688-1210 DEPTH LF 668-2100 DROP INLET GP 1 EA 668-2200 DROP INLET GP 2 EA 668-4300 STORM SEWER MANHOLE. TP 'j EA 668-4400 STORM SEWER MANHOLE, TP 2 EA STORM SEWER MANHOLE, TP 2, ADDL 668-4411 DEPTH CL 1 LF 668-5000 JUNCTION BOX EA 668-5005 JUNCTION BOX, SPECIAL DESIGN #1 EA 668-5005A JUNCTION BOX, SPECIAL DESIGN #2 EA 668-5008 JUNCTION BOX, SPECIAL DESIGN #3 EA 668-7015 DRAIN INLET 15 IN. BOX TYPE EA 700-0200 GRASSING (3 ACRES) LS ROADWAY SU8TOT AL 37 6 25 11 4 4 2 20 2 8 P-4 I SEP-26-2003 12:05 o~C PURCHASING P.08/08 Revised 9-23-03 WARREN ROAD IMPROVEMENTS I Project Number: 323-04-296823314 I 230-1000 LUMP SUM CONSTRUCTION LS 1 E)COO, 5a>O.QO I 611-8140 ADJUST WATER VALVE BOX TO GRADE EA 12 7t ,0() 8~,OD 660-0006 SAN. SEWER PIPE. 6 IN. PVC LF 250 /6,/~ 3797.50 I 660-0008 SAN. SEWER PIPE, 8 IN. PVC LF 3700 /8,/ () (; & t)7tJ. 66 I 668-3300 SAN. SEWER MANHOLE, TP 1 EA 20 0/5@ /83co,6[) SAN. SEWER MANHOLE, TP 1 ADDL / 23. 50 668-3311 DEPTH CL 1 OVER 6 FT. LF 20 '24-70.to I 670-1020 WATER MAIN, 2 IN LF 235 ~.(p3 /656,05 I 670-1100 WATER MAIN, 10 IN LF 250 /7-44 4 3GO, CJlJ /03'fD) 1/~.o4 670-2100 GATE VALVE, 10 IN EA 4 I 670-9710 RELOCA TE EXIST FIRE HYDRANT EA 4 4 - .(J(J /,8CO,CQ RELOCATE EXIST WATER VALVE, INCL. 800. 07J 3224. I 670-9720 BOX EA 4 RELOCATE EXIST METER VALVE, INCL. 170. tJ7J [35(),uu 670-9730 BOX EA 5 I ADJUST EXISTING WATER METER. 670-9800 INCLUDING BOX EA 30 '300. Db Q .OV ADJUST EXISTING WATER LINE, 6 IN. 3Z, &'0 ~6 I 670-9906 HOR. AND/ OR VERT. LF 200 ADJUST EXISTING WATER LINE 8 IN #,55 9/0. 6D 670-9908 HOR. AND/OR VERT. LF 200 I ADJUST EXISTING WATER L1NE,10 IN ~2 If.., /8 &48. ():) 670-9910 HOR. AND/OR VERT. LF 300 UTILITY WORK SUBTOTAL $ J sc, g83 _5-' I CONTRACT GRAND TOTAL $/ B3~ Z.5i8.~', I I All ITEMS ON THIS PAGE ARE AUGUSTA UTILITIES ITEMS I I P.5 I TOTRL P.08 :1. I 1 1 I I I 1 I I 1 I I 1 I 1 I I I LUlvIP SUN! CONSTRUCTION NOTE: List all Lump Sum Construction items in detail .with associated costs. Failure to provide this may disqualify the bid. ITEM COST $ 13, 4 C(). O{J I 1) Be, riA 2) (' 1,,-"\v;"(J 4: C;; r,J kh I ~ j 3) S+C\. k '1 rl5 $ 3~OCO.Ou $ 35;000.00 / 4) ferYJo(JrlI,} Il-eJlfs: ~'; ~';' Asf/'j &1 f/~b $ eX. %r;vf II~ 4: 5f,vcivtt::;S; efc..) 5) Ke((70\tfo-rAJju(::JJi-ef\f.s:(ie: 5tq~3, fYJerlt1r~Js/ $ V'O\! v€ Boxes} Jvl~hc:/e51 ~CQ5 J ;'0.< ( ) 6) /VI 06, J / rO\-it~ 37 SCO ~r50 / 33,42).50 / $ ZZ, 9:?~ tJD / 7) $ 8) $ 9) $ 10) $ 11) $ 12) $ 13) $ 14) $ P-6 , :1 1 1 I I 1 1 I 1 1 1 1 I 1 1 I I 1 I LUMP SUM CONSTRUCTION 15) 16) 17) 18) 19) 20) 21) 22) 23) 24) 25) 26) 27) 28) TOTAL LUMP SUlYI AlVIOUNT Use additional sheets if needed. P-7 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ )77,5/6.50 , I I I I I I I I I I , I I I I 1 I I I 1 GENERAL NOTES MASTER COPY REVISED 3 - 06 - 03 RLC GENERAL NOTES ADJUSTING :MINOR STRUCTURES TO GRADE: This item consists of.raising or lowering the upper portion of existing manholes, water valve boxes, gas valve boxes or any other miscellaneous structures within the area of construction. There will be no separate payment for this work unless shown as a separate pay item. *Prior to any resurfacing the contractor shall identify and reference all structures so the precise locations can be determined after resurfacing. This shall be done in the company of the ARC Inspector. This shall be the first order of work where minor structures requiring adjustment are included in the. contract. AGGREGATE SURFACE COURSE: The item aggregate surface course is for use in inclement weather to facilitate the movement of local traffic along roadway construction and to permit ingress and egress at drives. When used for this purpose, Section 318, Georgia Standard Specifications, is modified to permit truck dumping on unprepared and muddy subgrade. Section 318 is further modified to permit the use of crusher run stone as described in Subsection 806.02. The Contractor will have the choice of the 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-BUILT PLANS: The Contractor shall furnish a complete, legible set of "as-built" plans, in good condition, to the Project Inspector prior to the date of the Final Inspection. Such plans shall have all significant changes marked in red, The Project Inspector shall review the marked plans for accuracy, legibility and completeness. After the Project Inspector approves and signs the redlined plans, a qualified engineering finn, selected by the contractor, shall make arrangements to obtain the original approved plans from G-1 I I I 1 1 I I I I 1 I 1 I I I I 1 I 1 the Public Wodes & Engineering Office. After originals have "as built" information incorporated, they shall be stamped and signed on the cover sheet by a registered Professional Engineer and returned to the Project fuspector for final processing. The Project Inspector shall sign the as-builts and place them in the permanent record files. There will be no separate payment unless otherwise shown. CASINGS: All steel casings being installed across any roadway and/or right-of-way shall have the joints continuously welded to obtain a watertight seal. The Contractor shall notify the Engineer when welds are ready for inspection. Welded casings backfilled without the Engineer's approval shall be uncovered for inspection at the Engineer's request. COJv1P ACTION: All compaction shall be as defined in the current edition of Georgia department of Transportation Specifications. Special attention shall be given to the backfill of minor structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction shall be achieved using approved tamps and soil layers of approximately 6 inches (loose measure) and in accordance with Georgia Department of Transportation Standards 1030-D and 1401. Backfilling operations of this nature shall not begin until the Contractor has on hand all equipment in good working condition, and competent operators. The backfilling of pipe and other minor structures shall be in accordance with Georgia Department of Transportation Standard specifications, Current Edition. Backfilling with sand using jetting and/or flooding will not be allowed in any case without the written permission of the Engineer. NOTE: When sand and jetting/flooding method is used the warranty for the backfilled area is extended from 12 months to 24 months. A plan for the jetting/flooding shall be submitted at the PreConstruction Conference. CONCRETE: The Contractor shall have a slump cone on the project at all times when concrete is being placed. He shall, in the Engineer's presence, perform slump tests as directed by the Engineer. Tests shall be performed by qualified personnel with a properly cleaned slump cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 lbs. Cement per cubic yard. Class "B" concrete shall have a minimum of 470 lbs. Cement per cubic yard. Concrete not meeting these requirements will be rejected by the Engineer. NOTE: No concrete shall be placed until all required equipment such as slump cone, curing compound and dispensor, etc., all in good working condition, are on the site. Inspectors must be given a minimum one-hour advance notice. No concrete shall be G-2 I I I I I I I I 1 1 I I I I I 1 1 1 1 placed without the Inspector present unless otherwise directed by the Engineer. All concrete shall be placed during the Inspectors normal working hours, 8:30 a.m. to 5:00 p.m. unless otherwise directed by the Engineer. Formed surfaces shall receive finish immediately after removing forms. Forms shall be removed as provided in Section 500 of GA.DOT Specifications. CONSTRUCTION: Transition ties of proposed curb and gutter to existing curbs (valley gutter, granite curb, header curb, etc.) shall be paid for in the unit price bid for curb and gutter unless otherwise noted. At locations where new pavement is to be placed adjacent to existing pavement, without an overlay, or where curbing is to be placed across paved parking lots, a joint shall be sawed on a line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement will be paid for under the pay item-Sawed Joints. . . per Linear Foot. Where curb and gutter is used and the shoulder elevations are higher than adj acent ground, the actual direction of drainage runoff shall be determined by the Contractor. He shall make such provisions as necessary to ensure that no ponding is caused by the new construction. He may place additional fill to provide drain inlets. Compensation will be under the price bid for the appropriate pay item. Driveway profiles may also be altered allowing the concrete pad to slope down outside the back of the curb line not to exceed an algebraic difference of 0.07. This should be used primarily on the high side of super-elevated curves. The Contractor should use caution with standard variance and place special emphasis on hydraulic considerations. The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Subsection 107.23 and Section 160 of the Standard Specifications and page PPA-1 of this document. All storm drain pipe, side drain pipe, pipe culvert wing-walls, steps, retaining walls, curbs and gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as a removal pay item will be removed as Clearing and Grubbing, Grading Complete, Grading Per Mile or Lump Sum Construction. Cut and fill slopes outside of clear zones may be adjusted on construction where necessary to remain within the right of way. Curb cut ramps in accordance with Standard 9031- W are to be used at all street intersections on this project. G-3 I I I 1 I I 1 I I I I I I I I 1 1 I 1 Asphalt milling where specified for use on existing pavement that is to be resurfaced adjacent to curb and gutter. Finished surface on asphalt pavement shall not exceed ~" above the gutter line as shown on Georgia Standard 9031-J. CONSTRUCTION LAYOUT: Construction layout work shall be performed by the Contractor. See Section 149 of the Standard Specifications. The survey for this project was made by W. R. Toole Engineers, 722-4114, CONSTRUCTION SCHEDULE: The Contractor shall prepare a schedule identifying the primary construction activities and/or phases for constructing this project. This schedule shall be presented at the Pre-Construction Conference. When significant events occur that impacts the schedule a revised construction schedule shall be submitted. DESIGN ALTERATIONS: The Commission-Council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment will be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by the Engineer. ENGINEER: In all contract documents, specifications, supporting documents, etc., the term "ENGINEER" means, and shall be deemed to mean., the Augusta-Richmond County Public Works Director or his/her designated representative. EROSION AND SEDIMENT CONTROL: The Contractor shall be responsible for all soil erosion and sediment control practices. All on-site erosion control shall comply with local Augusta Richmond County erosion and sediment control ordinances. The cost of this work shall be included in the cost of Lump sum Construction unless shown as a separate pay item. EXCESS MATERIAL: All excess material is to be disposed of as directed by the Engineer or as noted in Subsection 107.23 of the Specifications and in accordance with page PPA-l. G-4 I I I I I I 1 I 1 I. I 1 I I I 1 1 I 1 FENCE: All new fences called for on the plans and/or contract documents shall meet the requirements of Section 643 of the Georgia Department of Transportation Standard Specifications, current edition, New fence not meeting these Specs will be rejected. In contracts where remove and reset fence items are involved (either as pay items or as Lump Sum Construction) all replacement fence shall be equal to or better than the existing fence as approved by the Engineer. This means equal to or better than the original fence at the time of its installation. In accordance with Subsection 643.03D, the Contractor must furnish positive locking devices, padlocks and keys with IDl gate assemblies. FINISHING AND DRESSING: All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. FLAGGING: Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. All Flaggers shall meet the requirement of part 6F of the MUTCD and must have received training and a certificate upon completion of the training from a Department approved training program. Failure to provide certified Flaggers as required above shall be reason for the Engineer suspending work involving the Flagger( s) until the Contractor provides the certified Flagger(s). Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jacket, and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of the MUTCD for controlling traffic. The Stop/slow paddle shall have a shaft length of seven (7) feet minimum. In addition to the stop/slow paddle, a flagger may use a 24-inch square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. Signs for Flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. FOUNDATION BACKFILL MATERIAL, TYPE I: G-5 1 I I I I I I I I I I I I I I I I 1 1 Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. FOUNDATION BACKFILL MATERIAL, TYPE II: Foundation Backfill Material, Type II shall conform to Georgia Standard l030-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 iIi accordance with Georgia Standard 1030-D or as directed by the Engineer. Payment shall be per cubic yard unless otherwise specified in the contract. GRADES: With the approval of the Engineer, grades may be field adjusted to provide for best drainage. GRADING: In contracts where grading, including excavation for drainage structures, is accomplished under Section 210 (Grading Complete or Grading Per Mile) or Section 230 (Lump Sum Construction), the Lump Sum amount bid will include all work necessary to obtain the line, grade and compaction in accordance with the Specifications and other contract documents. There will be no separate payment for. any w.ork of this nature including borrow and the removal of unsuitable and/or unstable material. However, the Contractor shall make whatever investigations he deems necessary to determine the extent of any borrow or removal necessary to meet contract requirements. If it develops that removal of unsuitable/unstable materials quantities could not have been predicted by the contractor from a reasonably thorough investigation of project conditions, the Contractor may request negotiation for payment for excavation of this nature in areas where the depth exceeds three (3) feet below sub grade. The Owner will consider negotiation only when this type of removal is excessive and the Contractor provides evidence that he thoroughly investigated project conditions prior to entering his bid. Only those quantities in excess of three (3) below finished sub grade and/or normal excavation for drainage structures, ordered by the Engineer, will be considered for payment. GRASSING AND EROSION CONTROL: The Contractor shall bid on grassing, lump sum, and it shall be his responsibility to determine the actual area to be grassed. No claims will be considered for extra compensation if the contractor relies on plan information to prepare his bid. G-6 I 1 I I I I I I I I I I I I 1 I 1 I I All slope areas are to be grassed unless shown otherwise on plans, Temporary grass is required if permanent grass season is out. The Contractor shall be responsible for all soil erosion and sediment control measures. All on-site erosion control shall comply with local erosion and sediment control ordinances. The cost of this work shall be included in the cost of the project unless shown as a separate pay item. All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre-existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. Discontinued roads or other areas inside or outs~de the project construction limits, but within the existing or required right-of-way, shall be obliterated and restored as nearly as possible to the original contour of the ground (see Section 205 of the Standard Specifications). No separate payment will be made for this work. Where item number 700-600 1 is shown as a pay item, Georgia Department of Transportation specifications are modified to provide that the lump sum price bid shall be full payment for all fertilizer, lime and nitrogen. No separate measurement. for payment will be made for any work or materials required to accomplish a stand of permanent grass. If a satisfactory stand of permanent grass has not been obtained prior to the Final Inspection the contractor shall begin watering and continue watering until a permanent stand of grass is accepted by the Engineer. Water sources shall public streams and/or farm ponds if Augusta Richmond County watering restrictions prohibit other sources. If for any reason watering is not a viable option, the contractor shall treat all unaccepted areas with loose sod as described in Subsection 700.08A and 700.08C. There will be no additional pay for this work. INFESTATION: The entire project is considered to be within the limits of an insect infested area. The contractor's attention is called to the following sections of the Standard Specifications: (A) 155 Insect control (B) 893 Miscellaneous Planting Materials. INSPECTIONS: This project will be inspected by the Engineer or his Representative. LANDSCAPING: All the requirements of Section 702 of the Georgia Department of Transportation Specifications, current edition, are applicable to this project except as follows: there G-7 1 I I 1 I I 1 1 I I 1 I I 1 I 1 I I I will be no separate pay for staking, including Perimeter Staking and for Spring Application of Fertilizer, All costs shall be included in prices bid for Landscape Items. Bag grown plants are not acceptable. LUMP SUM CONSTRUCTION: The Contractor shall provide breakdowns on all components that make up Lump Sum Construction. The breakdown shall provide the unit price assigned to each component. Forms designed specifically for these breakdowns MAILBOXES: Existing mailboxes that are in conflict with the proposed construction shall be removed and relocated. Where feasible the existing mailboxes and supports may be utilized as approved by the Engineer so long as the supports are of metal PIPE with a maximum diameter of two(2) inches or wood, with a maximum diameter of four(4) inches. Note: There shall be no supports of any material other than the two mentioned above. All existing mailboxes and supports containing brick, masonry of any type, metal, etc. shall be disassembled and all components, not meeting the above requirements, shall be removed from the project and disposed in a proper manner. When not shown as a pay item, payment shall be included in the price bid for Lump Sum Construction and itemized as such. MISCELLANEOUS DRAINAGE STRUCTURES: All miscellaneous drainage structure such as Catch Basins, Drop Inlets, Manholes, Junction Boxes, Spring Boxes, Drain Inlets, special Inlets, etc., whether standard or special design shall be paid for Per Each. There will be no separate payment for additional depth unless specifically shown as a pay item. NOTE: All Catch Basins, Drop Wets, manholes, exposed Junction Boxes, etc., with concrete topslabs shall include manhole rings and covers. The Contractor shall install the manhole rings and covers such that the steps can be easily accessed. NORMAL WORKING HOURS: The normal working hours for ARC Inspectors are from 8:30 AM to 5:00 PM. When the contractor elects to work outside these hours he shall be billed for the Inspectors salary plus benefits unless such work is initiated by the Owner. The contractor may utilize a certified testing company in lieu of the ARC Inspector when approved by the Engineer. Payment for the contractor's testing company will be the responsibility of the contractor. (See article below on TESTING. PATCHING AND REPAIR OF l\.1INOR DEFECTS: G-8 I I I 1 I I 1 1 1 I 1 1 I 1 I 1 1 1 I Where needed, the contractor is required to patch and repair existing potholes, minor pavement defects and base failures in accordance with the Specifications. P A VEl'vIENT CUTS: All pavement cuts shall be sawed with a neat vertical edge, regardless of material, consistently straight enough that a roller can follow the edge precisely to achieve the desired compaction. Irregular edges will not be accepted. Payment shall be included in the price of the pipe, PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement and replacing the pavement as specified in accordance with Standard 1401. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or ''B'' concrete (See Georgia Standard 9031-L). 3. Payment for pipe culvert includes any required Concrete collars (See Georgia Standard 903l-U). 4. All concrete storm drain and longitudinal pipe shall include O-ring gaskets. PIPE CULVERTS: Unless otherwise noted, all storm drain, longitudinal and stub pipes are to be reinforced concrete. All required pipe culverts shall be in accordance with Standard l030-D. Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D. No separate pay item will be made for this material or its placement. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement sidewalk, curbing, etc., and replacing same as specified in accordance with Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete and for constructing concrete collars. The contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners, appropriate gaskets (see Section 848 of the Standard Specifications), and structure excavation. PRECAST CONCRETE UNITS: Precast Concrete Units, other than those specifically allowed by Georgia Department of Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc., G-9 1 I I I I 1 I I I I I I I I I I I I I shall not be installed without written permission from the Engineer. Any such units installed without such written permission shall be removed from the project. RELOCATED WATER METERS: Relocated water meters and water meter boxes may not be placed in the sidewalk. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD: It shall be the contractor's responsibility to remove and reset any and all existing ornamental shrubs and bushes and sod in conflict with proposed construction. Coordination with the property owners is essential in this endeavor. The contractor will not be held responsible for care and maintenance after removing and resetting these plants and sod except in cases where the Contractor's equipment causes irreparable damage or where plants and/or sod dies as the result of negligence on the Contractor's part. In which cases, the Contractor will be held responsible for replacement. Sod shall be reset with ground preparation in accordance with Subsection 700.0S.A. No additional soil or fertilizer is required for resetting sod. The Contractor shall remove the sod in a manner that will be conducive to insuring that the reset sod will live. At the contractor's option, he may replace any sod he removes with new sod of the same type. No separate payment will be made for this work or replacements unless specifically shown as a pay item. '< . REMOVING AND RESETTING OF OBSTRUCTIONS: It shall be the Contractor's responsibility to remove and reset any and all obstructions, such as fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns, etc., which are in conflict with construction. Contractors are responsible for the security of pets and/or personal property through the use of temporary fence if necessary. No separate payment will be made for this work except when shown as a separate pay item. RIGHT-OF-WAY AND EASEMENTS: The Contractor shall not perform any work outside the limits of the right-of-way or easements. In addition, no equipment or material shall be placed outside these areas without written permission of both the property owner and the Engineer. In the event that the Contractor elects to utilize private property for any purpose connected with the project, such as, but not limited to, staging areas, equipment and/or material . storage or simply as a convenience, he shall submit a written agreement to the Engineer containing vital information such as limits of both area and time the property is to be utilized and a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and G-IO I I I I I I I I I I I I I I 1 1 I I 1 recorded by the Engineer. Such agreements must be submitted pnor to the contractor's use of the property. SALVAGEABLE MATERIALS: As directed by the Engineer or his representative, all salvageable materials, such as drainage pipe, which require removing but are not to be used on this project, are to be cleaned and stored within the right-of-way by the Contractor. These materials shall be picked up and transported by Augusta Richmond County forces. The Contractor is responsible and shall make restitution to Augusta-Richmond County for materials damaged through his negligence. SAW CUTS: When matching existing conditions, saw cuts shall be used as required by Augusta- Richmond County. Only saw cuts in Portland Cement Concrete which are shown as contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. Unless specifically noted this does not apply to pipe trenches. SHOULDER WORK: All necessary cleaning of the existing pavement, including clipping of shoulders, required prior to resurfacing shall be the responsibility of the Contractor. The material displaced shall be removed, lowered or spread over the shoulder to an elevation and slope which will provide adequate drainage. The cost of such work shall be included in the prices bid for other items.. SOD: Sod will not be paid for separately when used to match or replace sod on adjacent lawns as replacement in kind. See GDOT specifications, subsection 700.04 E. SPECIAL EVENTS: When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be safed up, shut down and maintained until the Engineer okays the resumption of work. No project is exempt without the expressed approval of the Engineer, If these type work stoppages impose a hardship, contract time wise, consideration will be given to extending the contract time in an amount commensurate with the delay caused by such work stoppages provided the Contractor has otherwise pursued the work diligently. SPECIFICATIONS, STANDARDS AND OTHER DATA: G-ll I I I 1 I I 1 I I I I 1 I I I 1 I 1 I All references in this document, (includes all papers, writings, documents, drawings, or photographs used, or to be used, in connection with this document), to State Highway of Georgia, State Highway Department, Highway Department, or Department when the context thereof means the Georgia Department of Transportation means, and shall be deemed to mean, Augusta-Richmond County, Augusta-Richmond County Commission-Council Department of Engineering Services. The data, together with all other information shown on these plans, or indicated in any way thereby, whether by drawings or notes or in any other matter, are based upon field investigations and are believed to be indicative of actual conditions. However, the same are shown as information only, are not guaranteed, and do not bind Augusta- Richmond County, Georgia in any way. Only the actual quantities completed and accepted will be paid for. The attention of the bidder is specifically directed to Subsections 102.04, 102.05, and 104.03 of the Standard Specifications, of the Georgia Department of Transportation, current edition, which will be part of this contract. This project is based on, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these specifications, they will be revised to resolve such conflict. Until the conflict is resolved, the interpretation of the Engineer shall control the situation. SPENDOUT SCHEDULE: A Spendout Schedule beginning with the Notice To Proceed and extending through the anticipated construction life of the project, shall be submitted at the Preconstruction Conference. Such schedule shall include the anticipated earnings on a monthly basis. STORAGE BUILDlNGS: The existing sheds and/or buildings shown to be relocated will be relocated by the contractor or reconstructed as required outside of the easement as noted on the plans. Unless otherwise specified, the costs associated with this shall be included in Bid Item 230-1000 Lump Sum Construction and described in the itemization of Lump Sum Construction. STORM DRAIN PIPE: Unless otheIWise noted, all storm drain, longitudinal and stub pIpe are to be reinforced concrete and shall include a-ring gaskets. G-12 I I I I I I I I I I 1 1 I I I I I I 1 SUBCONTRACTORS: The Contractor shall furnish the official name, plus the name and telephone number of the 24 hour emergency contact of all firms he proposes to use as Subcontractors in the work. This information is to be furnished at the Pre construction Conference. However, no work shall be done on this project by a Subcontractor until the Contractor receives approval ofms Subcontractor(s) from the Engineer. NOTE: All submissions shall include the following information for each Subcontractor: 1) Name of Subcontracting Firm 2) Description of Work To Be Done 3) Contact Person's Name and 24 Hour Phone Number SUPERELEV ATION: All horizontal circular curves are to be superelevated in accordance with Georgia Standard 9028-C as directed by the Engineer. TESTING OF THE WORK: The Contractor shall employ a qualified materials testing laboratory to monitor more fully the quality of materials and work and to perform such tests as may be required under the contract documents as conditions for acceptance of materials and work. THE ENGINEER MAY ORDER TESTING AT ANY TTh1E HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. All test results are to be submitted to the Engineer. No separate payment will be made for employing the testing laboratory or any required tests. TEST ROLLING: Prior to placing any base course, the sub grade shall be test rolled on six feet centers using a loaded dump truck or other equipment approved by the Engineer. TRAFFIC CONTROL: The Contractor shall provide construction signs in accordance with requirements of ''Manual on Uniform Traffic Control Devices for Streets and Highways", current edition with added supplements and special provisions. The attention of the Contractor is specifically directed to Subsection 107.09 of the Standard Specifications regarding barricades, danger, warning, and detour signs. G-13 I I I I I I I I I I 1 I I I I I I 1 I All temporary signs, barricades, flashing lights, striping and any other traffic control devices required during construction of this project shall meet all requirements of the M.U.T.C.D., current edition, as directed by the Engineer and be furnished by the Contractor with payment in accordance with Section 150. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic on the travelway. This applies to the initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way, traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition and Georgia Standard 9102. The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia Department oITransportation Standards and Specifications, TRAFFIC DETOURS: Where detours are required and in accordance with Section 150 of the Standard Specifications and any Supplements thereto, the Contractor shall file for approval a detour plan of operation for this project. This plan shall include details of staging and rerouting of traffic including estimated length of time for use of the detours. The Contractor shall so conduct his operations that there will be a minimum of interference with, or interruption of, traffic upon and along the roadway. This applies to the initial installation and the continuing maintenance and operation of the facility. At least one-lane, two-way traffic shall be maintained at all times unless approved otherwise by the Engineer. As a minimum, the Contractor must comply with the Manual on Uniform Traffic Control Devices, current edition and Georgia Standard 9102. UNIFORMED POLICE OFFICERS: When shown as a pay item Uniformed Off-Duty Police Officers shall be used as directed by the Engineer. The bid price shall be $15.00/hour. UTILITIES: All utility facilities except those owned by Augusta Utilities Department which are in conflict with construction, not covered as specified items in the detailed estimate, are to be removed and relocated to clear construction by the respective owners with the exception of Augusta Utilities and Augusta Traffic Engineering unless added later to the contract as a supplemental item. All "above ground" utility structures will be located as near as possible to the right-of-way line. G-14 1 I I I I I 1 I I I 1 I I I I 1 I I I The Contractor will not be paid for any delays or extra expense caused by utility facilities obstructions or any other items not being removed or relocated to clear construction in advance of his work. All known utility facilities are shown schematically on the plans, and not necessarily accurate in location as to plan or elevation. Utility facilities such as service lines or unknown facilities not shown on the plans will not relieve the Contractor of his responsibility under this requirement except as noted below. "Existing Utility Facilities" means any utility facility that exists on the highway project in its original, relocated or newly installed position. Other than service lines from street mains to the abutting property the contractor will not be held responsible for the cost of repairs to damaged underground utility facilities when such facilities are not shown on the plans and their existence is unknown to the Contractor prior to the damage occurring, providing the Engineer determines the Contractor has otherwise fully complied with the Specifications. The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes of coordinating the marking of underground utilities. The Contractor's attention is directed to the probability of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, omamentallight systems, gas and underground telephone cables that either are obstructions to the execution of the work and need to be moved out of the way or, if not, must be properly protected during construction. No separate payment will be made for this work. Public utilities of this nature except Augusta Utilities and Augusta Traffic Engineering will be handled by the utility owner. THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK. BEGINS: Georgia Power Company 4220 Evans To Lock Rd. Evans, Georgia 30809 Telephone (706) 667-5633 Attention: David Wattwood Atlanta Gas Light Co 1840 Wylds Rd. Augusta, Georgia30913 Telephone (706) 481-1452 Attention: Carl Corley Bell South 3841 Wrightsboro Road Augusta, Georgia 30909 Telephone (706) 860-8582 Attention: Calvin Hamby Jefferson Energy Cooperative P. O. Box 457 Wrens, GA 30833 Telephone (706) 547-2167 Attention: Roy Chambers G-15 1 I I 1 1 1 1 I I I 1 I I I 1 1 I I I Comcast P. O. Box 3579 Augusta, Georgia 30904 Telephone (706) 739-1865 Attention: Kevin O'Meara Augusta Utilities 360 Bay Street, Suite 180 Augusta, Georgia 30901 Telephone (706)312-4132 Attention: Max Hicks AT&T 937 Greene St. Augusta, Georgia 30901 Telephone 706-836-2240 Attention: Bill Wadley Kno 10 gy 3714 Wheeler Road Augusta, GA 30909 Telephone (706) 294-2975 Attention: Patrick Casey KMC Telephone: ATTENTION DENNIS NORVIEL UTILITY ACCOMM:ODATION 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. VERTICAL GRADES: No existing or design grades are provided on this project. It is the Contractor's responsibility to provide his own grades ifhe so desires. WARRANTY: Unless othetwise specified, all contract work is subject to a 12-month warranty. The 12-month warranty is hereby modified to include the following: Any repairs, corrections or modifications performed within the last six months of the original 12- month warranty shall have the original 12-month warranty extended 180 calendar days past the date of such repairs, corrections or modifications. G-16 I I I I 1 1 I I .1 I 1 I I 1 1 1 I 1 I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SECTION 1SD-TRAFFIC CONTROL August 28, 1995 First Use: October 20, 1995 Modification of Special Provision Section 150 - Traffic Control (Rev. Jrme 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 MUTeD, Revision 3, dated September 3, 1993. 150.02 WORK ZONES: Delete 'Work Zones" and substitute: Temporary Traffic Control Zones. 150.02. 8.2.: Delete last sentence and substitute: Channelization device spacing shall be 10 feet for 200 feet in advance of the temporary gore, and 10 feet for the first 100 feet of the temporary gore. 150.03. F.1. MATERIALS - INTERIM SIGNS: Retain as written and add 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 "1985 AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals", Unprotected post splices will not be permitted any higher than four inches above the grormd line to lessen the possibility of affecting the undercarriage of a vehicle. 150.03.H, CONSTRUCTION WARNING SIGNS: CONSTRUCTION WARNING SIGNS THAT ARE REQUIRED TO BE MOUNTED AT SEVEN FEET IN HEIGHT NO LONGER REQillRE THE USE OF WARNING FLAGS. Delete first sentence of second paragraph and substitute: Construction warning signs which are mormted at less than seven feet in height (portable signs) shall have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each sign. TC-/ I 1 1 1 I 1 1 1 I I 1 I I 1 I I 1 1 I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 150.04.E.2.a.2.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are required. 150.04. E.2.b.1.: Retain as written and add: In lane shift areas skip lines are not allowed. Solid lines are required. 150.05 . D. TEMPORARY GUARDRAIL ANCHORAGE: Delete all references to Type 9 and substitute Type 11 (eleven). 150.10 PAYMENT: Item No. 641 - Delete reference to Type 9 and substitute Type 11 (eleven). SPECIAL PROVISION SECTION 1SD-TRAFFIC CONTROL June 22, 1994 First Use: July 24, 1994 Modification of Standard Specifications, 1993 Edition Retain Section 150 as written and add the following: For this project, all references in the Standard Construction Details listed below to Type I Barricades, Type II Barricades, Type "A" flashing-lights and Type "C" steady burn lights are deleted, except that Type "C" lights will be required for tapers in nighttime lane closures. Standard Construction Details · Typical By-Pass Detour for Two-Lane Highway · Typical Detour Across Median · Transition of 4-Lane Divided Highway to 2-Lane Highway · Traffic Control General Notes, Standard Legend, Miscellaneous Details In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 9106, 9107, and applicable Standard Construction Details shall conform to Part VI of the. MUTeD, Revision 3, dated September 3,1993. Detail "A" as shown on Georgia Standard 4960 is deleted. SPECIAL PROVISION SECTION 1SD-TRAFFIC CONTROL Rev. June 21, 1994 First Use: July 24, 1994 Rev.: August 16, 1994 Modification of the Standard Specifications, Current Edition Delete Section 150 as written and substitute the following: 150.01 DESCRIPTION: This section as supplemented by the Plans, Specifications, and MUTCD shall be considered the Traffic Control Plan. Activities shall consist of furnishing, installing, maintaining, and removing necessary traffic signs, barricades, lights, signals, cones, pavement markings and other traffic control devices and shall include flagging and other means for guidance and protection of vehicular and -rc-z- 1 I I I I I 1 I I 1 1 1 I I 1 1 I 1 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 MUTeD controls. The 1988 Edition of the MUTCD and Revision 3, dated September, 1993, of Part VI shall be in effect for the duration of the project. A. The Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor cwrcS) 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 MUTeD. In addition to the WTCS all others making decisions regarding traffic control must meet the training requirements of Part VI of the MUTCD. On projects where traffic control duties will not require full time supervision, the Engineer may allow the Contractor's Project Superintendent to serve as the WTCS as long as satisfactory results are obtained. The WTCS shall have a copy of the MUTCD on the job site. Copies of current MUTCD may be obtained from: U.S. Government Printing Office Superintendent of Documents Mail Stop: SSOP Washington, D.C. 20402-9328 The WTCS shall be available on a 24-hour basis as needed to maintain traffic control devices with access to all personnel, materials and equipment necessary to respond effectively to an emergency situation within forty-five (45) minutes of notification of the emergency. The WTCS shall supervise the initial installation of traffic control devices which will be reviewed by the Engineer prior to the beginning of construction. Modifications to traffic control devices as required by sequence of operations or staged construction must be reviewed by the WTCS. The WTCS shall regularly perform inspections to ensure that traffic control is maintained. B. All traffic control devices used during the construction of a project shall meet the Standards utilized in the MUTeD, and shall comply with the requirements of these Specifications, Project Plans, and Special Provisions. Reference is made to Subsections 104.05, 107.07, and 107.09. C. All reflectorization for construction (black on orange) signs, object markers, and channelization devices shall meet the requirements of Section 913, Type II or III unless otherwise specified. All other signs shall meet 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 accordance with Project requirements. Changes to traffic flow shall not commence unless all labor, materials, and equipment necessary to make the changes are available on the Project. E. The Contractor shall secure the Engineer's approval of the Contractor's proposed plan of operation, sequence of work and methods of providing for the safe passage of vehicular and pedestrian traffic before it is placed in operation. The proposed plan of operation should supplement the approved traffic control plan. Any major changes to the approved traffic control plan, proposed by the Contractor, are to be submitted to the Department for approval in accordance with Subsection 104.03 of the Standard Specifications. -rC!-3 1 I I I I I I I 1 I I I I I , I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Some additional traffic control details will be required prior to any major shifts of traffic. The traffic control details shall include, but not be limited to, the following: 1. A detailed drawing showing traffic location and laneage for each step of the change. 2. The location, size, and message of all signs required by the 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.) B. Starting time, duration and date of planned change. 9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing workforce, materials, and equipment necessary to accomplish the proposed work. This will be the minimum. resource allocation required in order to start the work.. The above details shall be submitted to the Engineer for approval at least 14 days prior to the anticipated traffic shift. The Contractor shall have traffic control details for a traffic shift which has been approved by the Engineer prior to commencement of the physical shift. All preparatory work relative to the traffic shift which does not interfere with traffic shall be accomplished prior to the designated starting time. The Engineer and the Contractor's representative will verify that all conditions have been met prior to the Contractor obtaining materials for the actual traffic shift. F. Traffic control devices shall be in acceptable condition when first erected on the project and shall be maintained in accordance with Subsection 104.05 throughout the construction period. All unacceptable traffic control devices shall be replaced within 24 hours. When not in use, all traffic control devices shall be removed, placed or covered so as not to be visible to traffic. If traffic control devices are left in place for more than ten days after completion 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 advance warning signs as required by the contract or meeting the requirements of the MUTCD and Sub-Section 160.03. 2. Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on Interstate or multi-lane highway lane closure only, shall be a minimum size of 48" high by 96" /c-~ 1 I I I I I I I I I 1 I I I I I I 1 1 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 p:mel 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 ilie MUTeD. The sequential or flashing arrow panels shall not be used fodane closures on two- lane, two-way highways when traffic is restricted to one-lane operations in which case, appropriate signing, flaggers and when required, pilot vehicles will be deemed sufficient. .3. Portable changeable message signs meeting the requirements of Section 632 and the MUTeD. 4. Channelization devices meeting the standards of the MUTeD and Subsection 150.05. 5. Precast concrete barrier meeting the requirements of Section 622. 6. Temporary traffic signals meeting the requirements of Section 647. 7. Pavement marking materials complying with Subsection 150.04A B. LANE CLOSURES: 1. All lane closures shall have prior approval of the Engineer. Lane closures that require same direction traffic to be split around the Work Area will not be approved for roadways with posted speeds of 35 mph or greater, excluding turn lanes. 2. On multilane highways where traffic has been shifted to the inside lanes for overnight use, the entrance and exit ramps shall have channelization devices placed on both sides of the ramp. The temporary ramp taper length shall be greater ilian, 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 ofthe temporary gore shall be 25 feet. 3. Termination Area: The transition to normal or full width highway at the end of a lane closure shall be a maximum of 150 feet. 4. To provide ilie 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: Wiili 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 oftraffic. 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 llaggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. 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 When ready to start the work activity, the police vehicle will pull into the travel lanes and act as a pilot vehicle slowing the traffic thereby providing a gap in traffic allowing the Contractor to perform the Work Any on-ramps between the pace and the work area shall be blocked during pacing of traffic, willi a flagger properly dressed and equipped with a Stop/Slow paddle. Each ramp should be opened after the police vehicle has passed, Pilot vehicles shall travel at a safe pace speed, desirably not less than 20 mph interstate and 10 mph non-interstate. The Contractor shall provide a vehicle to proceed in front of the police vehicle and behind the other traffic in order to inform the Contractor's work force when all vehicles have cleared . the area. Traffic will not be permitted to stop during pacing except in extreme cases as approved by the Engineer. 2. METHODS OF SIGNING FOR TRAFFIC PACING: At a point not less than 1,000 feet in advance of the beginning point of the pace, the Contractor shall erect and cover a W-special sign (72 inch x 72 inch) with a Type "B" flashing light, with the legend "TRAFFIC SLOWED AHEAD SHORT DELAY" (See Detail 150-A). A portable changeable message sign may be used in lieu of the W -special sign. On divided highways this sign shall be double indicated. A worker with a two-way radio shall be posted at the sign, and upon notice that the traffic is to be paced shall turn on the flashing light and reveal the sign. When traffic is not being paced, the flashing light shall be turned off and the sign covered or removed. W-special signs are reflectorized black. on orange, Series "C" letters and border of the size specified. /~-c I I I I I I I I I 1 I 1 I I I 1 1 1 I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA T\?E ... F'LlSHINC LICHT CJf TRAHIC SIDE 53. 1 t.'. 7z. ....'if ~ ~ ~ ~ ~ ~ 10. r 5Z" "1 10. ~~@W~[Q) 15., ..2. ~j15 ~~~~[Q) ~~(Q)~] ..~~~! W t...!. :.. 1':1 I-srECIAl. SICII I TtIlPClWrl' M:I$ T ~TE D I S I CH $HAL L HA yt IL AD; U C[I() AIoIJ ICJUlE R CII CJWGE R[F'LECTOR IztD 8AaCROOHD DETAIL 150-A ,. MMGIN ,I..,. BORDER 3. IlADI US ,. 12. 12. SER. .C. ,O' 12. ". SER. .C. ,O' 12. 1 Z. SlR. .C. ... .. ... $LR. .C" ,. D. The Contractor's trucks and other vehicles shall travel in the direction of normal roadway traffic unless separated by a positive barrier, or when construction activity necessitates otherwise, and shall not reverse direction except at intersections, interchanges, or approved temporary crossings. E. The Contractor shall ensure that dust, mud, and other debris from construction activities do not interfere with normal traffic operations or acljacent properties. F. Existing street lighting shall remain lighted as long as practical and until removal is approved by the Engineer. G. Adequate temporary lighting shall be provided at all nighttime work sites where workers will be immediately adjacent to traffic. H. For their own protection, workers in or acljacent to traffic during nighttime operation shall wear reflectorized vests. / t:'-7 I I I I I I I I I I I I I I I I I- I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 1. The parking of Contractor's and/or workers personal vehicles within the work area or adjacent to traffic is prohibited. J. The Worksite Traffic Control Supervisor (WTCS) shall monitor the work to ensure that all the rocks, boulders, construction debris, stockpiled materials, equipment, tools and other potential hazards are kept clear of the 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 appropriate signs as necessary, to allow safe passage of pedestriap. traffic. 150.03 SIGNS: A When required for proper traffic control during construction of the project, all existing guide, warning, and regulatory signs shall be maintained by the Contractor in accordance with these Specifications. Existing street name signs shall be maintained at street intersections. All existing illuminated signs shall remain lighted and be maintained by the Contractor. B. When not in use, all inappropriate traffic signs or portions thereof shall be removed, placed or covered so as not to be visible to traffic. All construction warning signs shall be removed within seven calendar days after time charges are stopped or pay items are complete. Subsequent punch-list or other work to be performed shall be accomplished utilizing temporary construction warning signs that shall be removed daily. C. The Contractor shall not remove any existing signs and supports without prior approval from the Engineer. All existing signs and supports which are to be removed shall be stored and protected as directed by the Engineer, and become the property of the Department unless otherwise specified in the contract documents. . D. Interim guide, warning, or regulatory signs required to direct traffic shall be furnished, installed, reused and maintained by the Contractor in accordance with the MUTCD, the Plans, Special Provisions, or as directed by the Engineer. These signs shall remain the property of the Contractor. The bottom of all interim signs shall be at least seven feet above the level of pavement edge. E. Existing special guide signs on the Project shall be maintained until conditions require a change in location or legend content. When change is required, existing signs shall be modified and continued in use if the required modification can be made within existing sign borders using design requirements Oegend, letter size, spacing, border, etc.) equal to that .of the existing signs, or of Subsection 150.03.E.5. Differing legend designs shall not be mixed in the same sign. 1. SPECIAL GUIDE SIGNS: Special guide signs are those expressway or freeway guide signs that are designed with a message content Oegend) that applies to a particular roadway location. When an existing special guide sign is in conflict with work to be performed, the Contractor shall remove the conflicting sign and reset it in a new, non-conflicting location which has been approved by the Engineer. 2. INTERIM SPECIAL GUIDE SIGNS: When it is not possible to utilize existing signs, either in place or relocated, the Contractor shall furnish, erect, maintain, modify, relocate, and remove new interim special guide signs in accordance with the Plans or as directed by the Engineer. 3. INTERIM OVERHEAD GUIDE SIGN STRUCTURES: Interim overhead special guide sign structures are not required to be lighted unless specifically required by the Plans. Iflighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shall notify the Power Company at least thirty (30) days prior to desiring connection to the power source. -rC-B 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. The installation of new permanent special guide signs and the permanent modification or resetting of existing special guide signs, when included in the contract, shall be accomplished as soon as practical to minimize the use of interim special. guide signs. Iflighting is required by the Plans, all new permanent overhead special guide signs shall be lighted as soon as erected. 5. Interim special guide signs that may be required in addition to, or a replacement for, existing expressway and freeway (interstate) signs must be designed and fabricated in compliance with the minimum requirements for guide signing contained in Part 2E "Guide Signs Expressways" and Part 2F "Guide Signs Freeways" of the MUTeD, except that the minimum size of all letters and numerals in the names of places, streets and highways on all signs shall be 16 inches Series "E" initial upper-case and 12 inches lower-case. All interstate shields on these signs shall be 48 inches and 60 inches for two-numeral and three-numeral routes, respectively. Additionally, the exit road name or route shield shall be placed on the exit gore sign. F. MATERIALS - INTERIM SIGNS: 1. POSTS - Posts for all interim signs shall meet the requirements of Section 911 except that green or silver paint may be used in lieu of galvanization for steel posts or structural shape posts. Wood posts are not required to be pressure treated. 2. SIGN BLANKS AND PANELS - All sign blanks and panels shall conform to Section 912 ofthe Specifications except that blanks and panels may be ferrous based or other metal alloys. Type 1 and Type 2 sign blanks shall have a minimum thickness of 0.08 inches regardless of the sign type used. Alternative sign blank materials (composites, poly carbonates, fiberglass reinforced plastics, recycled plastics, etc.) shall have a letter of approval from the Office of Materials and Research for use as interim construction signs before these materials are allowed to be incorporated into the work. Signs shall be painted to prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be permitted. G. All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance distance in compliance with the MUTeD. Limbs, brush, construction equipment and materials shall be kept clear of the driver's line of sight to the signs. H. Advance warning signs shall be placed ahead of construction in accordance with Part VI of the MUTeD and shall include a series of at least three advance road construction (W20-1) signs placed at the termini of the project. The series shall have the legend ROAD WORK (1500 FEET, 1000 FEET, AND 500 FEET.) In addition to the above, multi-lane divided highways shall also have the legend ROAD WORK (2 MILES, 1 MILE, AND 1/2 MILE.) On-ramps and at grade intersecting roadways shall be signed with a minimum of one ROAD WORK AHEAD sign. All construction warning signs shall have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each including the project construction signs (G20-1 and G20-2A.) Project mileage indicated on the G20-1 sign shall be the actual project mileage rOWlded 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 mOWlted on a vehicle, trailer, or other suitable support. Vehicle monnted panels shall be provided with remote controls. Minimum monnting height shall be seven feet above the roadway to the bottom of the panel, except on vehicle monnted panels which should be as high as practical. J. The portable changeable message sign, when specified, shall be placed ahead of construction activities and shall meet the requirements of Section 632 and the MUTeD. /c-~ I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA K. The flashing beacon assembly, when specified, shall be used in conjunction with construction warning signs, regulatory, or guide signs to inform traffic of special road conditions which require additional driver attention. The flashing beacon assembly shall be installed in accordance with the requirements of Section 647. 150.04 PAVEMENT MARKINGS A Generally, full pattern pavement markings in accordance with Section 652 and in conformance with Section 3A and 3B, except 3B-3 and 3B-5, of the MUTeD are required on all courses before the roadway is opened to traffic. No passing zones shall be marked to conform to Section 150.04 E. During construction and maintenance activities on all highways open to traffic, both existing markings and markings applied under this Section shall be fully maintained until Final Acceptance. If the pavement markings are, or become, unsatisfactory in the judgement of the Engineer due to wear, weathering, or construction activities, they shall be restored immediately. On resurfacing projects pavement markings shall be provided on all surfaces that are placed over existing markings. On widening and reconstruction projects (where the lane configuration is altered from the pre-construction layout) pavement markings will be as required by the Plans or the Engineer. On new construction projects pavement marking plans will be provided. B. MATERIALS: All traffic striping applied under this Section shall be a minimum four inches in width and shall conform to the requirements of Section 652, except as modified herein. Raised pavement markers (RPMs) shall meet the requirements of Section 654. Markings on the final surface course which must be removed shall be a removable type. The Contractor will be permitted to use paint, thermoplastic, or tape on pavement which is to be overlaid as part of the project, unless otherwise directed by the Engineer. Partial (skip) reflectorization (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 final lane configuration at the earliest possible stage. Inappropriate or conflicting existing pavement markings shall be removed. When shifting of traffic necessitates removal of centerline, lane lines, or edge lines, all such lines shall be removed prior to, during, or immediately after any change so 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 marking removal equipment failures occur, the equipment shall be repaired or replaced (including leasing equipment if necessary), s.o. that the removal can be accomplished without delay. Except for the final surface, markings on asphaltic concrete may be obliterated by an overlay course, when approved by the Engineer. When an asphaltic concrete overlay is placed for the sole purpose of eliminating conflicting markings and the in place asphaltic concrete section will allow, said overlay will be eligible for payment only if designated in the Plans. Overlays to obliterate lines will be paid for only once and further traffic shifts in the same area shall be accomplished with removable markings. Only the minimum asphaltic concrete thickness required to cover lines (generally 60 IbJsq. yd. of Asphaltic Concrete "H") will be allowed. Excessive build-up will not be permitted. When an overlay for the sole purpose of eliminating conflicting markings is not allowed, the markings no longer applicable shall be removed in accordance with Subsection 656.02, The elimination of conflicting pavement markings by overpainting with paint or liquid asphalt is not acceptable. D. Raised pavement markers (RPMs) are required as listed below for all asphaltic concrete pavements before the roadway is open to traffic. When Portland Cement Concrete is an intermediate or final surface and is open to traffic, one calendar day is allowed for cleaning and drying before the installation of RPMs is required. . TC-/t:J I I I. I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 1. On Interstate and limited access highways under construction, excluding projects consisting primarily of asphalt resurfacing items, retro-reflective raised pavement markers CRPMs) shall be placed and/or maintained on intermediate pavement surfaces opened to traffic as follows: a SUPPLEMENTING LANE LINES: , 80 foot centers on skip lines with curvature less than three degrees. (Includes tangents.) 40 foot centers on solid lines and all lines with curvature between three degrees and six degrees. 20 foot centers on curves over six degrees. 20 foot centers on lane transitions or shifts, b. SUPPLEMENTING RAMP GORE LINES: 20 foot centers, two each, placed side by side. c. OTHER LINES: As shown on the plans or directed by the Engineer. 2. On other highways under construction RPMs shall be used and/or maintained on intermediate pavement surfaces as follows: a SUPPLEMENTING LANE LINES AND SOLID LINES: 40 foot centers except on lane shifts. (When required in the Plans or Contract.) 20 foot centers on lane shifts. (Required in all cases.) b. SUPPLEMENTING DOUBLE SOLID LINES: 40 foot centers (one each beside each line) except on lane shifts. (When required in the Plans or Contract.) 20 foot centers on lane shifts, (Required in all cases.) RPMs are D2.t allowed on right edge lines. E. EXCEPTIONS FOR INTERIM MARKINGS: Some exceptions to the time of placement and pattern of markings are permitted as noted below, however, full pattern pavement markings are required for the completed project. 1. TWO-LANE, TWO-WAY ROADWAYS a. SKIP LINES: All interim skip (broken) stripe shall conform to Section 652 except that stripes shall be at least four feet long with a maximum gap of 36 feet. On curves greater than six degrees, a two-foot stripe with a maximum gap of 18 feet shall be used. In lane shift areas skip lines will not be allowed. Solid Lines will be required. Interim skin lines will be permitted for a period not to exceed 14 calendar days. Interim skip lines must be replaced with markings in full compliance with Section 652 prior to expiration of the 14 calendar day period. -:rc-// I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Interim raised pavement markers may be substituted for the interim skip (broken) stnpes. If raised 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. Interim raised pavement markers shall be retro-reflective, shall be the same color as the pavement markers for which they are substituted, and shall be visible during daytime. The type of interim marker and method of attachment to the pavement must be approved by the Office of Materials and Research but in no case will the markers be attached by the use of nails. The interim raised pavement markers must be maintained until the full pattern pavement markings are applied. At the time full pattern pavement markings are applied the interim raised markers shall be removed in a manner that will not interfere with application of the full pattern pavement markings. b. NO PASSING BARRIER: On two-lane, two-way roadways for periods not to exceed three calendar days where skip centerlines are in place, no-passing zones may be identified by using post or portable mounted DO NOT PASS regulatory signs (R4-1 24" x 30") at the beginning and at intervals not to exceed 1/2 mile within each no-passing zone. A post or portable mounted PASS WITH CARE regulatory sign (R4-1 24" x 30") shall be placed at the end of each no-passing zone. Post mounted signs shall be placed in accordance with the MUTCD. Portable signs must have a minimum vertical height of three feet above the pavement surface to the bottom of the sign and be secured in such a manner as to not be easily blown over or misaligned. c. EDGELINES: (1) Bituminous Surface Treatment Paving: Edgelines will not be required on interniediate surfaces (including asphaltic concrete leveling for bituminous surface treatment paving) that are in use for a period of less than 60 calen(iar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface, edgelines must be placed within 30 calendar days of the time that the final surface was placed. (2) All Other Types of Pavement: Edgelines will not be required on intermediate surfaces that are in use for a period of less than 30 calendar days except at bridge approaches, on lane transitions, lane shifts, and in such other areas as determined by the Engineer. On the final surface, edgelines must be placed within 14 calendar days of the time that the surface was placed. d. MISCELLANEOUS PAVEMENT MARKINGS: School zones, railroads, stopbars, symbols, words and other similar markings shall be placed on final surfaces conforming to Section 652 within 14 calendar days of completion of the final surface. On intermediate surfaces these markings will generally not be required unless specified by the Engineer because of special conditions or when the intermediate surface will be in use for more than 45 calendar days. 2. MULTI-LANE HIGHWAYS - WITH NO PAVED SHOULDER(S) OR PAVED SHOULDER(S) FOUR FEET OR LESS a UNDIVIDED HIGHWAYS (INCLUDES PAVED CENTER TURN LANE) (1) Centerlines and No-Passing Barrier - Full pattern centerlines and no-passing barriers shall be restored before nightfall. TC-/2: I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA (2) Lanelines - Interim skip (broken) stripe as described in Subsection 150.04.E.l.a. may be used for periods not to exceed three calendar days. (3) Edgelines - Edgelines shall be placed on intermediate and final surfaces within three calendar days of obliteration. b. DMDED HIGHWAYS (GRASS OR RAISED MEDIAN) (1) Lanelines - Full pattern skip stripe shall be restored before nightfall. (2) CenterlineJEdgeline - Solid lines shall be placed on intermediate and final surfaces within three calendar days of obliteration, c. Miscellaneous Pavement Markings Same as Subsection 150.04.E.1.d. 3. LIMITED ACCESS ROADWAYS AND ROADWAYS WITH PAVED SHOULDERS GREATER THAN FOUR FEET a. Same as Subsection 150.04.E.2. except as noted in (b) below. b. EDGELINES- (1) Asphaltic Concrete Pavement - Edgelines shall be placed on intermediate and final surfaces prior to opening to traffic. (2) Portland Cement Concrete Pavement - Edgelines shall be placed on any surface open to traffic no later than one calendar day after work is completed on a section of roadway. All water and residue shall be removed prior to daily striping. F. APPLICATION OF PAVEMENT MARKINGS: The Contractor shall furnish layout, clean as necessary, and preline the surface for the placement of pavement markings applied under this Section. All existing marking tape on final surfaces shall be removed prior to placement of final markings. Pavement markings shall re-establish No-Passing Zones in the locations and configuration that existed prior to construction. Existing No-Passing Zones shall be clearly identified as to location prior to construction by staking or erection of DO NOT PASS and PASS WITH CARE signs. On new location projects and on projects where either horizontal or vertical alignments have been modified, the location of No-Passing Zones will be identified by the Engineer. G. MOBILE OPERATIONS: When pavement markings (centerlines, lane lines, and edge lines) are applied in a continuous operation by moving vehicles and equipment, the following minimum equipment and warning devices shall be required in addition to the requirements of the MUTeD: 1. A lead vehicle is required for two-way traffic conditions and shall have an approved sequential or flashing arrow panel mounted so as to be easily visible to oncoming traffic. A lead vehicle is not required for low volume off-system routes and one-way traffic applications. 2, The work vehicle applying markings shall have a sequential or flashing arrow panel mounted on the rear. If the work vehicle is also functioning as the lead vehicle then an approved arrow panel shall be mounted so as to be easily visible to oncoming traffic. The work vehicle shall follow directly behind the lead vehicle. 3. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. The 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 vehicle shall also display a prominent sign with the legend PASS ON LEFT' (RIGHT). On interstate and limited access roadways, the protection vehicle shall be equipped with a truck mounted attenuator (TMA) that is certified for impacts not less than 45 mph in accordance with NCHRP 230. 5. All vehicles shall be equipped with the official slow moving vehicle symbol sign and left and right- side rear mounted flashing yellow lights. 1S0.0S CHANNELIZATION A GENERAL: Channelization should clearly delineate the travelway 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 MUTeD, and the following requirements. 1, Types of Devices Permitted for Channelization in Construction Work Zones: a DRUMS: (1) DESIGN: Drums shall meet the minimum requirement of the MUTeD and shall be reflectorized 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 intervals in feet equal to the numerical speed limit (EXAMPLE: 55 Mph Speed Limit = 55 feet maximum spacing). For taper lengths on urban, residential or other streets where the posted speed is 40 mph or less, the minimum length of the approach transition taper may be computed using the formula L = WS2/60. Greater taper length shall be used when required for individual situations. Drums with steady burning lights, for the length of the taper only, are required if the condition exists into the night. (b) LONGITUDINAL CHANNELIZATION: Drums shall be spaced as listed below for various roadside work conditions except as modified by Subsection 150.06. Spacing shall be used for situations meeting any of the conditions listed as follows: (1) 50 FOOT SPACING MAXIMUM: (a) For difference in elevation exceeding two inches. " . (b) For healed sections no steeper than 4:1 as shown in Subsection 150.06, Detail 150-E.. -rc-/~ I 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) 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 of 270 square inches of retro-reflective area facing the traffic and shall meet the requirements of the MUTeD. (2) APPLICATION: Lane encroachment by the drum on the trllvelway should permit a remaining lane width often feet. When encroachment reduces the travel way 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, BARRICADES: (1) DESIGN: The use of Type I and Type II barricades will not be permitted. Type III barricades shall meet the minimum requirements of the MUTeD and shall be reflectorized as required in Subsection 150.01.C. . (2) APPLICATION: Type III barricades shall be placed as required by the plans, the Standards, and as directed by the Engineer. e. WARNING LIGHTS: (1) DESIGN: All warning lights shall meet the requirements of the MUTeD. (2) APPLICATION: (a) Type A low-intensity flashing lights shall be used as shown in the Plans, the Standards, and as directed by the Engineer. Flashing lights are not required for advance warning signs in Subsection 150,03.H. -rC-/5 I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA ~ (b) Type C Steady-Burn lights shall be used on all tapers when the condition ex:i.st. into the night. Steady-bum lights shall also be used as shown in the Plans, the Standards, and as directed by the Engineer. f. PORTABLE BARRIERS: (1) DESIGN: Portable Barriers shall meet the requirements of Section 622 - PRECAST CONCRETE BARRIER. (2) APPLICATION: Portable Barriers shall be placed as required by the plans. standards, and as directed by the Engineer. When Portable Barrier is located 20 feet or less from a travel lane, yellow reflectors shall be fixed to the top of the barrier at intervals not greater than 50 feet and shall be mounted approximately two inches above the barrier. The reflectors shall be either 10" x 10" square Type V (or equal) reflective sheeting mounted on flat-sheet panels, or 8" diameter center-mounted sealed prismatic reflex reflectors housed in an aluminum backing with a single grommeted hole, Approach end of Portable Barrier shall be flared or protected by an impact attenuator (crash cushion) or other approved treat.rD.ent in accordance with Georgia Standard 4960, Construction Details and Standard Specifications. On interstate or other controlled access highways where lane shifts or crossovers cause opposing traffic to be separated by less than 40 ft., precast concrete barrier shall be used as a separator. B. TEMPORARY SAND LOADED ATTENUATOR MODULES 1. DESCRIPTION: This work consists of the furnishing, installation, maintenance, relocation, reuse as required, and removal of Temporary Sand Loaded Attenuator Modules for traffic impact attenuators. 2. MATERIAIS: Materials used in the Attenuator shall meet the requirements of Subsection 648.02 for Type 2 Sand Loaded Modules - Cylindrical Drums or Type 2-A Sand Loaded Modules - Stabilizer Drums with Wine Glass shaped Inner Containers. 3. CONSTRUCTION: Temporary Sand Loaded Attenuator Module installation shall conform to the requirements of Subsection 648.03, Manufacturer's recommendations, and Georgia Standard 4960 and shall be installed at locations designated by the Engineer. C. PORTABLE IMPACT ATTENUATORS: 1, DESCRIPTION: This work consists of the furnishing (including spare parts), installation, maintenance, relocation, reuse as required, and removal of Portable Impact Attenuators. 2. MATERIALS: Materials used in the Attenuator shall meet the requirements of Section 650 for Type A Portable Impact Attenuators. 3. CONSTRUCTION: Portable ImpactAttenuator 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. TEMPORARY GUARDRAIL ANCHORAGE - Type 11: 1. DESCRIPTION: This work consists of the furnishing, installation, maintenance and removal of Temporary Guardrail Anchorage - Type 11 used for Portable Barrier or temporary guardrail end treatment. 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 Standard Specifications. Installation shall also include sufficient additional guardrail and appurtenances to effect the transition and connection to Temporary Concrete Barrier as required by the details in Georgia Standard 4960. 150.06 EXCAVATION ADJACENT TO A TRAVEL LANE: Construction work involving trenching adjacent to a travel way shall not begin nntil 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 150-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 MUTeD, 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-off's 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-off's 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 TRA VELW AY: Work such as drainage structures, utility facilities, or any other work which results in a drop-off adjacent to the travelway shall be performed expeditiously so as to minimize the exposure to the hazard. A$ soon as practical, the excavation shall be backfilled to the minimum requirements of Detai1150-E. In no case will the drop-offbe allowed to exist more than five calendar days. This may require stage construction, such as plating and backfilling the incomplete work.. 7C- /7 I I I 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,spoced at 50 F'T. Intervals. If the traveled way width Is reduced to less than 10 feet by the use of drums. vertical panels shall be used In Uau of drums. Location of drums when drop-off exceeds 04 Inches. ----------~.. ----~--------\ 1( it NEW CONSTRUCTION ~( TRAVEL LANE ~ DROP-OFF GREA fER THAN 4 INCHES DETAIL 150-8 Drums spaced at 50 feet Intervals. LocatIon of drums when drop-off Is 2+ Inches to 04 Inches. _1_:"~--~_--~. -----------\ 1( it NEW CONSTRUCTION ~( ~ TRAVEL LANE DROP-OFF OF 2+ INCHES TO 4 INCHES DET AIL 150-C -rc-/? I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Drums spoced ot 100 feet Intervols. Locotlon of drLn5 when drop-off fs 2 Inches or le5S. ~ft .:~______~. -----------\ ( t NEW CONSTRUCTION + TRAVEL LANE 1r--' DROP-OFF OF 2 INCHES OR LESS DET AIL 150-0 Location of drums Immediately after completIon of healed sectIon. spoced at SO ft. Intervals. Compocted oroded oooregote.subbase moterfolor dTrt. TOP Or: DRUM TO BE LEVEL 2 ft. +/- ----------"-1~ --------.---\ NO STEEPER THAN 4:1 ~ c t NEW CONSTRUCTION + TRAVEL LANE ~ HEALED SECTION DET AIL 150-E TC-If I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 150.07 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 and must have received training and a certificate upon completion of the training from a Department approved training program.. Failure to provide certified flaggers as required above shall be reason for the Engineer suspending work involving the flagger(s) until the Contractor provides the certified flagger(s). C. Flaggers shall wear high-visibility clothing in compliance with the MUTeD and shall use a Stop/Slow paddle meeting the requirements of the MUTCD for controlling traffic. The Stop/Slow paddles shall have a shaft length of seven (7) feet minimum. In addition to the Stop/Slow paddle, a flagger may use a 24 inches square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on 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 presence of the flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. 150.08 ENFORCEMENT: The safe passage of pedestrians and traffic through and around the temporary traffic control zone, while minimizing confusion and disruption to traffic flow, shall have priority over all other Contractor activities. Continued failure of the Contractor to comply with the requirements of Section 150 (TRAFFIC CONTROL) will result in non-refundable deductions of monies from the Contract as shown in this Subsection for non-performance of Work. Failure of the Contractor to comply with this Specification shall be reason for the Engineer suspending all otheJ: work on the Project, except erosion control and traffic control, taking corrective action as specified in Subsection 105.15, and/or withholding payment of monies due the Contractor for any work on the Project until traffic control deficiencies are corrected. These other actions shall be in addition to the deductions for non-performance of traffic control. . -rc-zo I I I I I I I I I I I I I I I I I I I 1Jbl'AKT~NT Ul'TRANSPORTATION STATE OF GEORGIA SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC CONTROL INSTALLATION AND/OR MAINTENANCE ORIGINAL TOTAL CONTRACT AMOUNT From More Than To and IncludinE!' Daily CharE!'e $0 $100,000 $100 100,000 1,000,000 250 1,000,000 5 000,000 500 5,000,000 20,000,000 750 20,000,000 40,000,000 1,000 40,000,000 - 1,500 150.09 MEASUREMENT: A TRAFFIC CONTROL: When listed as a pay item in the Proposal, payment will be made at the Lump Sum price bid, which will include all traffic control not paid for separately, and will be paid as follows: When the first Construction Report is submitted, a payment of 25 (twenty-five) percent of the Lump Sum price will be made. For each progress payment thereafter, the total of the Project percent complete shown on the last pay statement plus 25 (twenty-five) percent will be paid Qess previous payments), not to exceed one hundred (100) percent and subject to normal retainage. When no payment item for Traffic ControZ-Lump Sum is shown in the Proposal, all of the requirements of Section 150 and the Traffic Control Plan shall be in full force and effect. The cost of complying with these requirements will not be paid for separately, but shall be included in the overall bid submittal. B. SIGNS: When shown as a pay item in the contract, interim special guide signs will be paid for as listed below. All other regulatory, warning, and guide signs, as required by the Contract, will be paid for under Traffic Control Lump Sum or included in the overall bid submitted. 1. Interim ground mounted or interim overhead special guide signs will be measured for payment by the square foot. This payment shall be full compensation for furnishing the signs, including supports as required, erecting, illuminating overhead signs, maintaining, removing, re-erecting, and final removal from the Project. Payment will be made only one time regardless of the number of moves required. 2. Remove and reset existing special guide signs, ground mount or overhead, complete, in place, will be measured for payment per each. Payment will be made only one time regardless of the number of moves required. 3, Modify special guide signs, ground mount or overhead, will be measured for payment by the square foot. The area measured shall include only that portion ofthe sign modified. Payment shall include materials, removal from posts or supports when necessary, and remounting as required. -rc-Z/ I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA C. PRECAST MEDIAN BARRIER: Precast Median Barrier will be measured as specified in Sectio"n 622. D. CHANGEABLE MESSAGE SIGN, PORTABLE: Changeable Message Sign, Portable will be measured as specified in Section 632. E. TEMPORARY GUARDRAIL ANCHORAGE, Type 11: Temporazy Guardrail Anchorage - Type 11 will be measured by each assembly, complete in place and accepted according to the details shown in the plans, which shall also include the additional guardrail and appurtenances necessary for transition and connection to Temporary Concrete Barrier. Payment shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. F. TRAFFIC SIGNAL INSTALLATION - TEMPORARY: Traffic Signal Installation - Temporary will be measured as specified in Section 647. G. FLASHING BEACON ASSEMBLY: Flashing Beacon Assemblies will be measured as specified in Section 647. H. TEMPORARY, SAND LOADED A'ITENUATOR MODULES: Each Sand Loaded Attenuator Module of the type specified includes all material components, hardware, incidentals, labor, site preparation and maintenance. Each module will be measured for payment by the drum only once regard.! ess of the number oflocations installed. Modules to replace those damaged or destroyed by traffic impact will also be measured by the unit for payment. Upon completion of the project, the modules shall be removed and retained by the Contractor. 1. PORTABLE IMPACT ATTENUATORS: Each Portable Impact Attenuator will be measured by the unit which shall include all material components, hardware, incidentals, labor, site preparation, and maintenance, including spare parts recommended by the manufacture for repairing minor accident damage. Each unit will be measured only once regardless of the number oflocations installed, moves required, or number of repairs necessary because of traffic damage. Upon completion of the project, the units shall be removed and retained by the Contractor. J. PAVEMENT MARKINGS: Pavement markings will be measured as specified in Section 150. 150.10 PAYMENT: When shown in the Schedule of Items in the Proposal, the following items will be paid for separately. Item No. 150. Traffic Control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum Item No. 150. Traffic Control, Solid Traffic Stripe _ Inch, (Color) ....,........ per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe_ Inch, (Color) ,............. per Linear Mile Item No. 150. Traffic Control, Solid Traffic Stripe, Thermoplastic Inch, (Color) ........... . . . . . . . . . . . . . . . . per Linear Mile Item No. 150. Traffic Control, Skip Traffic Stripe, Thermoplastic Inch, (Color) ... . . . . . . . . . . . . . . . . . . . . . . . . per Linear Mile Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors. . , . . . . . . . . . . . . .. per Each Item No. 150. Traffic Control, Raised Pavement Markers - All Types. . . . . . . . . . . . . . . , . ,. per Each Item No. 150. Interim Ground Mounted Special Guide Signs. . . . . . . . . . . . . . . . . . .. per Square Foot Item No. 150. Interim Overhead Special Guide Signs. . . . . . . . . . . . . . . . . . . . . . . . .. per Square Foot -r~z z I I Item No. 150. I Item No. 150. Item No. 150. I Item No. 150. I Item No. 150. Item No. 150. I Item No. 150. Item No. 150. I Item No. 622. Item No. 632. I Item No. 641 I Item No. 647. Item No. 647. I Item No. 647. I I I I I I I I I .u.c..r ~.l..LYl...Cl"'I.l VI' J..1V\.Nl).rUK1J\.T.lU~ STATE OF GEORGIA Remove & Reset Existing Special Guide Signs, Ground Mount, Complete in Place. . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . .. per Each Remove & Reset, Existing Special Guide Signs, . Overhead,Complete in Place ..................,.................. Per Each Traffic Control, Temporary Sand Loaded Attenuator Modules ....,....... per Each Traffic Control, Portable Impact Attenuator ...... ... ...... " .. .. . .... .. Per Each Traffic Control, Pavement Markers, Words and Symbols .... . . . . . " per Square Foot Traffic Control, Pavement Arrow (Painted) With Raised Reflectors ........ per Each Modify Special Guide Sign, Ground Mount. . . . . . . . . . . . . . . . . . . . . .. per Square Foot Modify Special Guide Sign, Overhead .... . . . . . . . . . . . . . . . . . . . . . " per Square Foot Precast Concrete Median Barrier. . . . . . . . . . . . . '. . . . . . . . . . . . . . . . . . . per Linear Foot Changeable Message Sign, Portable .................................. per Each Temporary Guardrail Anchorage, Type 11 ............................. per Each Traffic Signal Installation, Temp .... . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . , Lump Sum Flashing Beacon Assembly, Structure Mounted. . . . . . . . . . . . . . . . . . . . . . . .. per Each Flashing Beacon Assembly, Cable Supported. . ~ . . . . . . . . . . . . . . . . . . . . . . .. per Each -rc - z. 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 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 C36306-03-000-0 PCN PROJECTS AND CONTRACT' NO. ------------------------------ S005882C10000 PROOO-S005-00(882) C1 COUNTY : RICHMOND CODE: 102450 1. RI CHMOND COUNTY LIMITED PARTICIPATION 10{;31102; D,~TE"CONSTRUCT!ON AUTHORIZED OCT 3 1 2003 CCl I I I I I I I I I .1 I I I I I I I I I GEORGIA DEPARTMENT OF TRANSPORTATION NOTICE TO PROCEED PROJECT NUMBER: PROOO-SOOS-00(882)Cl COUNTY: RICHMOND CONSTRUCTION AUTHORIZATION: DISTRICT 2 EFFECTIVE DATE: NOVEMBER 03, 2003 CONTRACT ill. NO.: C3 63 06-03-000-0 CONTRACT WITH: RICHMOND COUNTY DATE CONTRACT EXECUTED: OCTOBER 31, 2003 GREGORY T. MAYO, P.E. STATE TRANSPORTATION OFFICE ENGINEER CC2 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 CONTRACT ID : C36306-03-000-0 1.000 MILE OF GRADING, DRAINAGE, WIDENING, BASE AND PLANT MIX RESURFACING ON CR 571 (WARREN ROAD) BEGINNING 0.04 MILES SOUTH OF WARREN BRIDGE ROAD AND ENDING AT WASHINGTON ROAD. ---------------------------------------------------------------------- SITE CONTRACT TIME LIQUIDATED DAMAGES ---------------------------------------------------------------------- 00 COMPLETE CONTRACT NONE 'l CC3 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 CONTRACT SCHEDULE CONTRACT ID: C36306-03-000-0 DATE PAGE PROJECT(S) : S005882C10000 PROOO-S005-00(882) C1 09/17/03 : 3 LINEI NO I I ITEM DESCRIPTION --------------------------------------------------------------------------------- APPROX. QUANTITY AND UNITS I UNIT PRICE I BID AMOUNT 1----------------1---------------- I DOLLARS / CTS I DOLLARS ICTS SECTION 0001 ROADWAY --------------------------------------------------------------------------------- -----------------------------.------------------------------------------.---------- 630,003.30 1402-3121 RECYCLED ASPH I 003olcONC 25 MM SUPERPAVE, GP I 11 OR 2, INCL BITUM MATL ITN 1& H LIME I I I ITN: I I I ITN I 1001-9998 LIMITED 00051PARTICIPATION PR9JECT, I THE AMOUNT SHALL NOT /EXCEED - $630,003.30 /207-0203 FOUND BKFILL 001olMATL, TP II I 1228-1000 GRADING - 0015 I MODIFIED, INCL HAUL I 1310-1101 GR AGGR BASE 002olcRS, INCL MATL I 1402-1812 RECYCLED ASPH 00251cONC LEVELING, INCL IBITUM MATL & H LIME 1402-31jO RECYCLED ASP~ 0035 I CONC 12.5 MM SUPERPAVE, IGP 2 ONLY, INCL BITUM IMATL & H LIME 1402-3131 RECYCLED ASPH 0040lcONC 9.5 MM SUPERPAVE, IGP 2 ONLY, INCL BITUM IMATL & H LIME I I 1* I I I ICY I I IMI I I ITN I I ITN 15.10000 0.00 11,496.00 18,979.39 5,964.00 13,590.00 17,424.00 20,625.00 5,808.00 --------------------------------------------------------------------------------- 14.52000 15.00000 I I 14.520001 f I I I CC4 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 CONTRACT SCHEDULE CONTRACT ID: C~6306-03-000-0 DATE PAGE 09/17/03 : 4 PROJECT(S) : S005882C10000 PROOO-S005-00(882) C1 LINE I NO I I ITEM DESCRIPTION --------------------------------------------------------------------------------- I I I --------------------------------------------------------------------------------- 1402-3190 RECYCLED ASPH I I I 0045/CONC 19 MM SUPERPAVE, GP I 600.0001 14.51000/ 11 OR 2, INCL BITUM MATL 1 TN I I I & H LIME I I I --------------------------------------------------------------------------------- I I 1,600.0001 0.370001 I I --------------------------------------------------------------------------------- I I 4,000.0001 0.960001 I I --------------------------------------------------------------------------------- I I 1,400.0001 10.750001 1 I --------------------------------------------------------------------------------- 1 I 500.0001 12.090001 I I --------------------------------------------------------------------------------- I 1 6,300.0001 10.750001 I I --------------------------------------------------------------------------------- 1441-0301 CONC SPILLWAY, I I I 00751 TP 1 I 4.000 I 598.29000 I I lEA I I --------------------------------------------------------------------------------- I I 3ifo.0001 8.140001 1 I --------------------------------------------------------------------------------- . I I 10,500.0001 5.810001 I I --------------------------------------------------------------------------------- I I 350.0001 146.000001 . I I 1413-1000 BITUM TACK COAT I 00501 I I IGL 1432-5010 MILL ASPH CONC 005slpVMT, VARIABLE DEPTH I I I ISY 1441-0014 DRIVEWAY 0060 I CONCRETE, 4 IN TK I I. I ISY 1441-0016 DRIVEWAY 0065 I CONCRETE, 6 IN TK 1 I I .ISY 1441-0104 CONC SIDEWALK, 0070/4 IN I I I /SY 1441-5002 CONCRETE HEADER I 0080 I CURB, 6 IN, TP 2 I I ILF /441-6022 CONC CURB & I 0085 I GUTTER, 6 IN X 30 IN, TP I 12 /LF 1500-3201 CLASS B I 0090/CONCRETE, RETAINING WALL I I ICY APPROX. QUANTITY AND UNITS I UNIT PRICE I BID AMOUNT 1----------------1---------------- I DOLLARS I CTS I DOLLARS ICTS 8,706.00 592.00 3,840.00 15,050.00 6,045.00 67,725.00 2,393.16 2,442.00 61,005.00 --------------------------------------------------------------------------------- 51,100.00 CC5 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 CONTRACT SCHEDULE CONTRACT ID: C36306-03-000-0 DATE PAGE PROJECT(S) : S005882C10000 PROOO-S005-00(882) C1 09/17/03 5 LINE I NO I I ITEM DESCRIPTION --------------------------------------------------------------------------------- I I I --------------------------------------------------------------------------------- I / ICY 1500-3800 CLASS A 0095/CONCRETE, INCL REINF 1 STEEL 1500-9999 CLASS B CONC, 0100lBASE OR PVMT WIDENING I 1 I ICY . APPROX. QUANTITY AND UNITS I UNIT PRICE .1 BID AMOUNT 1----------------1---------------- I DOLLARS I CTS I DOLLARS ICTS 1 264.55000/ I 109.54000 92,592.50 43,816.00 ----------------------------------------------- ---------------- ---------------- I 350.0001 I ---------------------------------------------------------------- I 400.000 1550-1150 STORM DRAIN 010SIpIPE, IS IN, H 1-10 I I I ILF 400.000 10.17000 4,068.00 ----------------------------------------------- ---------------- ---------------- 1550-1180 STORM DRAIN 0110lpIPE, 18 IN, H 1-10 I I I /LF 1,600.000 9.71000 ----------------------------------------------- ---------------- ---------------- 15,536.00 1550-1240 STORM DRAIN 1 011SIpIPE, 24 IN, H 1-10 I 1,000.000 11.82000 I ILF I I --------------------------------------------------------------------------------- I I 250.0001 14.630001 I I --------------------------------------------------------------------------------- 1550-1360 STORM DRAIN I I I 012SlpIPE, 36 IN, H 1-10 100.0001 17.54000/ 1,754.00 I ILF I 1 --------------------------------------------------------------------------------- 1550-1480 STORM DRAIN I I I 01301pIPE, 48 IN, H 1-10 I 480.0001 26.830001 I I I LF ' I I --------------------------------------------------------------------------------- I I 800.0001 40.800001 I I --------------------------------------------------------------------------------- I 250.0001 I 1550-1300 STORM DRAIN 0120lpIPE, 30 IN, H 1-10 I 1550-1600 STORM DRAIN 013SIpIPE, 60 IN, H 1-10 I I I ILF 1 I ILF 1550-2150 SIDE DRAIN PIPE, I 0140115 IN, H 1-10 I I ILF I h. 56'000 I I 11,820.00 3,657.50 12,878.40 32,640.00 --------------------------------------------------------------------------------- 1,890.00 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 CONTRACT SCHEDULE CONTRACT ID: C36306-03-000-0 DATE PAGE 09/17/03 6 PROJECT (S) : S005882CI0000 PROOO-S005-00 (882) C1 --------------------------------------------------------------------------------- I I 1 --------------------------------------------------------------------------------- I I lEA LINE I NO I I ITEM DESCRIPTION APPROX. QUANTITY AND UNITS I UNIT PRICE I BID AMOUNT 1_---------------1---------------- DOLLARS I CTS 1 DOLLARS ICTS 1550-4215 FLARED END 01451sECTION 15 IN, STORM I DRAIN 1550-4218 FLARED END 01solsECTION 18 IN, STORM I DRAIN 1603-2018 STN DUMPED RIP 01sslRAP, TP I, 18 IN I 1603-7000 PLASTIC FILTER 0160 I FABRIC I 1647-1000 TRAFFIC SIGNAL 016S/INSTALLATION NO - 1 I 1647-1000 TRAFFIC SIGNAL 0170 I INSTALLATION NO - 2 I /653-0120 THERMOPLASTIC 01751pVMT MARKING, ARROW, TP 12 1653-0130 THERMOPLASTIC. 0180/PVMT MARKING, ARROW, TP 13 ; 1653-1501 THERMOPLASTIC I 01851S0LID TRAF STRIPE, 5 IN, I IWHITE ILF 1653-1502 THERMOPLASTIC 1 0190lS0LID TRAF STRIPE, 5 IN, I I YELLOW I LF 678.68 I I lEA 551.43 I I ISY 982.00 I I ISY 61.00 . I 1 LUMP I I I LUMP I I I lEA 16,790.72 16,790.72 386.54 I I lEA 84.86 : 520.00 --------------------------------------------------------------------------------- 2,772.00 CC6 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 CONTRACT SCHEDULE CONTRACT ID: C36306-03-000-0 DATE PAGE 09/17/03 7 PROJECT(S) : S005882C10000 PROOO-S005-00(882) C1 --------------------------------------------------------------------------------- LINEI NO I I ITEM DESCRIPTION APPROX. QUANTITY AND UNITS I UNIT PRICE I BID AMOUNT 1----------------1---------------- I DOLLARS I CTS I DOLLARS ICTS 570.00 /653-1804 THERMOPLASTIC I 02ools0LID TRAF STRIPE, 8 IN, I I WHITE ILF 1653-3502 THERMOPLASTIC 02051sKIP TRAF STRIPE,S IN, I YELLOW . 420.00 I I IGLF 1,350.00 1668-1100 CATCH BASIN, GP 1 .021011 I I lEA 26,796.14 1668-1200 CATCH BASIN, GP I 021512 I I lEA 1668-2100 DROP INLET, GP 022011 I 1668-2200 DROP INLET, GP 0225/2 I 1668-4300 STORM SEWER 0230 I MANHOLE, TP 1 I / 1668-4400 STORM SEWER 0235 I MANHOLE, TP 2 I 1668-5000 JUNCTION BOX 02401 I 4,207.56 I I lEA 11.000 7,419.17 I I I~ 4.000 3,588.00 I I I~ 4.000 2,720.52 I I lEA I 2.0001 I I 5.0001 I 1,592.56 I I I~ 2,829.10 --------------------------------------------------------------------------------- CC7 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 CONTRACT SCHEDULE DATE PAGE 09/17/03 " 8 CONTRACT ID: C~6306-03-000-0 PROJECT(S) : S005882CI0000 PROOO-S005-00(882) Cl --------------------------------------------------------------------------------- LINE I NO I I APPROX. QUANTITY AND UNITS I UNIT PRICE I BID AMOUNT 1----------------1---------------- I DOLLARS I CTS I DOLLARS leTS ITEM DESCRIPTION --------------------------------------------------------------------------------- 1668-7015 DRAIN INLET, 15 I 0245lIN I I lEA 4,044.48 1706-1003 TURF 0250 I ESTABLISHMENT, TP C I I I lAC 1,410.87 I TOTAL BID . 630,003.30 --------------------------------------------------------------------------------- --------------------------------------------------------------------------------- CC8 I I This agreement ma~~ and entered into this the ~day of cr~ 20~ by and between the Department of Transportation party of the first part (hereinafter called the Department) and the Commissioners of Richmond County of. (hereinafter called the County) who have been duly authorized to execute this agreement: Witnesseth: I I Whereas, the Department and the County desire the improvement and construction of a certain facility and the County desires and agrees to furnish and deliver all the material and to do and perform all the work and labor for said purpose. The project being more particularly described herein. I I 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 I with the provisions 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, 2001 edition, and the Supplemental Specifications and Special provisions included in and made a part of this contract. I I (2) It is understood that material pits are to be furnished by the County at no cost to I the Department of Transportation. (3) It is understood that the Department of Transportation will not participate in the I 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 removal and relocations necessary. The (County/City) shall give the utility I owners ample notice, of the impending construction, to allow time for engineering and material orders required for any removal and relocations necessary. Also, the (County/City) agrees to clear Rights-of-Way obstructions without expense to the I Department of Transportation. For purpose of applying provisions of this paragraph, railroads are considered utilities. 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 within railroad property/right of way and shall provide for the I protection of railroad interests, including flagging and inspection as may be required by the railroad. I (4) It is understood increase or decrease unit price given. that the quantities shown are approximate only and subject either to . and any increases or decreases are to be paid for at the contract I I (5) The work shall begin within ten days after notification to begin work by the Department to the County and shall be carried through to completion without unreasonable I delay and without suspension of work unless authorized in writing by the Department. If there are unreasonable delays or unauthorized suspensions of work the Department reserves the right to charge the County, not as a penalty but as liquidated damages, the cost to I 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 work shall be done in accordance with the laws of the State of Georgia~R to the I satisfaction of the Department of Transportation. The decision of the Chief Engi~~er upon I I 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 County shall be final and conclusive. I (7) The County agrees to perform all extra work that may be required of them on the basis of actual cost. I (8) The financing of this project shall be as follows: I Payments will be made on monthly statements as the work progresses. I 9) Drug-Free Workplace Certification: I 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-Free 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), I I ------------------------------------------------------- certifies to the contractor that a Drug-Free Workplace will be provided for the I 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 manufacture, sale, distribution, dispensation, I possession or use of a controlled substance or marijuana during the performance of the contract. I (10) Service delivery strategy certification: -------------------------------------------- I By execution of this contract I certify under penalty of law that the County is in compliance with the service delivery strategy law (House Bill 489) and is not debarred from receiving financial assistance from the State of Georgia. Also, I certify that the funds to be usep on the project are consistent with the applicable service delivery I strategy. I I I I I I CCIO 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 Board Member for the County, who has been duly authorized by the Commissioners of said County who have he~eto set their hand this day and year as shown below. I I I ***************************************** Fed ID NO.jIRS NO. 58 - (c;OOO 8' g ( I ***************************************** I I Executed on behalf of the Department of Transportation This Executed on behalf of Richmond County This I The ~\ day of ~20b3 . 1 trl The .?:C! day of ~ ".l2 0 0 '3 I by, ,d '/I/J~rY: ~ Cha~rperson or I Or Authorized Recommended: Witness for County: I J)f2~ l0~ 'Dlvision Director ~~ This contract approved by County Commissioners at a meeting held at I I /0--- ~~-o ~ the, Date: I Witness for the Department OI Transportation: I~~~ I) .:uJo3 (~~~ T~~ of W# Cl 20 I I I I CCll I I I I I. I I I I I I I I I I I I I I EXHIBIT CERTIFICATION OF COMPLIANCE WITH STATE AUDIT REQUIREMENT I hereby certify that I am a principle and duly authorized representative of whose address is . and it is also certified that: The provisions of Section 36-81-7 of the Official Code of Georgia Annotated, relating to the "Requirement of Audits" have been complied with in full such that: (a) Each unit of local government having a population in excess of 1,500 persons or expenditures of SI75,000.00 or more shall provide for and cause to be made an annual audit of the financial affairs and transactions of all funds and activities of the local government for each fiscal year of the local government. (b) The governing authority of each local unit of government not included above shall provide for and cause to be made the audit required not less often than once every two fiscal years. . (c) The go\'erning authority of each local unit of government having expenditures of less than S 175,000.00 in that government's most recently ended fiscal year may elect to provide for and cause to be made, in lieu of the biennial audit, an annual report of agreed upon procedures for that fiscal year. (d) A copy of the report and any conunents made by the state auditor shall be maintained as a public record for public inspection during the regular working hours at the principal office of the local government. Those units oflocal government not having a principal office shall provide a notifiCation to the public as to the location of and. times during which the public may inspect the report.' . q ("",1-/0-; Date ' ~ '-"- ' ISig~ntt~ crJ CC12 I I CONTRACT ID I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA DATE: 09/17/03 PAGE: 1 SPECIAL PROVISIONS C36306-03-000-0 1.000 MlLE._OF GRADING, DRAINAGE, WIDENING, BASE AND PLANT .MIX RESURFACING ON CR 571 (WARREN ROAD) BEGINNING 0.04 MILES SOUTH OF WARREN BRIDGE ROAD AND ENDING AT WASHINGTON ROAD. ------------------------------------------------------------------------------- I.p. CODE SPECIAL PROVISIONS DESCRIPTION ------------------------------------------------------------------------------ 17-1-01-SP 8-1-01-SP 9-1-02-SP 152-1-01-SP 10-1-01-SP 2-1-01-SP 802-1-01-SP 19-1-01-SP 8-1-01-SP 883-1-01-SP it5-1-01-SP 1'9-0-00- I I I I I I I I I I I LEGAL REGULATIONS AND RESPONSIBILITIES TO THE PUBLIC PROSECUTION AND PROGRESS MEASUREMENT & PAYMENT FIELD LABORATORY BUILDING (OFF/SYSTEM 400/402) ASPHALTIC CONCRETE (OFF SYSTEM - 400/402) RECYCLED ASPH CONCRETE (OFF SYSTEM - 400/402) AGGR FOR ASPH CONC (Off System 400/402) FIBER STAB ADDITIVES (Off System 400/402) HOT MIX ASPH CONC MIXTURES (Off System 400/402) MINERAL FILLER (Off System 400/402) TRAFFIC SIGNAL EQUIPMENT (P.I. 647-1000) PLANS ( q ) CC13 I. ~ I I I I I I I I I I I I I I I I I Date: September 24, 2002 First Use Date 200 I Specifications: November I, 2002 DEPARTMENT OF TRANSPORT A TION STATE OF GEORGIA SPECIAL PROVISION (For State Aid Contracts Only) Section 107-Legal Regulations and Responsibility to the Public Delete Subsection 107.23.A 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 of 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 (GEP A). of 1991. In compliance with GEP A, those projects for which federal funding is sought, and NEPA compliance is accomplished, are exempt from the requirements ofGEPA. GEP A requires 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 ofa State Agency or a grant of more that $250,000.00 is made by the State Agency (0 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 Adyersely Affect The Quality Of The Environment: Non-land disturbing activities and minor land disturbing activities that would not be anticipated to significantly affect the quality of the environment include the following list. These types of projects funded with state money would not be subject to environmental assessment of any kind. Hearing procedures outline in GEPA would not be applicable. 1. Minor roadway and non-historic bridge projects. a. Modernization of an existing highway by resurfacing, 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. I b. Adding auxiliary lanes for localized purposes (weaving, climbing, speed changes, etc.) and correction substandard curves and intersections wi~thin previously disturbed existing right-or-way. . c. Non-historic bridge replacement projects .in existing alignment with no detour bridge. 2. Lighting, signing, pavement marking, signalization, freeway surveillance and control systems, and railroad protective devices. . 3. Safety projects such as grooving, glared screen, safety barriers, energy atlenuators, median barriers. etc. 4. Highway landscaping and landscaping modification, rest area projects and truck weigh stations within previously disturbed existing right-of-way. 5. Construction of bus shelters and bays within existing right-of-way. 6. Temporary replacement ofa highway facility that is commenced immediately after the occurrence ofa natural disaster of catastrophic failure to restore the highway for the health, welfare, and safety of the public. 1 Office of State Aid CC14 I 1 I I I I I I I I I I I I I I 1 1- 1 .r Section 107--Legal Regulations and Responsibility to the Public B. The Following Projects May Not Significantly Adversely Affect The Quality Of The Environment: For projects that will cause land disturbance and for which there is no anticipation .that the project may significantly adversely affect the qualit'j of the environment, certain studies will be undertaken. These studies would serve to document whether or not the County or municipality should anticipate that a project might significantly adversely affect the quality of the environment. Documentation of the studies will be accomplished through the use of the "GEPA Investigation Studies" checklist. The types of projects that would fall under the category, would include: 1. Bridge replacement projects on new location or with a detour bridge, where there are no significant adverse impacts to historic or archaeological resources, no involvement with Federally listed threatened and endangered species and no significant adverse impact to wetlands. 2. Passing lanes, median additions and widening projects, where there are no significant adverse impacts to historic or archaeological resources, no involvement with Federally listed threatened and endangered species and no significant adverse impact to wetlands. 3. Safety and intersection improvements where there are no significant adverse impacts to historic or archaeological resources, no involvement with Federally listed threatened and endangered species and no significant adverse impact to wetlands. 4. Rest area projects and truck weigh stations with no purchase of additional right-of-way. 5. New location projects where there are no significant adverse impacts to historic or archaeological resources, no involvement with Federally listed threatened and endangered species and no significant adverse impact to wetlands. If studies demonstrate that the project will not significantly adversely affect the quality of the environment, project files will be documented. Ifstudies demonstrate that the project may significantly a.dversely affect the quality of the environment, development of an environmental effects report (EER) will be undertaken along \vith full GEP A compliance. C. The Following Projects May Significantly Adversely Affect The Quality Of The Environment: This category of projects may include major widening and new location projects. If such projects result in a significant adverse effect, an EER shall be prepared. D. EER Procedure: GEP A calIs for consideration of the "cumulative 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 that are connected geographically or as logical parts in a chain of contemplated actions. 1. During preparation of an environmental effect report, the County or Municipality will consult with and solicit comments from agencies that have jurisdiction by law, special expertise, or other interest with respect to environmental impacts. 2. In comp[iance with GEP A the following shall be contain;d 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, f1(Hal fau,na, archaeologylhistory, 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; CC 15 Office of State Aid Page 2 I 1 I I I I I I I I I I I I I I I 1 I Section 107-Legal Regulations and Responsibility to the Public 3. At least 45 days prior to making a decision as to whether to proceed with the undertaking, publish in the "legal organ of each County in which the proposed governmental action or any part thereof is to occur, notice that an environmental effec~ report has been prepared". 4. The 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 ifat least 100 residents of the State of Georgia request on within 30 days of publication in the legal organ of an affected County. The responsible official or his designee may hold a public hearing ifless than 100 requests are received. (The county or municipality is not relieved of other Slate legal requirements of public hearings, however.) 7. Following the public notice period and/or public hearing, a summary of the document, comments received and recommendation as to whether"to proceed with the action as originally prepared, to proceed with changes. or not te proceed will be prepared (Notice of Decision). 8. TIlls decision document, when signed by the responsible official, wiII 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 copy of the decision document, the EER and public hearing comments (ifany) will be sent to the Department Of Transportation, Office of Environment and Location and The Department of Natural Resources, Environmental Protection Division for their files. Department Of Transportation Office Of Environment And Location 3933 Aviation Circle Atlanta, Georgia 30336 Department Of Natural Resources Environmental Protection Division 205 Butler Street, Se Suite 1152 Atlanta, Georgia 30334 Any mitigation measures identified in the EER will be incorporated into the final project plans. . CC16 Office of Slale Aid Page 3 I I I I I I I I I I I I I I I I I 1 I Date: May 29,2001 First Use Date 2001 Specifications: November 1, 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 1 DB-Prosecution and Progress Retain Subsection 108.03 except as modified below: For this Project, the Progress Schedule required by Subsection 108.03 need not be submitted. CC17 I I I I I I I I I I. I I I I I I I I I Date: July 3,2001 First Use Date 2001 Specifications: November 1, 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 1 09-Measurement & Payment (City/County Contracts) Delete the first sentence of Subsection 109. 07.A, paragraph one, and substitute the following: A. General: On the tenth day of each c;alendar month, the total value ofItems complete in place wiII be estimated by the Engineer and certified for payment. CClS I. I. I I I I I I I I I I I I I I I I I Date: August 8, 2002 First Use Date 2001 Specifications: November I. 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 152-Field Laboratory Building Delete Subsection 152.1. 02.B and substitute the following: B. Referenced Documents GDT 38 GDT 83 NFPA-IOA Delete Subsectioll 152.3.05.D.5.e tlzroutlz II. .1 . CC19 I.. I I I I I I I I I I I I I I I I I 1 Date: August 8, 2002 First Use Date 2001 Specifications: November I, 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 400-Hot Mix Asphaltic Concrete Construction Delete Subsection 400.2 and substitute the/ollowing: 400.2 Materials Ensure that materials comply with the specifications listed in Table 1. Table 1-Materials Specifications Material Subsection Asphalt Cement, Grade Specified 820.2 Coarse Aggregates for Asphaltic Concrete 802.2.02 Fine Aggregates for Asphaltic Concrete 802.2.01 Heat Stable Anti-Stripping Additive 831.2.04 Hydrated Lime 882.2.03 Silicone Fluid 831.2.05 Bituminous Tack Coat: PG 58-22, PG 64-22, PG 67-22 820.2 Hot Mix Asphaltic Concrete Mixtures 828 Delete Subsection 400.3.02.B.5. ~ Delete Subsection 400.3.02.B.8. Delete Subsection 400.3. 02. C.5. Delete Subsection 400.3.03.A.3 Table 2 and Substitute the/ollowing: Table 2-Application Rates for Bituminous Tack, gallyd2 (Um2) Minimum Maximum All Mixes. 0.04 (0.180) 0.06(0.270) .On thin leveling courses and freshly placed asphaltic concrete mixes, reduce the application rate to 0.02 to 0.04 gal/yd2 (0.09 to 0.18 Um2).- CCL.U 1 I, I I I I I I I I I I I I I I I I I Delete Subsection 400.3.03.B.4 and Substitute the following: 4. Use leveling course mixtures that meet the requirements of the job mix formulas defined in: · Subsection 400.3.05.A. "Observe Comoosition of Mixtures" · Section 828 Delete Subsection 400.3.03.B.5 and Substitute thefollowing: 5. If the leveling and patching mix t)pe is undesignated, determine the mix t)pe by the thickness or spread rate according to Table 3. Table 3-Leveling and Patching Mix Types Thickness Rate of Spread Type of Mix Up to 0.75 in (19 mm) Up to 85 Ibs/yd2 (45 kg/m2) 4.75 mm Mix or 9.5 mm Superpave (level A) 0.75 to 1.5 in (19 to 38 mm) 85 to 165 Ibs/yd2(45 to 90 kg/m2) 9.5 mm Superpave (level 8) 1.5 to 2 in (38 to 50 mm) 165 to 220 Ibs/yd2 (90 to 120 kg/m2) 12.5 mm Superpave . 2 to 3 in (50 to 75 mm) 220 to 330 Ibs/yd2 (120 to 180 kg/m2) 19 mm Superpave * Over 3 in (75 mm) Over 330 Ibs/yd2 (180 kg/m2) 25 mm Superpave * These mixtures may be used for isolated patches no more than 6 in. (ISO mm) deep and no more than 4 ft. (1.2 m) in diameter or length. Delete Subsection 400.3.05.D.l. Delete Subsection 400.3.05.D.3. Delete Subsecti01l 400.3. 05.E and Substitute the followi1lg: E. Observe \Veather Limitations Do not mix and place asphaltic concrete if the existing surfac<;: is wet or frozen. Follow the temperature guidelines in the following taMe: Table 4;-Lift Thickness Table Lift Thickness Minimum Temperature 1 in (25 mm) or less 55 OF (13 OC) 1.1 to 2 in (26 mm to 50 mm) 45 OF (B'loC) 2.1 to 3 in (51 mm to 75 mm) 35 *F (2 oC) 3.1 to 4 in (76 mm to 100 mm) 30 OF (DOC) 4.1 to 8 in (101 mm to 200 mm) Contractor's discretion CC21 I .. I I I I I I I I I I I I I I I I 1 1 Delete Subsection 400. 3. 05.F.1 and Substitute thefollowing: 1. Determine the course's maximum compacted layer thickness by the type mix being used according to Table 5. Table 5-Maximum Layer Thickness Mix Type Minimum Layer Maximum Layer Maximum Total Thickness Thickness Thickness 25 mm Superpave 3 in (75 mm) 5 in (125 mm) · - 19 mm Superpave 1 3/4 in (44 mm) 3 in (75 mm) · - 12.5 mm Superpave 1 3/8 in (35 mm) 2 1/2 in (62 mm)" 8 in (200 mm) 9.5 mm Superpave 3/4 in (19 mm) 2 in (50 mm) 4 in (100 mm) Level A) 9.5 mm Superpave Levels 7/8 in.(22 mm) 2 in (50 mm) 4 in (100 mm) 8, C, or 0) 4.75 mm Mix 3/4 in (19) mm) 1 1/8 in (30 mm) 2 in (50 mm) . Allow up to 6 in (150 mm) per lift on trench widening. Place 9.5 mm Superpave and 12.5 mm Superpave up to 4 in (100 mm) thick for driveway and side road transition. Delete Subsection 400.3.05.H.3. Delete Subsection 400.3. 06.A. 1 and Substitute thefollowing: 1. Determine Lot Amount A lot consists of the tons (megagrams) of asphaltic concrete produced and placed each production day. If this production is less than 500 tons (500 Mg), or its square yard (meter) equivalent, production may be incorporated into the next working day. The Engineer may terminate a lot when a pay adjustment is imminent if a plant or materials adjustment resulting in a probable correction has been made. Terminate all open lots at the end of the month, except for materials produced and placed during the adjustment period. If the final day's production does not constitute a lot, the production may be included in the lot for the previous day's run; or, the Engineer may treat the production as a separate lot with a corresponding lower number of tests. Delete Subsection 400.3. 06.A.2 and Substitute the following: 2. Determine Lot Acceptance If the Engineer determines that the material is not acceptable to leave in place, the materials shall be removed and replaced at the Contractor's expense. t Delete Subsection 400.3.06.A.3.b.3).(g) and Substitute the following: (g) Add the following information on load tickets from which a sample or temperature check is taken: · Mixture temperature · Signature of the QCT person performing the testing CC22 I. I. I I I I I I 1 I I I I 1 I 1 I I I Delete the text-box note under Table 6 in Subsection 400.3.06.A.3.bA).a). Delete Subsection 400.3.06.A.3.bA).b) and Substitute thefollowing: b) Quality Assurance Sampling and Testing (1) Randomly take a minimum of two quality assurance samples from the lesser of five days or five lots of production regardless of mix type or number of projects. (2) Compare test deviation fromjob mix formula to Mixture Control Tolerances in Section 828. Ifresults are outside these tolerances, another sample from the respective mix may be taken. NOTE: For leveling courses less than 110 Ib/yd1 (60 kg/m1) that have quality assurance test results outside the Mixture Control Tolerances of Section 828, use the Department's test results onlv. rftest results of the additional sample are not within Mixture Control Tolerances, the Department wiII take the following action: · Take random samples from throughout the lot as in Subsection 400.3.06.A.l.bJ and use these test results for acceptance and in calculations for the monthly plant rating. · Determine if the Contractor's quality control program is satisfactory and require prompt corrective action by the Contractor if specification requirements are not being met. · Determine if the QCT has not followed Departmental procedures or has provided erroneous information. · Take samples of any in-place mixture represented by unacceptable QCT tests and use the additional sample results for acceptance and in calculations for the monthly plant rating and apply applicable pay factors. Delete Subsection 400.3.06.B and Substitute the following: B. Compaction Determine the mixture compaction using either GDT 39 or GDT 59. The compaction is accepted in lots defined in Subsection 400.03.06.A "Acceptance Plans" and is within the same lot boundaries as the mixture acceptance. 1. Calculate Pavement Mean Air Voids The Department will calculate the pavement air voids placed within each lot as follows: a. AveI')!ge the results of 5 tests run on randomly selectetl sites in that lot. b. Select the random sites using GDT 73. Density tests are not required for asphaltic concrete placed at 90 Ibs/yd2 (50 kglm2) or less, 4.75 mm mix. Compact these courses to the Engineer's satisfaction. The maximum Pavement Mean Air Voids for all Superpave mixtures shall be 8.3 percent. The adjustment period for density shall be three lots or three production days, whichever is less, in order for the contractor to ensure maximum compactive effort has been achieved which will yield no more than 8.3 f'ercent,Mean Air Voids. If the contractor needs to adjust the mixture to improve density results, a change in the job mix formula may be requested for approval during the adjustment period so long as the following values are not exceeded: · Coarse control sieve :!: 4% · No.8 (2.36 mm) sieve :!: 2% · No. 200 (75 J..lm) sieve :l: 1 % · Asphalt Content :l: 0.2% · All value changes must still be within specification Iimits CC23 I I I 1 I I 1 1 I I I I I I I I I I I If the Office of Materials and Research is satisfied that the Contractor has exerted the maximum compactive effort and is not able to maintain Pavement Mean Air Voids at no more than 8.3% after the adjustment peroid, the Engineer may establish a maximum target for Pavement Mean Air Voids. If the pavement mean air voids within a Lot exceeds 8.3% (or 100% of the maximum target air voids, if established) is not maintained, the Engineer may stop the paving operation until appropropriate steps are taken by the Contractor to correct the problem. Upon approval of the Engineer, the paving operation may be restarted but will be limited to a 1000 ft (300 m) test section to ve~fy that the corrective action taken will result in satisfactory density. Continued operation may not be permitted if the pavement mean air voids fail to meet the specified density requirements. 2. Obtain Uniform Compaction For a Lot to be accepted for compaction, the air void range cannot exceed 4% for new construction or 5% for resurfacing projects, The range is the difference between the highest and lowest acceptance test results within the affected lot. .. Delete SubseCtion 400.3. 06. C and Substitute thefollowing: C. Surface Tolerance In this Specification, pavement courses to be overlaid with a friction course are considered surface courses. Other asphalt paving is subject to straightedge and visual inspection and irregularity correction as shown below; 1. Visual and Straightedge Inspection Paving is subject to visual and straightedge inspection during and after construction operations until Final Acceptance. Locate swface irregularities as follows; . a. Keep a 10ft (3 m) straightedge near the paving operation to measure surface irregularities on courses. Provide the straightedge and the labor for its use. b. Inspect the base, intermediate, and surface course surfaces with the straightedge to detect irregularities, c. Correct irregularities that exceed 3/16 in. in lOft (5 mm in 3 m) for base and intermediate courses, and 1/8 in. in 10 ft (3 mm in 3 m) for surface courses. Mixture or operating techniques will be stopped if irregularities such as rippling, tearing, or pulling occur and the Engineer suspects a continuing equipment problem. Stop the paving operation and correct the problem. Delete Subsection 400.3.06.D and Substitute thefollowing: D. Reevaluation of Lots Reevaluation of Lots and acceptance will be based on Department evaluations. The Department will be reimbursed by the Contractor for all costs of these evaluations. ; Delete Subsection 400A.A.2.b and Substitute:the following: b. Ensure that the corrected surface course complies with Subsection 400.3.06.C.1. "Visual and Straightedge Inspection," The mixture required to correct a deficient area is paid for at the Contract Unit Price of the course bdng corrected. I I . The quantity of the additional mixture shall not exceed the required calculated quantity used to increase the average thickness of the overlaid section to the maximum tolerance allowed under the following table. Table 11- Thickness and Spread Rate Tolerance at Any Given Location Course Thickness Specified Spread Rate Specified Asphaltic concrete base course :l: 0.5 in (:1:13 mm) +40 Ibs, -50 Ibs (+20 kg, -30 kg) - Intermediate and/or wearing course :l: 0.25 in (:f: 6 mm) +20 Ibs, -25 Ibs (+10 k,9.rJ.f5Akg) I I. I I I 1 1 I I I I I I I I I I I I Overall of any combination of 1 and 2 :t 0.5 in (:t13 mm) +40 Ibs, -50 Ibs (+20 kg, -30 kg) NOTE 1: Thickness and spread rate tolerances are provided to aI/ow normal variations withIn a given lot. Do not continuously operate at a thickness or spread rate not specified. . When the Plans specify a thiclmess, the Engineer may take as many cores as necessary to determine the. average thiclmess of the intermediate or surface course. The Engineer shall take a minimum of one core per 1,000 ft (300 m) per two lanes of roadway. Thiclmess will be determined by average measurements of each core according to GDT 42. lfthe average exceeds the tolerances specified in the Subsection 400.4.A.2.b, Table II. "Thickness and Spread Rate Tolerance at Any Given Location", additional cores will be taken to determine the area of excess thickness and excess tonnage will not be paid for. Delete Subsection 400.5 and Substitute the following: 400.5 Payment Hot mix asphaltic concrete of the various types are paid for at the Contract Unit Price per ton (mega gram) or per square yard (meter). Payment is full compensation for furnishing and placing materials including asphalt cement, hydrated lime when required, approved additives, and for cleaning and repairing, preparing surfaces, hauling, mixing, spreading, rolling, and perfonning other operations to complete the Contract l~em Payment will be made under: Item No. 400 Asphaltic concrete !YQg Superpave, Group-blend, Including bituminous Per ton (megagram) materials, Gilsonite modifier, and hydrated lime Hem No. 400 inches asphaltic concrete, !YQg Superpave, qroup-blend including Per square yard (meter) bituminous materials, Gilsonite modifier and hydrated lime 400.5.01 Adjustments A. Materials Produced and Placed During the Adjustment Period (This Subsection is Deleted.) B. Determine Lot Acceptance The control sieves used in the mixture acceptance for the various types of mix are indicated below: Control Sieves Used in the Mixture Acceptance Schedule I Asphaltic concrete 25 mm Superpave 1/2 in., No.8 (12.5 mm, 2.36 mm) sieves and asphalt cement I Asphaltic concrete 19 mm Superpave 3/8 in., No.8 (9.5 mm, 2.36 mm) sieves and asphalt cement. . Asphaltic concrete 12.5 mm Superpave 31.8 in., No.8 (9.5 mm, 2.36 mm) sieves and asphalt cement Asphaltic concrete 9.5 mm Superpave No.4, NO.8 (4.75 mm, 2.36 mm) sieves and asphalt cement Asphaltic concrete 4.75 mm Mix No.8 (2.36 mm) sieve and asphalt cement The Department wiII perform the following tasks: 1. Detennine the mean of the deviations from the job mix formula per test results per lot. 2. Detennine this mean by averaging the actual numeric value of the individual deviations from the job mix formula; disregard whether the deviations are positive or negative amounts. C. Calculate Pavement Mean Air Voids The Department will determine the percent of maximum air voids for each lot by dividing the pavement mean air voids by the maximum pavement mean air voids acceptable. CC25 I I I I 1 I I I I I I I I I I I I I I D. Asphaltic Concrete For Temporary Detours Hot mix asphalti<; concrete placed on temporary detours that will not remain in place as part of the permanent pavement does not require nydrated lime. Hot mix used for this purpose is paid for at an adjusted Contract Price. Where the Contract Price of the asphaltic concrete for permanent pavement is let by the ton (megagram), the Contract Price for the asphaltic concrete placed on temporary detours is adjusted by subtracting $0.75/ton ($0.85/mg) of mix used. Where the Contract price of the mix in the permanent pavement is based on the square yard (meter), obtain the adjusted price for the same mix used on the temporary detour by subtracting $0.04/yd2 ($0.05/ m2) per I-in (25-nun) plan depth, Further price adjustments required in Subsection 400.3.06, "Ouality Acceptance." are based on the appropriate adjusted Contract Price for mix used in the temporary detour work. CC26 I I I 1 I I I I I 1 I I 1 I I I I I I Date: August 8. 2002 First Use Date 200 I Specifications: November I, 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 402-Hot Mix Recycled Asphaltic Concrete Delete Subsection 402.2.A and substitute tlzefollowing: A.. RAP Material Composition Use RAP materials from any of the following: · Existing roadway · Contractor's RAP stockpile that has been approved by the Department .. Department stockpile NOTE: The location of Department RAP material stockpiles will be given on the Plans. 1. RAP Percentage Limit the percentage of RAP allowed in recycled mixes so that the overall amount of alluvial gravel does not exceed 5 percent of the total mix. The percentage of alluvial gravel, local sand, and Group I material in the RAP will be determined through petrographic analysis or available records. . RAP furnished to the Contractor but not used in the work remains the Contractor's property. RAP used in the recycled mixtures for mainline or ramps (if applicable) may make up from 0 to 40 percent of the mixture depending on the amount of RAP available, the production facilities, and whether the mixture meets the requirements in Section 828. The maximum ratio of RAP material to the recycled mixture is 40 percent for continuous mix type plants and 25 percent for batch type plants. 2. Process RAP Material Process,RAP material to be used in the recycled mixture-so that 100 percent will pass the 2 in (50 nun) sieve. Additiorull crushing and sizing may be required if the RAP aggregate exceeds the maximum sieve size for the mix type as shown in Section 828. Obtain representative materials from the RAP stockpile for the mix design.' Delete Subsection 402.2.F and substitute the following: F. Recycled Mixture I The recycled mixture shall be a homogenous mixture of RAP or RAS material, virgin aggregate, hydrated lime, and neat asphalt cement. Further, ensure that the mixture is appropriately treated with an approved anti-stripping agent, either a heat stable anti-striping additive or hydrated lime. Anti-stripping agent can be chosen at the Contractor's discretion except where noted in the Pay Item Designation. Ensure that the mixture conforms to an approved mixture design outlined in Section 828. Where hydrated lime is used, it shall be added at a rate of 1.0 percent of the virgin aggregate portion plus 0.5 percent of the aggregate in the RAP portion of the mixture. Where heat stable anit-strip additive is used, it shall be added at a rate of 0.5 percent of the neat asphalt cement. added to the mixture. CC27 I I.t I I I I I I I I I I I I I I I I I Date: August 8. 2002 First Use Date 2001 Specifications: November 1.2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 802-Aggregates for Asphaltic Concrete Delete Subsection 802,2.01.A.5. '; CC28 I I, I I I I I I I I I I I I I I I I I Date: August 8, 2002 First Use Date 2001 Specifications: November 1,2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 819-Fiber Stabilizing Additives Delete Section 819. .1 CC29 I. I~ I I I I I I I 1 I I I I I I I I I Date: August 8, 2002 First Use Date 2001 Specifications: November I, 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 828-Hot Mix Asphaltic Concrete Mixtures Delete Subsection 828.1 and Substitute thefollowing: 828.1 General Description TIlls specification includes the requirements for hot mix asphaltic concrete mixtures, including: · Superpave asphaltic concrete mixtures .. Fine-graded mixtures 828.1.01 Definitions Nominal Maximum Sieve Size: One standard sieve size larger than the first sieve to retain more .than ten percent. Delete Subsection 828.2.C.l.b and Substitute thefollowing: b. Design mixtures which meet the following criteria for rutting where tested using GDT 115: · Mix Design Level A - 0.3 in (7 mm) maximum · Mix Design Level B - 0.25 in (6 mm) maximum · Mix Design Level C & D - 0.2 in. (S mm) maximum Mixtures designed prior to July 1,2001 which do not exceed 0.2 in (5 rom) rutting when tested at 120 OF (49 oc) using GDY I 15 may be acceptable. Tests will not be required for mixtures designed exclusivelx for trench widening for the 4.75 mm mix. 1 Delete Subsection 828.2.01. Delete Subsection 828.2.02. CC30 I I I I I I I I I I I I I I I I I 1 I Date: August 8, 2002 First Use Date 2001 Specifications: November 1,2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section "883-Mineral Filler Delete Section 883. CC31 I I I I I I I I I I 1 I I I 1 1 I I I Date: February 27,2002 Revised: May 21, 2002 First Use Date 2001 Specifications: November 1. 2002 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION Section 925- Traffic Signal Equipment Delete Subsection 925.2.29.A and substitute the following: 925.2.29 Traffic Signal Pull Box A. Requirements Ensure that traffic signal pull boxes are ba.sed on a test load of 20,800 pounds (9455 kg) load over a 10 inch x 10 inch (250 mm x 250 mm) area. Ensure that precast concrete boxes are constructed of Class A concrete meeting the requirements of Section 500. Polymer concrete or high density plastic pull boxes will be acceptable if the loading qualifications are met. Supply covers for each pull or junction box that satisfy the loading qualifications. Furnish covers with the logo ''TRAFFIC SIGNAL". Use Type 1 pull boxes [12 inches x 12 inches (300 mm x 300 mm)) for loop lead-ins. When loop lead-ins and splices and other cables are required, use Type 2 or Type 3 pull boxes [11 inches x 18 inches (275 mm x 450 mm)). Use Type 4 and 5 pull boxes for fiber optic cable. Refer to the Standard Detail Drawings and the Traffic Signal Design Manual for further information. Delete Subsection 925.2.31.A and substitute the following: 925.2.31 loop lead-In Cable A.. Requirements Ensure that loop detector lead-in cable is No. 18 A WG, 3-pair stranded and twisted tin plated copper (TPC) conductor with 0.015 in (0.381 mm) Polyethylene (PE) insulation for each conductor. Ensure that each pair is stranded with TPC drain wire and overall covered with an aluminum Mylar shield. Ensure the outer jacket is 0.04 in ( 1.016 nun) of black ultraviolet (UV) resistant PE 300 volt direct burial rated with a nominal outside diameter of 0040 in ( 10.16 mm). . Ensure that identification markings are imprint stamped on the jacket as requested. Ensure the black 3-pair/stranded cable meets IMSA specifications 50-2. CC32 . . ("') o c: Z -I -< ;0 ("') :J: s: o z o "'0 ;0 o ~ m ("') -I Z o f ~ ~ i ("') ::! > c: G'> c: en -f > ~ ~ 9 ] ~ :z )> )> ;:0 E5: ;:0 m m z ;:0 o )> o I () ;:0 CJ1 ~ --" OJO'TI ;:00;:0, 6.j>.0 (;)$:::: mr= ;:om oU> )>U> 00 C --l I o 'TI ~ )> ;:0 ;:0 m z ~ --l )> 0 U> I Z (;) --l o Z ;:0 --l 0 o )> --l 0 )> I I m z G> -I :J: I G> --l .......... :J: ..... :E;:o .j>. 00 J:,.. --l~ .j>. :J:-< CJ1 ~~ '? 00 0:> -I;;;:> o :J:<: N ~"'O en 0< N -fE5: co :J:--l ((:):) I I I I (j ~ I d::S ~ (j I .. >- C':)~ d 00 I 1-3~ ~(j ~ ~I ~~ .. 0 ~ ~I ~d '(JJ ~ I S~ ~~ > ~ ~ I B >- ~ c::: t-' ~ ~ ~ ~ I ~ C':) ~ II ~ I t::l I "Cl ~ o t;l Q 2 9 "Cl ~ o o o , [J) o o lJI b o ~ (j o ~ .., ~ ~ ~ T - w "* .... l"! I ... ~ ~. ... ,- 0\ ... ,- ~ to> ,- ~ .- ~ , ~ <: ~ <: > ~ ... ,- ~ "Cl ~ o ~ l":l C') ~ t::l l":l I I I I I I I 88(6)E)Z) ~ ~ f;l f;l ~ f;l ("') >< ("') (j (j("') o wO<o< 0< 0< 2 ~ ("') (j ("') ("') ("') - t'" t'" t'" t'" :tJ ("') l":l l":l l":l l":l t-l 0 t::l t::l t::l t::l .., ~ > > > > l":l \ J CI.l CI.l CI.l CI.l CI.l :tJ "Cl "Cl "Cl "tl 8 t-l = = ::: = l":l ~ ("') (j ("') Ci <'l 0 0 0 0 <: (j 2 2 2 2 ~ ~ (j (j ("') Ci ... t'" to> _ .... '" l":l lJI \0 !" o Ro <: 3 3 lJI ~ 0 t-'i 3 3 3 _0 ~ t'" CI.l CI.l 3 '^ 2 c::: c::: rJ:,: \S 0 "Cl "Cl c::: ""1 l":l > l":l l":l "tl r. ;0 CI.l 2g 2g l":l - 0 t::l ~ > 2g > ~ ::a ~ ~ > r CI.l E.lj ~ ~ ~ ,,-'" Q 0 O~ v !=' ~ "Cl "Cl 0 ~ \0 t::l - .... "Cl o 0 0 ... ~ ~ ~ :tJ :tJ 0 - t:tI .., to> to> 2 f" ~ = :.. ___ ~ 0< t-'i 2 2 ~ "Cl l":l (j (j_ t':l 2 t'" t'" 2 to> 0 ~ ~ Ci - .., .., t'" ~ ~ ~ ~ :tJ ;:::: ;:::: ~ > > =" .., .., .... t'" t"'" > Ro Ro .., ::: = t'" t"'" t'" Ro - - = ;:::: ;:::: t'" l":l l":l _ @ @. ~ (0; "'" to> (@ "'" to>@Ci o 0 t'" t'" - t:tI t:tI 8: en en t'" 0< 0< 0; .-.. .-.. en ~ ~ 0< "Cl "Cl -- l":l l":l CI.l 2g 2g ~ > > 2g 0 ~ ~ > ~ ~ ~ >< >< ;:::: t::l t::l - M l":l >< ~ ~ t::l o 0 l":l 2 2 ~ t-< t'" 0 l":l l":l 2 ~ ~ t'" t'" t'" ~ > t:tI l":l '-' '-' t'" 0; '-' i :E S' iil >- >-3 ~ (')...0 n :::r - S" c: f6 Eii' ~ 0.. ::;. ~ :E 3 ~~8:Q Ql .... 0"' - :;.;- 0.. :l '<: .... CIl !'D :E ...,. -< :::r .... :::r [J) llJ ,..,.. rD ,..,.. - :::rC~9 ET-'T.Io..ro ro >- Ql ro c:[J).......,. "j,o..Ql ~ 0'" tf.I ...... .;' !; '2 ~ .... ..... 'T.I...o ;:;. 0 >- c: ro ...,. [J) ::;. Ql ; ';-'" ro :l 0 "'- 3 0.. ...... ro :l ~ :l :l 0::l'<:1jj" Ql S' Ql 0.. 0..Q., 8:ET-8:g:. ::r. Eii' ::r. ro On 0,..... ::l 0 ::l '-< e.::l~~ '"d~:Eo Ql nO.... '<: ...,. "1 3 3 :E :;.;- 'T.I ro ~ ro ::l - 0- ...,. 0"' ro ro .... e. .., = CI.l .., ~ n ~ CI.l l":l 8 o 2 > "tl "Cl t'" - l":l CI.l ~ .., > 0 ~ .. 2 ~ h :tJ lJI -1 - 2 o .., ~ t::l.., ~ga RS CI.l("') ~~ MO ~~ ~~ (jt':l 02 2'" ..,CI.l :tJ~ Ot'" t"'t"'" t::lt:tl MM ~~ MCI.l [J)"Cl '0 2 [J) C3 t"'" M ~ o :tJ "Cl t"'" > ("') r>:! ;:::: r>:! 2 ~.., ::: > 2 .., r>:! 2 ~ (j ?' ~ t::l - 2 CI.l "Cl r>:! Q o 2 o ~ .., ~ ~ (j ("') o 2 .., :tJ o t'" 17(;);) ..,"Cl.., g;>~ ~~ g;~~ .., t'" CI.l 2 "Cl ="Cl "Cl..,> 0::; ~S~ tH~ en S ;:::: :tJ en C3 r>:! r>:! 0:= ?:tJ3 -> -..,...., >t'" ..,~O ent'" O<;::::j~ ~;:::: 0 [J) .., 2r>:!~8~ t::l r>:! .., 2 >.., ::: ;:::l.., t-'i~~ 0::: t'" > 0 -M 0("')::0 8 0 (j .., .., Or>:! >. > 60 t"'>::j >::0 OZO 2000<2 0> ~=lC13 ~t::l ~ ~ ~ ....~ ~[J)::O 82 r>:!9::l 9'> z.....(j :-' 0 .., ~ ::; r>:!~0> ;:::: t::l ;:::l ::j > ~ 0 ~ ~ ~ ~ >2.02 .r 0S;(j > (j::oO 20M 2 t::l en t::l CI.l 0; .., > .., r>:! .., Z e "Cl 0 t::l (j t"'" -l"7-l > :::.c._ Ci ~02 r>:! .., C':l o ~("').., - "Cl 0 = 2>~cn > ::::l ::0 "Cl ("') -l M ::::l Ci;::::t::lO o M t:tI.... ::0 2.....M t::l ..,......(j > 0 .., .., ~ "'l=cn M .., CI.l t'" 5:(j- 20;:::: CI.l2:j "Cl"'M 05:t::l ::0("').., "'...,0 g ~ 2 _ . .., t':l ;:::: CI.l [J) M .., ~ j ~ I I I ;g I ~ Q ~ 2 JI 9n~ Cj~ gg~ ~~ ~I ~ C1 ~ ~ Cj 001 ~ 1-3 ~ ~ ~ (j 00 ~ 1-31 ~ ~ ~ ~ 0 ~Z ~ t; 61 ooo~ ~ ~ I ~~~ ~ ~ ~I o~ Z c:: l . ~ ~ ~ zl ~ ~ ~ I I I I I I I a- ,- o ,. '=1 , - ~ ~ ~ en -l Z Oa- ~'=1 ~ ::= ~ 2 -l N ,- ~ N ,- ~ ~(06)~ ;~ ~ ~ G; ~ ~ ..,~ X ~ ~ 0 ~ -l0 to> -< -< -...-< l'%:l2 '=1 ~ ~ ~ ~ ;tl~ - t'"' t'"' t'"' t"" ~;tl ~ ~ l'%:l ~ l'%:l Ol'%:l 00000 2::j ~ > > ~ > en ~ \J en en ~J en -len::O ~ ~::::! '" ;tlS ['j:::::::::: -::r: e~;1 ~ ~ ~ ~ ~ ~ 0 0 0 0 ;:j< ~ 2 Z 2 Z (l'%:l O~ ~ ~ ~ ~ ~ 2 ~ c::I ~ :;:; ;::: ~ ~C':l Ro 33 1", ~ O?-- C':l 33333 ['j <ra c:: en en en ~ ~ ~ sg sg ~ ~:(r) t"" \11 t'1 ~ ~ ~ t""~ l' ~ ~ ~ l'%:l ~ ~ C':l > ). ~ .~ ~~ ~ ~ ~ ~ ~ ~ ~ -l 0 C':l - '0 > 1t\ !=' '" '" 0 '" en-....l..:> _ _ '" E5 ~\ S 0 0 N N 2- N;tl;tl 0 ~ C':l r- c::I N N 2 t"" -l0 ~::,"";;:_< < ..c. 2 _ 2 "':l ~ ~ - Z ;tl ['j t'"' t'"' 2 ~ t::I N t:I:l c::I ~ t'"' en ~ ~ t'"' c::I ::r: ~ ~ t:I:l _ > - -l t'"' -l ~ t'"' ::= := ~ s: c::I > > ~ ~ ['j -l -l ::= ~ ~ t'"' t'"' > ~ en Ro Ro ~ t'"' ~ ::r: ::r: Ro Ro ~ ~ ~ ::r: ::r: > S; S; t'"' t'"' Q ~ S. rti :> >-l l'%:l t'1 ~ ~ 0;:0....0 R 2:@ @ t'j t'j ~ CCr.>V> A N = < 0" p.. ::j' Vl ~.... N @ = _roroC'DVl<; 0 0 _ ~3 p..p..~~ t'"' t'"' ~ ~ ~ _. 0" ....: '" c::I c::I Ul t'"' ::: p.. =' '< ~ V> Vi Vi t'"' c::I 0(1):;;,..,. ::r'< < t:I:l -- t'"' _.::r' (fJ ~.-. .-. Vi ~ c::I ::r-C'D5J:=en en <...... Vi g:. c:: :l :3 ~ ~ Ci3 Ci3 < ro~g.~t'j t'j e ~ o .,,..,.::O;tl ~ t'j .., C ~o..~ '"l:l '" ~ ;tl ..:> 2. 0" Vl := > > ::l:l '"l:l 1", ""'C-;:;'"t <: <: '"l:l > ~,..,. ~C'D l'%:l l'%:l > <: :3 ~. 6 j:.g ~ ~ ~ l'%:l ~ C'D,..,. .$ ::j' >< x := e ~ V> . C'D 0 0 ~ ~ '" ='5......:3~ t'j X X l'%:l 0.."",.Y C'D en en 0 ;tl ='<;='='- - 0 l'%:l '" o=''<EriC':l C':l ~ en > ~ -.:> 0 2 2 ;a - <: o..='o..""'t'"' t'"' 0 C':l t"l e:g:.&.g:. l'%:l l'%:l 2 ~ 0'. ti;. g. ro ~ ~ t"" C>1 O/"l:lCt'"' t'"' C>1 <: =' 0 ~ =' <: l'%:l ~='-t:;.;> tl:I l'%:l t"" ,;::r:EO'-" ..... t'"' tl:I ~~o'"t tl:I '-" '<: ~ ., :3 '-" 3 :E '" 'Tj ro _. C'D =,:= p.. ,..,. 0" C'D ro ill - I I I I I I 1 I I , I I I I I I ~ ,"~ ,.., ,...., ,..- ..~J-1 I I I I I I \ I I I I ^ / \ / \ / \ / \ '"tl ::l:l o ~ ~ C") s: o t'j ~tJJ ~ ~ -l;:-l O-l -l ~> ~~gJ ~~ :s ~t"";tl 0 ~t'"' en -It'"' ~~l'%:l l'%:l0 -l ::r:~ ",..c.", en~ < C':l=il o-l~ ~> ::g l'%:lC>1 2S-l ~ ~ o en en ~ \oj > ;tlen S;l'%:l~ 1:":10 t"" 9~ ?;tl2 o"~ en >F -:j-l en t'j ~t"" :;!=~ a2; B ~3:: 0 en 22: 0 Eil~~-l~ ~~ Z 1:":I-l0 o-l > ~-l::I:Z 2 '"tl -l t'ls: -l en -l ~ '" ::r: t'"' '" ;tl > ;:; -1:":1 0 0 0 t"l o .~.... t'"' t'"' r^ to> 0 ~ -l ,... t'"' ~J CPI:":I >. ~ Ot:l:l ~ -l OOt""S-l ~t'j > 9 ~;tl C':l 0- ...;:l ;tl en o 0 ~t'j > <:-~ ~en ;; 1:":1 -l en en '" Z 00 ~ 1:":1 '"tl . 0 C':l "tl' :=> 2 d ~e en" ;a 2 to>2 t'j0-l c::I 7'> Z::On c::O '" 0 -l ~ - ,-, t? '1:":1><'" ~ en :ZO> 0" ::= t::I ;:0 :l "N > ~O '"tl 00 :z >;tl2 t'"' e -ll'%:l > ~~,oZ ~ '> ~~8 ~ :z 0l'%:l2 t'1 OenOen 2 t:I:l -l>-l -l ~ -l2~ 3: '" Ot::l~ > ~ 20:Z:l Z ~t'l 2 -l t'j t::l -l C':l t'j o t'j~-l 2 Z ",O::I: > > ~~Vi ~ ~ -lg;'" t'j 8 ~08 ~ s ~ ~ 1:":1 0 ~ O-lQ z ~ ~ :s Vi r:G ~ -lent'"' t'j s:~- Q 20:= - en2:j 0 '"tl -l t'j 2 0s:0 0 "~-l ~ ~-l0 -l -l -l s: o gJ .., :z _ ~ . -l - l'%:l ~ ::: ~ en 0 en 2 t'j -l -l " ~ ~ ~ o ;tl I ~ ~ ""d ~ (") >- t'"4 00 M (") ~ ~ o z ~ o ~ ~ S M ~ Z Q ""d ::d o "'-l t';j CJ """3 2: o ~ '=' o o o I en o o Ul I o o ..-, CO CO N --- CJ o e :2 """3 ~ > e C'} e c:n """3 ~ (j ~ ~ o 2: t:::1 ~ l"1 ~ en "" l"1 ~ en "" c: I - to.l - ~ ~ I '1:l " o "'l ? l"1 o ~ ~ l"1 ~/ ~O .~ .~ 1 l"1 :>< - en ~ I:') '1:l > ;i ~ z "'" \ \ \ z o en Ci ~ l"1 g en 80<08 ~ ~ ~ S ~ E: ~~ Cir5 en ~ t'" t'" t'" B ~ ~ ~ ~ o 0 > ~ ~ z G;~ '1:l." ~ 0 Ci Ci;Ci ~ > 0 ~ 0 ~ "'" z ,... Z l"1Ci "Ci - "'" ~ ~ ~ ~ 0'-' \It en" ~3 33 ~ Ci 3 3 3 Z "en en en :z VJ~ c:C: t"':l 0\ l"1 '"Cl '"Cl ;:.:I _" l"1l"1 i5 1-. "Q ~ ~ r-< - ~ > > ;; ~ ~ ~ ~ ~ t'" ~ ::>' 0 0 0 .. '1:l '1:l '1:l > - to.l to.l "'" 0 0 0 t'" ::0 Z Z J-> t'" t'" _ 0<: 0<: Z ~ ~ Ci - - t'" Z z. I:l:l Ci Ci _ t'" t'" -l t:I::l t:I::l ~ - - .... "'" ~ =.: ~ =.: ~ > =.: =.: -l "'- > t'" ,-. "'" @ t:l t'" t R<> R<> o :c :c t'" t'" t'" I:l:l - - en =.: =.: en l"1 l"1 0<: @ @ .-.. - - en 0\ - ~ \It 0 l"1 t'" t'" " I:l:l I:l:l "Q en en > en en <: ~ ~ l"1 en en ~ ~ ~ X l"1 l"1 ~ ~ ~ l"1 > > ~ ~ t;j Z ~ ~ ~ ~ :>< ~ t:' t:' _ l"1 l"1 L en en > - - ....... 0 0 z Z t'" t'" t"l l"1 ~ ~ t'" t'" t:I::l t:I::l ....... ....... z o -l ~ ~~ 2t'" enO '1:lCi l"1~ go 00 Z;i ~~ ~l"1 ~~ -en 8~ zt'" "'" t:I::l ;:.:Il"1 ~1;] t:' en l"1 '1:l :sO Ciz tflen en 63 ~E l"10 ,," 0'1:l ent'" -> Oci zl"1 ci=': 0l"1 ZZ "",;-1 "=.: 0> ;:2 ""-l l"1 l"1 =.:z rn~ ci ~l"1 > "" ~g; o t'" ci 0 Oci ~~ ",,0 o 0 "" ~ g;~ t:' := ~ l"1 ~ ~ ~~ zt"" -lCi o l"1 'O!j " "" :l ~ ~ en ~ '1:l t'" Oz " l"1 -lCi > tfl :len o en ;Z ~ 0<: ~ ~ t:' ~ := o ~ o " ~ '"' c: en "'" ~ t"" c: "'" ? =l - l"1 en t:'ci"",,,,,, l"100~ ~~-l~ -l~~~ 2::t:l"",>, Mt:I::ll"1:;::l ZO<:=':"'" ""gen;s: o ent'l - tfl Z ., en "'" "'" -lCic:o ~0'1:l'O!j ZZ"'l"" ~~~~ "Ci'1:len -l"">'1:l >~~O "" _::0 - L-' "'" or-<z> :Zt:l::l""'::j t"1!20 ""t:'z :ct"1cii [>:j,,"":l ~"",> en=~ '1:len- oCiD ZO"":l ~z> t:I::l-l:! F~o =lCiz 0<:",,- . z O>Ci "'lzo -lo<:z g;-~ "'" Citfl:;::l O=.:C: ~enq "",oz 0<:"0 ~~g >~~ ""[;;::0 Z.o 0 oSt;.; ~~Q -It:'c;; -l~t'" o - ;s: :;:lz=l ~Or"l "" t:' 9t:JJ t:I::l"" ~~ OCi ~o z~ >0<: Cien Ci:c o~ ~t"" ~t:I::l Cir"l l"11;] ~~ ""'0 :CZ ~en 063 "",t'" ent"1 "CI"'l l"10 Ci:;z:l ~en > ent"" ""t"" ~o ~~ ~2 eno ~~ ~~ ot:' c:~ S_ r"lz t""> 20 r"lr"l en' .> t'" t"" o ~ t:' 2 o ~ t:' ~ ~ o r"l ~ t'" t:I::l l"1 I I I I I I I I I I I ~ ~ ~ ~ ~ ~ t ::: a- ~ f. :~ ~ { ~ ~ :t ~ g ~ ~ ~ ~ ~ .. ~ I I I I' ]g. ~: ~ . 0 ~ 0 n- \ I t ~ q t> ~"rl ~ ~ : Cl () 1"""\, C ~ I ~ n '" z n :u ,., -< ,., '" 5 '" ~ ,.. r '" o '" -< ,. F '" C">~= ~ ;: I ~ ~ -< ... " n ,.. r- r '" n ,.. ... i5 ~/ ~ " 6 !e~~ ;:z;J ~ n _....'" n ~:~~ $ "C'~lt.... CD ~il.2~ !!~~. g ~~~~ -1 ~b~'" ::0 ~:;~g ~ ~2i; ~ ;o:;~ . 1I ll~ " ~~~; ~ _o~J "1 2~ ~ ,/ ~ J"i\~ ~1: 'C ~~ . 1m ~ -J ~ ~ Ctl ~ ..r' C'> S ... ,., :u -< :u ,.. z '" :::; i5 z o ,., ... ,.. F ~~ ~~ ~~ i:: ~;O I ~ o '~' ~:i ~. ( J I ~ron n i~ ~! :.h~ -. .. :. ill;:~ ~ j .~ ~ ~g!!.~ ' . ~~ ~ Ic:~ 1~":2 , ~..I J~;- · ..r., :; ~a;~." ~r ~~ ~~~..: ~~ ~~ ~2 ~o f' ~~ '" .;';1 :~ :~ ~; !Ii ~~ rfj. 1~'9' b~~ .!:; r f=~~ ~~ ~: i !J~ '. ~ ~~ 1"'1 "'0 .....-1 It r- VI"" t. < ~ ~~ ~;" ~ Iij:::! .;, ~ ~ .. ., . 2~ ij~ae~a" i =~l;! ,,~~~-~ ~~..I ~'-\o~m ~11~~ J..,~- ;26,;;_::.0 ~~:c~.. _ ~M _p~.o-a g, g", ---, I F S~~i~';:'~~ J~~ 2gn~P. ~!!J... r... " .p !l,llo" . <lii" i-I .. k~lA~ 1-'1' J! 5 po ;:;........n ,... ~ _..-~",~ . ~~~ ~ ~;;!i! .. M~ a" 8.. . ~ e ~ ~ ~a~~ "n"..~ lI"" ~~'" ~,,;:::~ ~ie~ ~~~.. :~t~ ~~~~ ~~~ " ,,~ ~ ~" i ~ ~ Ctl ~ ~~...,.."S! ~~~Il~ :::,,~~~ !;~t!;t... ~~~!1~ t!"", ~ . ~~~;~ ~~~,,~ ~~Il:l;~ I;:~~~~ ~,,~~~ b;t?i~~ ~~;~~ ~~ti..5C I: ~~ . .. ~ " "'~I(~ ~ I~~ ~ ~ "~ii: ::: C1:l l;~," :: t: ~~~ 0" C1:l ;~A ~ ~ :;,~~ -0. i1~~ ;:, '- ~" ~ ill!! ~~" ~ ~ ~~ ~..~ ~ ~~ ~~~ ~~ ~~ ~E; b il: Si S' Ctl !'Oil: ~il:! ~ '" --~~ ~ ~ ~"o..... " ~:f....... ii .. _ c", 11 ~ !; J! ~ i ~ l:l ~ r .. ~ :"" :! !~~ ~; ;:.'" d2 ~ ~~i iH~ . :;lii 9 ..i & ~J! &: ; ~g S ~~;i~: ~~jg ~;eH5 ... -. - ... ~ Si ;::1Q ~ ;: S =:. _~ !~~ l< III - e~ 0_ II ~ ~ ~i ~~ g e:; 5 1.~; j ... c: g~~.! ; e U Ii ~ i ~ as; J - ~ &"" ~ 3 ;;:: =:! ~ 8 ~ ~ r;: ~ ~ ~ ~ i i ~ E ;> :: ~ ... .. ..........- . . .. - - !la 9!l"'l;!= ;::~El il ~i ::;ii:. ~ ~ !S~! lIs:=. ~ ;;;~=~.. ;1/1 oil iiS i~~ !i ~~. =~;:: ~~:~~ Iii; l'i~ :::~;:: 2~;; =:; ~ e Iii!" <l <l~~~.I;~ ,,- .,-- ;::Iii,ili- :i: Ai' "';; ~~i~~.;~; ~~Il: ~;::.: ~i it&C IP E.. -~ ~.. 0'" S ~~R ,,- "'~~ ~ ~ ~~~8~ ~R =:~ i~ :~= =~ . -~. & . "'C' <! ~~ ~ S.. ;:. .. ". ;:!!!;> 5: ll<le ""!::9i!l i::l Eel ;:~ iiI" ;>:; lIIiQ ~ lii:ii h.,~ 15.,:1ll ~;; ?A~ n ~::;2 .'-\~; ll;~! gs;1! ~~ ii::; ~ ~<l::; !E~:;: ~i!::!': 10:=:,:; ""i lI~ ;: 9::::: ~~ ~~a "?~' <::i ~~ ~S ~ Ii i~~ ;~~~R i;r~s i~ l!::! s::: e~ ~ 1lI~' ,.-. is! l!,o; ,.. o. '" ~<l~ ~;ii /;~~~ '!!;~ ~~ i~ ? ~~,o; ~ _ l'l -. e" .. n.__ ,.. ~ e,...,..>> ...~.. e."..~ z':;:; .- ... <l' e~~ ::=:ii:- Ii ;:~ ~;: ;:;l'i ., ~::ii ; ~~ :j(i~;1 ~<l :~ lI:g i ;!...;,! K....,J;~ ~~ ;; Q-.~. ~ ~. _ "'''''' n on -!lj;\~ "51 E -- S _ IO;~.I; ---2 ~x_< J:~!i 0 !!i-!!i =~~ilI "i'lR!! ii . B~; !: - ~~ ~:s. :!e:;: e. ti ~ i g!: ::Sl'i~ ~::t<=: ~~ !i~ i t:1 . ~ 1'1' _ III ili . a i: i'l ~ & III =: ~ < - o I ~ .. t:l .. ~ ~ ~ Q' ... .. .. ~ C'l C" ::s ~ a \0 ~ .... ~ t~!~~i i i!~Uf i Kf..l ~ i~.a-~~~ ~ l"""ilSIl'- 11 UfHf i ..~ ..It.. lrII'I~" ~ ~~ ,~t 9! 1~1 . lrfh hl~j~ 1,ilrlr~ t:il!! . r.1d: l q~'''~ ~ -~~ "t' o I J . ad 1 I" .a~t ~.. ~ 1-2t-(l1 l-lHll ,."..., >-"..., >->- Hl.Ol .. ...... ..,.., H'I-O: ~ o rn -0 > :>J -i ;:: rn "'Z ~-i ;;:0 0"" ... n-i g~ !:!z ..", '"0 o :>J -i > -< o z n en ::00 ccZ n n::O ern", -i-i-o rnl'Tl ~",Q :c-> I'TlOr I'TlI'Tl r~o n>rn :C'-i >^> ::5or -1'Tl ::O-i >> ;::- -u' ""VI ~ ~ "'( ~: :;;~ 5":, 1::'" z,;, I>: a -:,~.,J: ~ ~d g l !; ~t~ ]':" I ,. r I . ~I~ ~ I ; % ~ I : :E :'l .. 0 . 'I ; I . """ ..;;;;:0 i(iW" i(iW" ~ ;r;w- :u;;u ~ ..""" ,,""'" ! g ~ 1'3 ~ I~ ~~ ~~ "'j!; ~~ ~ e ~ ; ~ ~ ~ ~ ~ g i>: [ ~ :. !: ~. ~ ~ ~ ~ .' ~ ~ ~ ! :. ~ .. I I I I - I I I I I I I I I I ~I : b ~ 81 ~ \ ~ ~ ~~I ~ 0 ~~I a (jj : DO i ~I. .~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ :- ~ f ~ ~ i ~ ~ :e f ~ .' ~ :t o '" -< ~ p o -.. n o "':z -n ....'" :r", n-< c'" ""'< CD~ .- .- '" -< o c: -< -< '" :u o !:: ~~ of ~ .0 n-" '" :Z"l> .....- .. -<n 02 00 c'U -<. -< "'''' "'r '" ~ .... !M o ~'" --< .... V\~ ;g s: ~ ~ ~ .....l; ~8 ~J ,~ ~; ~ ...; ~~ ~ ",,, ,.. ~ ~r ~ _"l> ~~ Z o co~:: !- ~ ~ i I i ~ ~ ~ 6 c r: S..-....ETRCAI. ol.8OUr :t~ 2 . , . ~ : ~ :~ ! . ; . ~~ '.~~ "l> .~o ~~ "~a z 6! ~ ~I i R;o G "~ g ~~ ! /~~~~ i ~~Iil ~ z ~ :2' ~~ .' . ::II.... . \ :: ": \ ~ ~t pi gi r:i ~ l /C ~ $ ~ o :! 2 !: !!l ~ -~ '" '" n -< 5 :z: ';' ~ I! n~ "~i!i 2~;.1 ~r ;;: ..~ ~n '"; ~: ;~ ; ~ l;1 " ~ ~ s in /ig ~ ~i 0 ~ ~: ~ ~ t:o, ,... ~~: ! ml;1 ." l;1li~ "l ..~.. 0 ~ ie :u ; P''^ ~ ~ p n .. 0 q z n '" '" - '" < ,. .- .- ~ ~~ g ~~ -< SOl -t l}.~ ~ 2~ ~ t:E o ~ :u ~ ~ ~ .~ e :r ~ o c -< n c '" CD : E ~ ~ g g ~ i n 5 " ~ i!i ; ~ ;;: o !:: ,. F o ." .... n o '" '" c o ,. -< '" o n o z n '" '" -< '" r '" o ;;: :z ~ ~ q m .. i -U -< 5 :z 1.. ~ ~ .':' . :".. :.. ,..,.:" . ".:.:.::.'::': ~ .' ',' .... " .:.... .......:. ~ ":::::'" ;< . . . .". .... . .:: :":'" :'If . . ';" , ~ .:......~.. .... ~ I...:~:~r~ ~"llg! ig!~~ l(:;~..... ::'~!i! ~~h ~~I/:'i: ~I~~ i<;~ l;1~~! ~~~S 5~:r~ g~i~ ~~i: i""' ii~ ~~~ r~r- Iil~m i!i@" Ii:: 8?l ~ ! II o d ~ ~ q ..., .N....,...... ~ ~~~ '" '" n -< 5 z ';' ,. ~ -< n .- o ." r '" o ;; :z ii ~-: ~g ~~ ' ~~ zq! ~~ ~~ ~~ ... X . . - :- p: ~ ! "':' 2E -< O' ~ { >- :1-:. . .;. :::~ \Jj ~~. ~:;! a~~ i!." ""'-'" :::~ ~o~ ~..; ~~5 ~~ $< E5 . ; ;0 i:: ~ o ! e ~ I" ~ R ~ ~ o "l> -< (5 :z ~ .- ~ o Z -< o '" -< ,. p ~ ~~~..~ ii j5,~ij!l" ~i ~-l;1;~ '. ;fi....~~ =~ ~~~~~ ~Q :~i~1/: l;1l;1 !~~~!~ ~S .~... ~ I=~"W ~ 0:-:; ~ "j ~~ - ;;~~~~ ~ ~2~~~ i ::o~~ ~~~lIIE ~~5,,~ ~_2~;;; lii~~ ~ ;;% ~ ~o ~ 'U .- ~ LIP or CUTTfA ~:~~ ~..: ~;;;3 ;:. :c~ S. . ~ :~..l- .; .;. '." I: :: :.= . ~" ~-;; ~ ~..... :: ~ -f\~ ~ .: - !;'\ /~ ".:. :~ ~~ -n ~~ Iil~ ~iS ;j g _Il j5,~ ~; ~~ e ~FH i ~ iJ~tU i ::;. If!-j..t ~ t:1 i~}-~~ " ~ I"~.f~q ~ s l~~l~i 9 ~ !~~HI !~ Ilr~F j :;: "U-t! .. if~h ~ h~.iq ~ l..itl"ti ~ :a~" ~ ! f~"~~ ~ .~~Q"i Q. '~~i~<l \0 "ail! ~ <lii .::::: q E '<: ~ g E ~ ~ ~ ~ ~ ~ ~ lHl' ..;:0;- HI ill o [T1 -0 ::>- :u .... ;::: I"Tl ",z E-t ~o g"" g.... o:U :0> Oz ~'" -0 o :u .... > .... 6 z ~;ll :g "3 ~~ ~:;: ~a ~i ~\l j5,~ E ~~ ~lli ~~ ~ . ~ . ~~=~ F.=;g:o i!i",e -5:!il ~~~ Q"": lO:~~ ~"Il ;~g ~~i ~~~ ~,..~ "5:g z:~~ ~""; ~i; s";.1 ~!~ olij3:: a"s: f"~; :!~ ~~ ~~ i~ ~;:, ~~ ""E ~ ~ """" " Yl>O< ~ 2 ~ a:~ ~ ~~O~ ", 2r-::D~ 5:;~P1 ~ ~~...;~ Vl o r-"1)g"'"1J ~ ~--Q: rn 5 ~~~C'l Q .. al:~C::t> a }003~~ r n ~.~::u a ~ ~~~~", E ~~~~;; M -1~::~;= " s:....g~ I: M -40 ,.. Q ~o~2 ~ ~ ~~o~ :I: ~""i2~ f:t g~~~ N .... o is ~ z 8E "A ~': I"~; .;= :; '........... Tr iri II ~~~ " " " ;-. i '" '" n .... (5 z ~ r#'> !il "l o q ~ ~ '" '" .. -< .. ~ ~: ~ t: ~ ~ ~ :- ~ ~ [ ,. '. =: ~ ~ ~ ~ ~ [ ~ ~ ~ ,. ,. ~ I I I I I I I I ~ ~ ~ ~ i ~ ! ~ ~ :e. ~ ~ ~ ~ :t ~ ~ :€ ! ~ ~ ~ (. ,... (" Jt ~~ "c:r n -, 00 c:r3 ;"1:> E E O- j; 5' 00 ~ .:0-< ~ Cl... ~ ~ ~ ~ S!! ~ ... % <:> 6S:J:J I I I I i I :~ : g I : ~ itu~1 " D :1"\ 0 ~ ~I 6 0 Z: D 'P d)' I (\CO !O N .. "-'- I I ; ~~ .. ~i ~. l~ .~ ,~ ~i :f ;": .~ ~ . o. 'S I. ~ - S ~- ~l .~ ~ . x= . s . o . i ~ o ClII~ !- .= ~ i ~ f ~oF .{ ~ ri: - ; ~~; i~t gZ. - ' ~ :U ih 2s: ~~~ ._~ ~:.: so. o. '0"1 ~r i.' ~~i iOl ~a~ II: . ~l ~I 0- gi : ~ -0 H ~ -t'"ntJ"-tZ :cox:ro P1 ;0 )>- ,.." ,... '" =4V'r-o,., ",a "'-0 f;",Q:)-t> :e"''''';O ~::zc:~ ;:.::n>,." Z r-CD n--c::r--o ,-oorn~ c;;t)f'Tl -< o O~J: f'Tln 1>1'71 o $Z ~ ~ z:CD--tZ -t8ffl~~ ~-;E~r ~;:nffl~ D~l'Tln~ "'0 ""0 co 0 O-oV"o-" ~...., -to ~ :0 f . ~ ! !l-~'" ..~i, _'PZ.S !;o~; ~ "'D Q, !i~a ~;Hi IFlll ~I~P i~h. H'~lr ;;Ji~ . Q.:;o 0 hill; , ~ ~, . :D':~ ;....- ~ig?::. ;;Ii! ~~h: ~&gl" ill:; ~~~:~ o:o! ~&H ;f~~ . & ~ ~, ~ r s t I oc.,~ ~~.::J' ~i~~ ~iH !r~: .,; ~ f :~~ ,-- .~ , :'!;~ ~~; 0 i ~~~ << . . ~ ~ ~~; l~H ~ ~ 'l ~ 0':5.: ~o!,. ~~i fI !.t L .g g. ~~ i: o. .1- i 02' 0.9' "'''' L..O t mm) :(23 mm ~ 'f ~ -1.0 I - '@-:r @ @ 0 i.:. I! ~ @ @ @ @ D;:: rrl- I o.~ @ @ y~~ ~ @ @ (50 mm) ~t~' (60 mm) . ~ 0"':;; nn_~ -<z Ot""l::t.m ....,~~ z:orn::o C1Sj::r n~ ;: fTll"'l ::DeOr- )> tTlri"'V'l ~o _ -.. !:~~ mn~ ~..~ 2$~ C::o-" :oCJID .i:...".. CP-4"" CD _fTl 0-1' or "Tl~"" ~!'"'~ -;.:IE 0;1;0 00> ;::o2:'~ ","';:0 >nz ,.,,-2 C,c:o :o~z :O~Vl -40 .V'I ..> <:r. OJ:o fT'l.. rJ'T1 :Dr- fTl "',... :EO 000 ~::o :0'" ~ ~ ...,,~- zo 0.. 0" :00 .... ;<:fTl ~~ 8~ ... - ~ Z CD .... fTl i'i z '" tnn -41:[0_ ,."", ::I:O~p. -c:o l'T\::Dnr- :a. _~r z~ g~~; ):1-_ nm<g :EF ~8~- ~fTl ~. VI' :t:~ V'l~~ 0> ::1:"'>- ~:= ~ffl~ ::em Oeo fTl CD fTl CD fTlll> p~ ..~~ )( ;::r--t iTi Zmz <:> EfTl - c: ,.. Z c;2::e ~ ~~~ ~ ~o o ....~ '" 0; nn "'0 . % n '" fTl .... !" I '" \ ~ I CD::O \~ T -L.: ::tJfTl ::0 .:;- RR ~ Vl ", -oVl Vl > Vl <== f"Ti<I == ;0::0 \ n Vl ::0 -., o -., ::0 0 ::0 -I r= ", 1 0000 coo oo"oocoo 00000000 00000000 000000(.0 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 o 0 0 0 ,0 0 0 ~Z'" -.o~ v;< fTl.... "::OF ~~~ "'''''''' fTl C,...CD . =ti~ n 0'" ~." ",... < fTl '" '" 24' 610 mm) ....-0> MHil om Cl ", -0 > ::0 -I s:: ", ....Z E-i "'0 0-" ... "'-I "'::0 !i:> 8Z >-Vl -0 o ::0 -I > -4 o Z >-4D z::O", oC-I ZfT1 >nn c:~;! Vl C'>fTlCD -0 ZOr fTl ;:: fTl n fTlO - ZO== > -4;::> r ",::0 0 ::0 Z fT1 fTlVl Z -I ONC'> > S::", r= ::O-Vl "'VlC ;::-0::0 ",>-., Zn> -I-n Vl5fT1 z o .... n >- .- '" ~ ~ :: ~ ;: ~ ~ ~ r. f .. '. ~ ~ ~ ~ ~ f. ~ ~ ! t " I I I I I I I I I I I I I Ii ~ no Sl ;U :i1~ ;;;VI ~~ . .... " 5 . z ~ .~ " ~ ~ ;'j ~ ~ ! ~ ~ ~ ~ ~ ~ ~ ~; f :~ I :Z ~ ~ :!t ~ ."'\). :N . C) I ' ~ ~D ...:.. I r.- II'\. ~ ~ I f () ~ ~ ~ ~ I ~~ . It.) : (\j I : "-../ I ~ ~ VI" n ~1l < I~ ~I ' ~; ; jg ~I :," < ::;~. "',; I ~ I~ :l::/;::'':- 6 Ii ;. ,. ~ '? ~~(\-';'. :;: , I . 8 0 ~..I:t!: ':' .:..r-' ~ ~'i:lg ~~: Ii: m'l,j ~.~ ill illl .,{ ~., ~ I > !; ~ I ~il' ~ \'1 ~ ~ ;:: &~ i >! ~" :0 .r -. "i _ ' "t: . g.. i I" k ~ ~ 5 !:;~g~ ~l" . :! g,c:;;; ~ J:; 2 "'.." , ~ ~!;,.- . ' ;;: m...;..:...uwr \. ~~ ~ U-i Cl I~.:. ..,IF.''!'=?-.' ~oi!i ~ 0 ;';.:<:::..~~~"t?;%/ Ei~ ,( . ./:;:;~%tl ~:.:. 0- I .... 1'tJ ,.... <n_/"" OIl Ii ~ ~ ~ ':: ..' g~.~.,~:':: l!i~ ~ VI" ,. :- ..../A",. J!!i: I r: i.:':.: .:';;1,:1::;": il5 -L~/;.:~Jr...tr?,W/ ~~ C'l .' ......f!;1 .... ".. -;;., ~ ~ '{>:::-/~, ::: '" ~~ ~~j~ ~ ~ ;~p ! a:~ ~2o~,E ~~. .... ' ~~ :i8~~- ll- %. -'. =' : ."" ll" ~~n p,n ::: ( 0 ;, ~ll: ",1': n.,2 :" Z. o.1li;.~ "';..:: ." t. .,. .",11- ,~, . U" f5,;;~~= ~: n ~ .., t>>;j..L ~~;~ ~~ ~ ~ ~ ~S5 !i: ~~ ;; ! ~~~ ;~i F~ ~~<l !;s :;,.. .~ " im ,. Cl ~ ,. ~ ~ n~ ~ E c~ ili ",i:; i!~ e.. ___" ;:;~;u ..~. ;.:~ ,,0. :.=::j;:~ijy;;j\" r: 0 ..8 ;;;s "" llZ;,...~~n-""" :0 ~~ il~ ii ,,<t!l,,!!~~;;;:< is < ~::\ " "0 ""'1"2-11" p: ~ IT' ..; ~n'" ~_ -".I":: ;;21r IT' ~ ~~ Q .: "n il~"::;Ii~"!!' z ". 'I O^ 1"""-" · ~, !1~ ii~ =~~a"e;;!S"i ~ ~ ~~ :_ ;:~~o~~~;o g ~~ ll! ~5~g"j:iE!l:;' ~a S1;r: !i~E~~tR<g~ ~::.;:~ ~=:Qf~;;~ ll~~: ::!;i",~~; ~ b ,,~i:;~ ~l ~~ ~"iE~~ 1j- !:: ~,,' j;~! -~ :: ~g ..~;: ~~ " :R -;~ - I i ::;<l hi; . ._ . ~";; ~!ls. ~ -~ : ~ '. . ~ o i~ .' ~ Jfl .... ..0 " ~ ~r- ~ '" ~~ . 0 ~ z Ii ~~; ... ).. ,l'/ .... ij'l .:f '" .. . If ~ l-.t I~ :Tf @~ ~Il ( v_~c I -..... ~ ~1: ,J;.- :=_ll: <:::> ::::i ~~E~ ~i~= ~~i g.vo I gJ -l~ ~:Jj '! ~ .. .- : ~ . .., VI . IT' .... .... S1 . .. " ;. / i -I- ~ I (~.. 'I)' ~ :~ i!. : J . f h V.I,R.10 14Cl' ~ , cc..:ftiT( sU"..,u I .. ~ i~ ::0 .... v> o .... ~ ;; ; n o J:: J:: !ti n ;; ,,"" _0 .- ::0 q .215 87 a~ l~ .. _r- ., t~ -< ..'" ~ 5 ~ ~ ~ o 6 .. ~ . ; 0 l' 21 i ~ ~ -< "~~ ~ .... " X ~ ~ '" ii5 .. z o ~~ .., ~~ j; ~ J / 11 ; a H.(.P . .. ~~ Dl;! :11 ~~ En ::~ 'i:~ ~ ~ ~~ a5 sa ~i 2 C I ~,..; o I~~ 2~~ ~ :~i: li~3 ~ : ; 1=~ , 8 : \,' ::0 l_.... Cl , ~ 1 ~ ~..~ .. n. ? ,.,:..g 00::\ ~ii ~z~ a!il~ 2 ~ 0-,,",- :i~s ~O.'O~Cl ~ I ~~iI~ Ii. set:.Alt ~ ~~ ~ !::; ~' ... rll . ~ "i , ~ ~,l: ,.' ....~ : -. .: ""':--('. ~- I '. :r " " ~~ " ;u "'~~'f\ ~ I ". C ..", Y,'" . I CO) . ~ " I, c -,,\\.~ \.:':: . . \' li a \J ,..., '~~.... ' :0 '.' I. \ -:;. "" .... "~'...\ 9"~,,\ .'1.... "::""<\~~"'n ,~e ......\.'.:.-} ,,~~ "'\> >>. . .. ~' ", '\ \, ,.', i\ " ,.... ::<:j;: ~ ,\. " , . :;~ \" .0"'10 .. ~i ,> ~~ , . ~~ ": ~~ " :;, .~ .x " ;- ~ ';; .. .... <,!l /'0 ~p ~~ !!~ ~i; .. '"~n ~~i~ a~,,~ ~2:i ~!l~'!l !l'i~ 2,,~~ j: ,,- ~ t' :; ~ ! ~ ;: ~ g ?: ~ ~ ~~ ..; ~ .~ i: ,~ g ~ t ~ t I f , li- Ir=:ij~ .?< J " i -----. ...." .~ ,.. .... t- ~ ~'t~li ~- ~ _ii ~~.IS ,', ~.... t ..Ie ell< 11513. 5- ';' e ei!~!ll! ~~~ ~~ ~r~ ~~ ~ '" igi~ !!-:"ht Q't:! ;!<t ~=~ "'1> ~ E :=/:l'~ i"hl~ 11 -;= ~;;: ~;~ ~g ~ Pi ::!il:lllr~H;r. ~ ~~l: 6.: ~i:~ g':' ~ '" ~:;q i~~~~i ? ill~~ ~8 ~j~. i :';i! ~ A::...il ~j{'t~ ! ~A:> 1.g ;1 - 5" ; ~IIEE (t.iJ ;all .. ~~i :ilji ~ a ;;.;; "'~ ." it'" ? --!!l ,.- 11I-'" - '" ,=,Q,,~ J~ l~i l Ha ;;:<i .n_ II ~ ~~..E 1; ~h " ,,~~ ~~ ia~ x ..~~ t~,ii~ ~E!!.ll~ l:;~ ~ ~;~ J~!:f~ \ i~~ B" ~~2 !l ii" i,tlt.~ g~w ~E ;;::! ; ll.dX'ii'~n 2t~ :: ~,,; ~ ~s~ ~ ~(~... ,,~'" !! p'Q~ ~ =" ~~.~S' :~~ :: ~:; " .~ p ~~... l" ~ 51 & f; - "lfHi ~~! ~ i ~ kt ~ j;5 ~ :: ~I ~ III ~ . ~ c ~ 'l :II;; ;;IS ? iT . ./~ r: ;;: ~ v c 1 ~~ .. \ <'i ,/ ~'.. :;,:'-1 ~'".. '^ < '0)" =r J-~L r \L \~ ~. , .J :t> J:: .. >< <: c s: o :0 <: .., '" .. -< " ::0 .. o ", VI ~ ~ ~ ~ t;. nO::;:: ~ 0::0 '"0'" Z <: ~ 2. n (T1 -4-" ::0 ::E VI 3: ~ rn,.,1> '"U IT1 - ~ ~z-< I'T'I~:Z 1t rrl-fVl Q ~ -i ~ <:lJ 1> ~ 0 .. 1>1>~ r!ii"" .. ~~:i 0 g-l ~ f"T1f"T1 ,." g ::0 -<VI-I -I <> 1> C'l J>l>;::z.... " C"l "0;= !-G g ~~g ~~ :r:-trrl -i'" Ff"T1o J>.Q. 8 ::0 ::! 0\ ..Vl gc V, c .1 '\ /' ~ ~ N " ~.E I I l ) i "8 S ",ftICEl'- I (j\ Cr i ~ j cr -.nolO ---:-----.- g !II s I! c 10 ~ a d ~ "ClOG- ...... "'" -""" .... "'" "-, CC4~~ / =~" t)l\ I I I I I I I I I I I I I I I I I I I -' . . \c, p' ~JY; ,; J .'" '. ' / ,B; / -,,,I" r ~... .' - - ..-- .,- . ,.' - ~,.. , I}-' w I'l f\ ~.J.,,7V ,f!.. II (J .7- in f(Zo (/ t'Yh '" /VTJ I tf rf1~ i. ~s 7-P