Loading...
HomeMy WebLinkAboutLakeside Subdivision Drainage Improvments Augusta Richmond GA DOCUMENTNAME:la.Kcslde. 5LL'\cd \V\Slon 1) yeti rose. :::c ~'YYY'ro \Ie\'Y\eY\"\-S DOCUMENT TYPE: ~.Y- 0 pCE:cL \ YEAR: \C\q, BOX NUMBER: 5 Fll.E NUMBER: I ~ to '51 NUMBER OF PAGES: lOr .1 I I I I I I I I ,I I I I I I I I I I JU jJ /Jtrl CONTRACT DOCUMENTS. FOR LAKESIDE SUBDIVISION DRAINAGE IMPROVEMENTS (FORMERLY:FISH VILLAGE) PROJECT NO. 55-8569-096 GA. D.O.T. PROJECT #: PRLOP-8530-51(245) CT. 1, RICHMOND I I I I I I I I I I I I. I I I I I I I '. LffiTOFPRnmCTDOCUMENTS Lakeside Subdivision Drainage Improvements Project Number: 55-8569-096 SECTION PAGES Instruction to Bidders IB-l thru IB-3 Georgia Prompt Pay Act Minority and Economically Disadvantaged Business Support PPA-l Special Conditions ME-l SP-l A-l thru A-4 1 thru 33 SC-l thru SC-2 P-l thru P-3 CE-l G-l thru G-15 TC-l thru TC-23 CC-l thru CC-15 Agreement General Conditions Supplementary Conditions Proposal Construction Exit General Notes Traffic Control County Contract specifications I I I I I I I I I I I I I I I I I I I SECTION IB INSTRUCTION TO BIDDERS IB-Ol GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shall, by careful examination, satisfy himself as to the nature and location of. the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-OJ ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Director of Public Works, 1815 Marvin Griffin Road, Augusta, Georgia 30906, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum .or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-l I I I I I I I I I I I I I I .1 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. T1=l_? I I I I I I I I I I I I I I I I I I I IB-06 BIDDER'S OUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capital available, plant equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The.Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB-07 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 beqome 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 doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest of the Owner. IB-3 I I I I I I I I I I I I I I I I I I I GEORGIA PROMPT PAY ACT This contract is intended by the parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O. C. G. A. section 13-11-1, et seg. In the event any provision of this Contract is inconsistent with any provision of the Prompt Pay Act, the provision of this contract shall control. NOTICE All 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. PPA-1 ~~"":,. ~ I I I I I I I I I I I I I I I I I I I MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County- Council to increase the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. With all other items being considered equal, the contract, if awarded will. be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. The bidders shall include with their bid a 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 SCOPE: LAKESZDE SUBDZVZSZON DRAZNAGE ZMPROVEMENTS project Number: 55-8569-096 SPECIAL CONDITIONS This project includes labor, equipment, materials, and supervision necessary to properly complete this project. TERMINI AND LENGTH: This project is located off Tubman Home Road in Lakeside Subdivision. (see plans and location map on page CC-15 of this document) LUMP SUM CONSTRUCTION: Lump Sum Construction includes, but is not limited to, construction staking, removals and disposals/resetting of existing pipe, paving, sidewalk, curbs, fence, plugging pipe, etc. or any required work not covered by a specific pay item. PIPE/STRUCTURE BACKFILL: The backfilling of pipe and other structures shall be in accordance with Georgia Department of Transportation Standard specifications, Current Edition. Backfilling with sand using jetting and/or flooding to achieve compaction will not be allowed in any case without the written permission of the Engineer. RIGHT OF WAY CONSIDERATIONS: The contractor is cautioned that prior to any work or activities commencing on the property located at 2436 Bream Avenue he should contact Ms. Linda Lloyd at (706)793-5890 regarding her dogs that should be approached with caution. There is a possibility that a temporary fence may need to be installed to retain the dogs. SP-l 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 t1L day of 'tiJ~ ,19.tl by and between Auqusta-Richmond Countv Commission-Council party of the first part, hereinafter called the OWNER, and Beams Pavement Maintenance Company, Inc. . party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all ~f 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: Lakeside Subdivision Drainage Improvements Project Number: 55-8569-096 and in accordance with the requirements and provisions of the Contract Documents as defined in the General and Special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within -12- calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be completed within 185 calendar days with such extensions of time as are provided for in the General Conditions. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure 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-l I I I I I I I I -I I I I I I I I I I I IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of Five Hundred Dollars ($500), not as a penalty, but as liquidated damages for such breach of contract as hereinafter . set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. The s.aid 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 an work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE III - PAYMENT (a) The Contract Sum The Owner shall pay to the Contractor for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (b) proaress Pavrnent On no later than the fifth day every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day of the proceeding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. A-2 .1 I I I I I I I I I I I I I I .1 I I .1 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. 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; ... '. Bond No.2 90 43 54 GU:AT i\NERlG\N INSURANCE COMMNY OHIO CAUTION: You should use an original AlA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. PERFORMANCE BOND The American Institute of Architects, A.IA Document No. A311 (February, 1970 Edition) KNOW ALL MEN BY THESE PR.ESENTS: that (I:lere insert full name and address or legal title of Contrector) Beam' ~ Pavement M~enan.c.e. Compa.n.q, HIe.. P.O. Box 398, Be.ec.h I~land, South CahDlina 29841 as Principal, hereinafter called Contractor, and, (Here insert full name and address or legal title of Surety) GREAT AMERICAN INSURANCE COMPANY 580 Walnut Street, Cincinnati, Ohio 45202 8S~urety, hereiW'~~~~lIed ~urety, are.helqand firmly jJound unto (HIlIJ insert full name and address or legal title of Owner) AUgfL6i:JL-I\A.CIUROncL COUnt:.y COmlllU~.wn-COWlC.U. Ci;tq-Cou.nhJ Mu.ni.&pal Bu.il.di.ng, AugfL6i:JL, Geoltg.ia. 30910 as Obligee, hereinafter called Owner, in the amount of Two Hwullt.ed Se.ve.rr;tq Ei.ghX ThofL6and Se.ven and 251100---------------------------------------------------- . Dollars(S 278,007.25 I, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated 19 , entered into a contract with Owner for Lakui.de. Sub- cLiv.i6i.on VIULinage. ImplLOveme.nt:.6 PltOje.d. Nwnbelt: 55-8569-096 in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contrect, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteretion or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder. the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms end conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for Signad and sealed this day of ~~ (Witness) ~1a_(WIf1 cf-ud SB 5715b Performance Bond. This bond Is Issued slmultaneousl!Cou.n.teIr.Aigned with Labor and Material Bond F.9635 - (3/82). Revised to February, 1970 F.9633F (11/92) a contract between such bidder and Owner, and make available es Work progresses (aven though there should be a default or a succession of defaults under the contract or contracts of completion erranged under this paragraph) sufficient funds to pay the cost of completion less the belance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paregraph hereof. The term "balance of the contract price," as used in this paragreph, shall mean the. total amount payable by Owner to Contractor under the Contrect and any amendments thereto, less the amount properly paid by Owner to.Contractor. Any suit under this bond must be instituted before the expiration oL... two (2) years from the date on which final payment under the Contract falls due, No right of action shall accrue on this bond to or for the use of anv person or corporation other than the Owner nemed herein or the heirs, executors, administrators or successors of the Owner. 1- ~ 19 ent Mai.n.te.rume.e. Company; Inc.. ~ (Principal) "-. l.s8al) /' ". B '~~ (Title) GREAT AMERICAN INSURANCE COMPANY {B : (Seal) ge.nt; I ., r- "a )> m "aaJ :u )>0 'TI ~:u 0 3:)> :u m2 )> 3: 20 2 )> ---43: 0 Z aJ)> n O-i m 2m aJ O.:u 0 - 2 )> 0 r- ~ t: CD C. -+0 o ., Z Dl r+ t: ., CD o -+0 :E o ., 7'\ C Dl r+ CD o .... g :;] r+ ., Dl ~ C Dl at o .... aJ o :;] c. .. ~ Bond No. 2. 90 43 54 QFAT l\NERlG\N INSURANCE COMH\NY OHIO CAUTION: You should use an original AlA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. LABOR, AND MATERIAL PAYMENT BOND The American Institute of Architects, AlA Document No. A311 (F!lbruary, 1970 Edition) THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFULL PERFORMANCE OF THE CONTRACT '1 KNOW ~LL MEN BY THES~PflESENTS: that (tfere insert full fame and address or legal title of Contractorl Beam ~ P4veme.nt Ma.intena.nc.e company, 1lC.. afPtQeiPJ,~~2tf.. cD~cM~e:aqMlittf~~Uwid';1sf*)legal title of Surety) GREAT AMERICAN INSURANCE COMPANY 580 Walnut Building, Cincinnati, Ohio 45202 as Surety, herei!!.after called :3urety, are hel~ and fjrmlY.bounct.unto (HJlr.e insert full name and address or legal title of Ownerl AugrL6.tJL -IU.C1I1JIO n.d. Coiin:ty COmrrw.6~.w Il-COIUlC.U. CLty-Counbj Mu.nieipaJ. Bu.il.di.ng, AugrL6.tJL, Ge.oltg.i.o. 30910 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Two HundJr.ed Seventy fight ThorL6and Seven and 2.51100---------------------------------- (here Insert a sum equal to at least one-half of the contract. price) Dollars ($ 2.78,007.2.5 I, for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated 19 cLiv.i.6i.oll VlULi.n.age Imp1LOvemUlh PlWjed. Numbell= 55-8569-096 , entered into a contract with Owner for Lake.6i..de SlLb- in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above nemed Principal end Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (901 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or Signed and sealed this Labor and Material Payment Bond. This bond Is Issued sImultaneously with Performance Bond F.9633E - (3/82). Revlsecl to February. 1970 F .9635A (1 1 /92) furnished the last of the materials for which said claim is made, stating with substantialaccuraey the amount claimad and the name of the party to whom the materials were furnished, or for whom.the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be milde by a public officer. b) After the expiretion of one (11 year following the date on which Principal ceased Work on said Contract, it being understood, however that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court pf competent jurisdiction in and for the county or othar pOlitical subdivision of the state in which the Court for the district in which the Project, or any part thereof, is situated, and not elsewhere . 4. The amount of this bond shall be reduced by and to.the .e?Ctent of any payment or payments mede in good faith hereunder, inclusiveq.f the payment by Surety of mechanics' liens which may be filed of. rliC9rd against said improvement, whether or not claim 'for the amoun{~f sucffl lien be presented under and against this bond. "":::;, - ~ day of 19 -' .'. _ 1 1lC.. (Seall (Title) ~ (Seal) CO~i.glled by ge.n:t '-~ ~IU'-"'\N IN:MIIft\N\.t:, UJMIflNV 580 WALNUT STREET. CINCINNATI. OHIO 45202.513-369-5000. FAX 513-723-2740 ., "'Th~ number of pers~ns authorized by this power of attorney is not more than THREE No. 0 15943 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws ofthe State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract ofsuretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power BARBARA H. REGISTER ALVIN T. t-m..LER 'lHQM1:\S M. ALBUS ALL OF COLUMBIA, SOtJ'IH CAROLINA ALL UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attorney{s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 15th day of December , 19 95 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 15th day of December, 1995 , before me personally appeared GARY T. DUNBAR, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOL VED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOL VED FUR THER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. Signed and sealed this day of , 19 St029P (4/93) .. .. li~=:!~~:,!:~~Jll.llJiIJ}IIIII!~I::::;~;L.:.:.:.:.:.:::::.:L.,:..:::::i;:::!:,.. DAVIS-GARVIN AGENCV, INC. P. O. BOX 21627 COLUMBIA, SC 29221 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE 803-732-0060 S D COMPANY A CAPITAL CITV INSURANCE CO. COMPANY B THE HARTFORD INSURANCE GROUP COMPANY C Beam's Pavement Maintenance CO., I nc. P. O. Box 398 Beech Island, SC 29841 COMPANy D T HIS IS TO CERTIFY THA T T HE POLICIES OF INSURANCE LIST ED BELOWHA VE BEENISSUED TO THE INSURED NAMED ABovE FOR T HE POLICY. PERIOD.."" . INDICA TED. NOT WITHST ANDINGANyREOUIREMENT, T ERMORCONDITIONOF ANy CONTRACT OROTHERDOCUMENT WIT HRESPECT T OWHICHT HIS CERTIFICA TE MAY BEISSUEDORMAY PERT AIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LMITS SHOWNMAY HAVE BEEN REDUCED BY PAID CLAMS. CO POLICY EffECTIVE POLICY EXPIRATIO LTI TVPEOf INSURANCE POLICY NUMBER DATE (MM/DD'YY) DATE (MM/DD/YV) LIMITS GENERAL LIABILITY B X COMIERCIAlGEt-ERAlUABILIIY 22UUNBD7364 :.:.: Q.AIMS MADE [2t] OCCUR owtER.S I!. CONTRACTOR'S PROT 4/01/97 4/01/98 GENERAL AOOREOATE PROOUCTS.COMP/QP Aoo PERSONAL 8. ADV IN..U!Y EACH OCCIJ'lRE NCE FIRE DAMAGE (Anyone lire) MED EXP (Any one person) COMBINED SINOLE L1MII 2000000 1000000 1000000 1000000 300000 10000 AUTOhlOllLE LIABILITY B X ANY AUIO 22UENBD7441 alL OWtED AUTOS SCli:DU..ED AUTOS X HIRED AUTOS X NON.OWNED AUIOS 4101/97 4/01/98 1000000 BODIL Y INJURY (Per person) BODIL Y I N.JJRV (Per accident) PROPERlY DAMAGE EXCESS LIABILITY B X UMBRELLA FORM OTli:R THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS'LlABILITY 22XHUBE0853 4/01/97 4101/98 AUTO ONl.. Y . EA ACCIDENT $ OTHER THAN AUTO ONl. Y: n:HUt:tt:UHH EACH ACCIDENI $ AOOREGATE $ EACH OCCURRENCE $ AOOREOAIE $ S 5000000 5000000 GARAGE LIABILITY ANY AUTO A 4/01/98 X SIATUTORY L1MIIS EACH ACCIDENT DISEASE. POLICy UMII DISEASE. EACH EMPLOyEE ~ ~ ~ ~ [~~ ~ ~ ~ ~ 1 ~ 1 ~ 111111;1 11 ~1 ~j 111111 ~~ TIi: PROPRIETORI PARTt-ERS/EXECUIlVE OFFICERS ARE: OTHER WC04191 4/01/91 500000 500000 500000 INCL EXQ. B leasedlRented Equipment 22MSBE1528 4/01/97 4/01/98 5200,000. l imi t 5500. Deductible Re: lakeside Subdivision Drainage Improvements Project Number: 55-8569-096 :;€~ltJ~l%fJ'i!iL;JfR~ltmBFMtmm\HMMM;m;m#MmWl;MFQMlmtMULJ$!1~l9'J:<UmHBnfil%EM#jM;miiNi@HlmwmmBmMWjMi@M&:; SHOULD ANY Of THE ABOVE DESCRIBED POLICIES BE CANCELLED BEfORE THE EXPIRATION DATE THEREOf, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTifiCATE HOLDER NAMED TO THE LEfT, Augusta-Richmond County Commission-Counci I I I I I I I I I I I I I .1 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. SEAL Ate ~~ .alJ~ r. .. . ~ tj. PWitness witness AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL (Owner) P.P(~ ~ Richmond County Commission-Council ::~TRA~~~ R,~l~{rt..~a,e~ ~ ~c Title: ~(u"5\~a./"\,. -- Address: -Yt)&oj... ~K ~ecL~ "Thlo V"I i) I S ( - ~q8'l~ / " " P''t 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 Tille , DEFINITIONS................ ...................................... PRELIMINARY MAITERS ................................. ....... CONTRACT DOCUMENTS: INTENT. AMENDING AND REUSE........... .................... AVAILABILITY OF LANDS: PHYSICAL CONDITIONS: REFERENCE POINTS. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . BONDS AND INSURANCE..... ................................... CONTRACTOR'S RESPONSIBILITIES..... ..... .............. .... OTHER WORK ..................................................... OWNER'S RESPONSIBILITIES............... ..................... ENGINEER'S STATUS DURI:-.lG CONSTRUCTION .............. CHA~GES 1='1 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 ..................................................... ~tlSCELLA='I EOUS . ............. .................... .. .. . .......... 3 4 5 6 7 8 9 10 II 11 13 I~ 15 16 17 3 Palle 8 9 10 II 14 18 19 19 ~I 11 ~~ 14 16 19 31 .., J_ I I INDEX TO GENERAL CONDITIONS I Aniell Dr PtII'agrapn Numbt!r Acceptance ofInsurance ............................. 5.13 Access to the Work ............................ ...... 13.2 Addend~efinition of (see definition of Specifications) ........................................ I Agreemenl-4efinition of ................................ I All Risk Insul'3.nce .....................................5.6 Amendment. Written ............................. 1. 3.1.1 Application for Payment-4efinition 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 vailability of Lands .................................. 4.1 A ward. Notice of--defined .............................. I I I I I I Before Starting Construction ...................... :.5-2. i Bid--.:lennition of ....................................... I Bonds and Insurance-in general ........................ 5 Bonds-definition of . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . .. . . .. I .Bonds. Delivery of ............................. _. 1.1. 5.1 Bonds. Performance and Other .................... S .1-5.: I I Cash Allowances ..................................... 11.8 Change Order-4efinition of ............................. I Change Orders-to be executed ...................... 10.4 Changes in the Work ................................... 10 Claims. Waiver of~n Final Payment ............... 14.16 Clariiic:lIions and Interpretations ...................... 9.4 Oeaning ............................................. 6.1 i Completion . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 14 Compieuon. SUDstanual ......................... 14.8-14.9 Conference. Pre=onstnlctJon .......................... :.8 Contlic~. E:ror. Dlscrepancy-C"ntractor to Report ................ . . . . . . . . . . . . . . . . . . .. .. :.~. 3.3 Construction Machinery. Equipment. etc. ............. 6.~ ContinUing Work ..................................... 6.:9 . Contract Documents-amending and supplementing ............ ....................... 3.4-3.5 Contract Documents-deiinition of .................... ~. I Contrac~ Documents-Inlent ...................... 3. J -3.3 Contract Documents-Reuse of ....................... 3.6 Contract Price. Change of .............................. II Contracl Price-Jefinilion ............................... I ClJntrac: Time. Ch:1nge of .............................. J: Contr:lct Time. ClJmmencement of .................... :.3 Contract Time-Jefinition of ............................ I Contractor-4ennition of ................................ I Contr:lctor May SLOp Work or Terminate............. 15.5 Contractor.s Continumg Obligation .................. 14.15 Contractor's DUlY to Report Discrepancy in Documents .................................. :.5.3.: C",ntractor. s Fec-CosI Plus ... 11 A.5 .6. 1 J.5.1. 11.6-11.:- Contr:lctor.s Li3bility Insurance ................ ........ 5.3 Contractor.s Responsibilities-in general ................ 6 I I I I I I I I I Contmctor' 5 Warranty of Title ........................ 14.3 ConU'aCtors--other ....................... ............... 7 Contractual Liability Insurance........................ 5.4 Coordinating Contmctor-definition of ................ 7.4 Coordination.......... ......................... ....... 7.4 Copies of Documents ... .......... .... .... ............. 2.: Comction or Removal of DefeCtive Work ........... 13.11 Comction Period. One Year ........................ 13.12 Comction. Removal or Acceptance of Defective Work-in general .......... .................. 13.11-13.14 Cost-net decrease ...................:............. 11.6.2 Cost of Work .................................... 11.4-11.5 Costs. Supplemental. .. . .. . .. .. ........... . .. . .. . ... 11.4.5 DaY-4efinition of ....................................... I Dt!j't!crivt-definition of ................................. I Dt!ft!crivt! Work. Acceptance of...................... 13.13 Deft!crivt! Work. Correction or Removal of .......... 13.11' Deft!criveWork-ingeneral ............... 13.14.7.14.11 Deft!crive Work. Rejecting. .. .. ...... .. ...... . . . . .. .... 9.6 Definitions .............................................. I Delivery of Bonds ..................................... 2.1 Determination for Unit Prices ........................ 9.10 Disputes. Decisions by Engineer............. .... 9.11-9.12 Documents. Copies of ................................. 2.2 Documents. Record ..................................6.19 Documents. Reuse .................................... 3.6 Drawings--<iefinition of ................................. I Easements ............................................ 4.1 Effective date of Agreement-definition of .. . . . . . .. .. .. .. 1 Emergencies ......................................... 6.:: Engineer-definition of .................................. I Engineer.s Decisions ............................ 9.10-9.12 Engineer's-Notice Work is Acceptable............. 14.13 Engineer's Recommendation of Payment ...... 14.4. 14.13 Engineer's Responsibilities. Limitations on ................. 6 _ 6 ,9.11 ,9.13 -9.16,18 _ 2 Engineer.s Status During Consuuction-in general ...... 9 Equipment. l..1bor. MateriaJs and. .. . . . . .. .. .. . . ... 6.3-6.6 EquivaJent MateriaJs and Equipment .................. 6.7 Exl'lorations of physicaJ conditions .................... 4.2 Fee. Contractor.s-CoSlS Plus....... .... ..........:.. 11.6 Field Order-<:lefinition of ............................... I Field Order-issued by Engineer ................ 3.".1.9.5 Final Applic:uion for Payment ....................... 14.12 Final Inspection ..................................... 14.11 FinaJ Payment and .-\cce;nance ...................... 14.13 FinaJ Payment. Recommendation of ........... 14.13-14.14 General Provisions .............................. 17.3-17.4 Gener:ll Requirements--<iennition of . . . . . . . . . . . . . . . . . ... .. I General Requirements-principaJ references to ................, 2.6. 4.4. 6.4. 6.6-6.7. 6.23 ~ I I Giving Notice ........................................ 17.1 Guarantee of Work-by Contractor.................... 13.1 Indemnification ............................. 6.3~.32. 7.5 I Inspection. Final ........~............................ 14.11 Inspection. Tests and ...........:..................... 13.3 Insurance. Bonds and-tn general ....................... 5 I Insurance . Certificates of ........................... 2.7. 5 Insurance-completed operations. . .................... 5.3 .. Insurance. Contractor's LiabilitY ...................... 5.3 Insurance. Contractual Liability ....................... 5.4 I Insurance. Owner's Liability .......................... 5.5 Insurance. Property .............................. 5.6-5.13 Insurance-Waiver of Rights..... ...... .............. 5.11 Intent of Contract Documents ................... 3.3.9.14 I Interpretations and Clarifications ...................... 9.4 Investigations of physical conditions ................... 4;2 I Labor. Materials and Equipment .................. 6.3-6.5 Laws and Regulations-definition of ..................:.. 1 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 ...... .. .. .. .. .. . .. . .. . .. . eo eo 14.2 Materials or equipment-equivalent ................... 6.7 Miscellaneous Provisions ............................... 17 Multi-prime contracts .................... ............... i I Notice. Giving of .....................................17.1 Notice of Acceptability of Project ................... 14.13 Notice of A ward-definition of .......................... 1 I Notice to Proceed-definition of ......................... 1 Notice to Proceed-giving of .......................... :.3 "Or-Equal" Items ..................................... 6.i I Other contractors ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. -; Other work .... . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . .. . . . . . . . . .. i Overtime Work-prohibition of ......... ............... 6.3 I Owner-definition of .................................... I Owner May Correct DefeCTive Worle ................. 13.14 Owner May Stop Work ............................:. 13.10 Owner May Suspend Work. Terminate .......... 15.1-15A I Owner's Duty to Execute Change Orders ............. 11.8 . Owner. s Liability Insur:mce ........................... 5.5 Owner.s Representative-Engineer to serve as ........ 9.1 Owner. s Responsibilities-in general .................... 8 I Owner.s Separ:ue Representative at site............... 9.3 Panial Utilization .................................. 14.10 Partial Utilization-iennition oi ......................... I Panial Utiliz.uion-Property Insurance ............... 5.15 Patent Fees and Royalties ............................ 6.1: Payments. Recommend:uion of ........... 14.4-1~. ';. I~.IJ Payments to C\lntr.lctor-in generol .................... I~ I I I Payments to Contractor-when due ........... 14.4. 14.13 Payments to Contractor-withholding ................ 14.7 Performance and otber Bonds ..................... 5.1-5.2 Permits... . . . . . ... . . . . . . .. . . .. .. eo. . .. .. .. eo eo . .. ..... 6.13 Physical Conditions ...............................;... 4.2 Physical Conditjons-Engineer's review ............. 4.2.4 . Physical Conditions-existing strUctures ............. 4.2.2 Physical Conditions-explorations and reports ....... 4.2.1 Physical Conditions-possible document change ..... 4.2.~ Physical Conditions-price and time adjusunents .... 4.2.5 Physical Conditions-report of differing ............. 4.2.3 Physical Conditions-Underground Facilities .......... 4.3 Preconstruction Conference.............. ............. 2.8 Preliminary Maners .....................................2 Premises. Use of ................................ 6.16-6.18 Price. Change of ConU'act .............................. 11 Price-Contract-definition of ............................ 1 Progress Payment. Applications for. .. . . ., . .. . . . . . .. .. 14.2 Progress Payment-retainage ...................... ... 14.2 Progress schedule ............... 2.6. 2.9. 6.6. 6.29. 15.2.6 Project-definition of .................................... 1 Project Representation-provision for ................. 9.3 Project Representative. Resident-definition of .......... 1 Project. Staning the ................................... 2.4. Property Insurance............................... 5.6-5.13 Property Insurance-Panial Utilization ............... 5.15 Property Insurance-Receipt and Application of Proceeds ................................... 5.12-5.13 Protection. Safety and....... .. .............. .... 6.2~.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 Defecrive Work ............................. 9.6 Related Work at Site ..............................7.1-7.3 Remedies Not Exclusive ............................. 17 A Removal or Correction of Defective Worle ........... 13.11 Resident Project Representative-definition or ........... 1 Resident Project Representative-provision for........ 9.3 Responsibilities. Conuactor'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 ....................,.................... ~.I Royalties. Patent Fees and ........................... 6.12 SafetyandProtection....... 6.20-6.21,18.1-18.2 Samples ......................................... 6.23-6.18 Schedule of progress ........ :.6. 2.8-2.9. 6.6. 6.19. IS .1.6 Schedule of Shop Drowing submissions..... ................. :.6. 2.8-2.9.6.23. 14.1 Schedule of values ...................... 2.6. 2.8-2.9. l~.l Schedules. Finalizing. .. .. .. .. . . . . . . . . . . .. . . . . .. .. . . . .. 2.9 Shop Drawings and Samples..................... 6.23-6.28 Shop Dmwings-definition of . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 Shop Drawings. use to approve substitutions ...................................... 6.7.3 5 I I Site. Visits t~y Engineer ........................... 9.2 Specifications-<iefinition of ............................. 1 I Staning ConstrUction. Before ....................... 2.5-2.8 . Staning the Project .............. ~ . . . . . . .. . . .... .. . . ... 2.4 Stopping Work-by ContraCtor.. ... .. .... ...... ...... 15.5 I StoppingWork-byOwner .......................... 13.10 SubcoDtractor--de6nition of ................ ............. 1 Subcontractors-in genenl ............ ........... 6.8-6.11 SUbcoDtraCts-requircd provisions ...... . . . . . . 5.11.1. 6.11 I 11.4.3 Substantial Completion-certification of .............. 14.8 Substantial Completion-definition of . . . . . . . . . . . . . . . . . . " 1 Substitute or "Or.Equal" Items ....................... 6.7 I Subsurface Conditions........ ............. ........ 4.2-4.3 Supplemental costs ................................. 11.4.5 SupplementarY Conditions--definition of ................ 1 I SupplementarY 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 Supplementing ContraCt Documents ............... 3.4-3.5 I Supplier--definition of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 Suppiier-principal references to ... 3.6. 6.5. 6.7-6.9. 6.20. 6.24. 9.13. 9.16. 11.8. 13.4. 14.12 Surety--consent to payment. ., . . .. .. . ... ..... 14.12. 14.14 I Surety-Engineer has no duty to ......... .. . .. .. . .... 9.13 Surety-notice to .......................... 10.1.10.5.15.2 Surety-qualification of ........................... 5.1-5.2 I Suspending Work. by Owner ......................... 15.1 Suspension of Work and Termination-in general. .. .... 15 Superintendent-Contractor's ......................... 6.2 Supervision and Superintendence .................. 6.1-6.2 I Taxes-Payment by ContraCtor.. .. . . . . .. .. . .. . . .. . ... 6.15 Termination-bv Contractor.......................... 15.5 Termination-b~ Owner................... ...... 15.2-15.4 I Termination. S~spension of Work and-in general ...... 15 Tests and Inspections ........................... 13.3-13.7 Time. Chang~ of Contract .............................. 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 .................... 1 Underground Facilities-not shown or indicated....; 4.3.2 Underground Facilities-protection of ........... 4.3. 6.20 Underground Facilities-shown or indicated......... 4.3.1 Unit Price Work--definition of .......................... 1 Unit Price Work-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 panics............. 5.10. 6.11 Warranty and Guarantee-by ContraCtor ............. 13.1 Warranty of TiUe. Contractor's ....................... 14.3 Work. Access to ................ ... .................. 13.2 WOrk-byothers ........................................ 7 Work Continuing During Disputes .................... 6.29 Work. Cost of ................................... 11.4-11.5 Work--definition of ..................................... 1 Work Directive Change-definition of ................... 1 Work Directive Change-principal . references to ............................ 3.4.3. 10.1-10.2 Work. Neglected by Contractor ..................... 13.14 Work. Stopping by Contractor........................ 15.5 Work. Stopping by Owner .......................15.1-15.4 Written Amendmenl-definition of ...................... 1 Written Amendment-principal references to ..................... 3.4.1. 10.1. 11.:. 12.1 6 I I GENERAL CONDITIONS IARTICLE I-DEFINITIONS. Wherever used in lhese General Conditions or in lhe other Contract Documcnts the following lcrms have lhe meanings I indicated which are applicable 10 both the singular and plural thereof: I Addenda-Written or graphic inslruments issued prior to the opening of Bids which clarify. correct or change the bidding documents or the Contract Documents. I A1!rumem- The written agreement between OWN ER and CONTRACTOR covering the Work 10 be performed: other Contract Documents are attached to lhe Agreement and made a pan lhereof as provided therein. I Applinlliml JiJr PCI~:mem- The form accepted by ENGI- NEER which is to be used by CONTRACTOR in requesting I progress or final payments and which is 10 include such sup- poning do~umentation as is required by the Contract Documents. I Bid-The otTer or proposal of lhe bidder submitted on lhe prescribed form setting forth the prices for lhe Work to be performed. I BOllds-Bid. performance and payment bonds and other instruments of security. Change Order-A document recommended by ENGINEER. I which is signed by CONTRACTOR and OWNER and autho- rizes an addition. deletion or revision in the Work. or an adjustment in the Contract Price or the Contract Time. issued I on or after the Effective Date oi the Agreement. CO/lfrt/("( DO("//IIIeIllS- The Agreement. Addenda I which per- tain to the Contract Documents). CONTRACTOR's Bid I (including documentation accompanying the Bid and any post- Bid documentation submitted prior to the Notice of Award) when auached as an exhibit to the Agreement. the Bonds. these General Conditions. the Supplementary Conditions. the Specificalions and the Drawings as the same are more spe- cifically identified in the Agreement. logether with all amend- ments. modifications and supplements issued pursuant to paragraphs 3.-+ and 3.5 llO or after the Effective Date of the Agreemenl. I I I CtJlltrC/("t Price-The moneys payable by OWN ER to CON- TRACTOR under the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work). I CO/lf/'(/("( T;/II('- The number of Jays (computed ;\s provided in paragraph 17.~1 or thc date slated in thc Agreemcnl for lhe comph:tion of the: Work. I CONTR.J..CTVR- The person. firm or corporoltion with whl1m OWN ER ha~ enlere:d into the :~greemcnt. I defe('til'e-An adjective which when modifying the word Work refcrs to Work that is unsatisfactory. faulty or deficient. or does not conform to the Contract Documents. or does not meet the requirements of any inspection. reference standard. lest or approval referred to in the Contract Documents. or has been.damaged prior to ENGINEER's recommendation of final payment I unless responsibility for the protection thereof has been assumed by OWNER at Substantial Completion in accordance with paragraph 14.8 or 14.101. DrCllI'ill~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. Effectil'e DClte of tire A1!reemellf- The date indicated in the Agreement on which it becomes effective. but if no such date is indicated it means lhe date on which lhe Agreement is signed and delivered by the last of the two panies to sign and deliver. E.VGIN EER- The person. firm or corporation named as such in the Agreement. Field Order-A written order issued by ENGINEER which orders minor changes in lhe Work in accordance with para- graph 9.5 but which does not involve a change in the Contract Price or the Contract Time. General Requiremems-Sections of Division I of the Speci- fications. Lall's and Regulations: Loll'S or Regulations-Laws. rules. regulations. ordinances. codes and/or orders. Notia of .-\II'ard-The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein. within the time specified. OWNER will sign and deiiver the :\greemcnt. .....Olice 10 ProC'eed-A written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fi:'{ing the date on which the Contract Time will commence to run and on which CONTRACTOR shall stan to ~erform CONTRAC- TOR'S obligations under the Contract Documents. OWNER-The public body or authority. corporation. asso- ciation. rirm or person with whom CONTRACTOR has cntered into the Agreement and for whom the Work is to be provided. Parrilli (j(iIi:ClIilJll-Placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for all the Work. P/'(~ie("l- 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. R.'side/lf PI"c!i('("( Rcpre.H'/Il1l(il'e- The authorized represc:n- t;\live of ENGINEER who is assigned to the site or anr purt thereof. 7 I I Shop Drawings-All drawings, diagrams. illustrations. schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work and aU illustrations; brochures. standard schedules. perfor- mance cbans. instructions.-diagrams and other information Pr'Cl'8TCd by a Supplier and submitted by CONTRACTOR to illusuate material or equipment for some portion of the Work. I I I Specifictltions-Those portions of the Contract Documents consisting of wrinen technical descriptions of materials. equipment. construction systems. standards and workman- ship as applied to the Work and certain administrative details applicable thereto. I Subcontrtlctor-An individual. firm or corporation having a direct contract with CONTRACTOR or with any other Sub- CODtraCtor for the performance of a pan of the Work at the site. I I SubsttllUiaJ Completion- The Work (or a specified pan thereof) has progressed to the point where. in the opinion of ENGI- NEER as evidenced by ENGINEER's definitive certificate of Substantial Completion. it is sufficiently complete. in accordance with the ContraCt Documents. so that the Work (or spc:cified pan) 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 terms .. substantially complete" and .. substantially com- pleted" as applied to any Work refer to Substantial Comple- tion thereof. I I 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 Facililies-AJI. pipelines. conduits. ducts. cables. wires. manholes. vaults. tanks. tunnels or other such facilities or attachments. and any encasements containing such facil- ities which have been installed underground to furnish any of the following services or materials: electricity. gases. steam. liquid petroleum products. telephone or other communica- tions. cable television. sewBlle and drainage removal. traffic or other control systems or water. I I Unit Price Work-Work to be paid for on the basis of unit prices. I Work-The entire completed construction or the various sep- arately identifiable pans thereof required to be furnished under the Contract Documents. Work is lhe result of per- forming services. furnishing labor and furnishing and incor- porating materials and equipment into the construction. all as required by the Contract Documents. I I Work Directive Chtlnge-A written directive to CONTRAC- TOR. issued on or after the Effective Date of lhe Agreement and signed by OWNER and recommenced by ENGINEER. I ordering an addition. deletion or revision in the Work. or responding to differing or unforeseen physical conditions UDder 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 Dr the Contract Time. but is evidence that the panies expect that the change directed or documented by a Work Directive CbaDge will be incorporated in a subsequently issued Change Order following negotiations by the panies as to its effect. if any, on the ContraCt Price or Contract Time as provided in paragraph 10.2. Written Amendment-A wrinen amendment of the Contract Documents. signed by OWNER and CONTRACTOR on or after the EfFective Date of the Agreement and nonnaJly deal- ing with the nonengineering or nontechnical rather than sU'ictly Work-related aspects of the Contract Documents. ARTICLE 2-PRELIMINARY MATTERS Ihliwrry of Bo1UJs: 2.1. 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. Co,-, 0/ Docll1lle",,: 2.~. OWNER shall furnish to CONTRACTOR up to ten copies (unless otherwise specified in the SupplementarY Con- ditions) of the Contract Documents as are reasonably nec- essary for the execution of the Work. Additional copies will be furnished. upon request. at the cost of reproduction. CommenCIllM1Il 0/ Contract Time: j\iotU:e to Proc"d: 2.3. The Contract Time will commence to run on the 'thinieth 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 thinieth day after the Effective Date of the Agreement. whichever date is earlier. SlIIIfing the Project: :!.4. CONTRACTOR shall stan 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. 8./ortl SlIIIfing COlIIlI'uctwn: :!.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 I thereon and all applicable field measurements. CONTRAC- TOR shall promptly repon in writing to ENGINEER any conftict. 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 repon any conftict. error or discrepancy in lhe Contract Documents. unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. I I 2.6. Wilhin ten days after lhe Effective Date. of the Agree- ment /unless otherwise specified in the General Require- ments/. CONTRACTOR shall submil to ENGINEER for review: I I I I I 2.6.1. an estimated progress schedule indicating the staning and completion dates of the various stages of the Work:. 2.6.2. a preliminary schedule of Shop Drawing sub- missions: and 2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component pans 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 I I 2.7. Before any Work at the site is staned. CONTRAC- TOR shall deliver to OWNER. with a copy to ENGINEER. cenificates land other evidence of insurance requested by OWNERl which CONTRACTOR is required to purchase and maintam in :l~cordance with para~raDhs 5.3 and SA. and OWNER shall deliver to CONTRACTOR certificates land other evidence of insurance requested by CONTRACTOR I which OWNER is required to purchase and maintain in accordance with paragraphs 5.6 and 5.7. Prrconsrruclion Conference: :.8. Within twenty days after the Effective Date of the Agreement. but before CONTRACTOR stans the Work at lhe sile. a ~onference :lllended by CO:-.lTRACTOR. E:-.IGl- NEER and lllhers as appropriate will be held to discuss the schedules referred to in paragraph 2.6. 10 discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment. and to establish a working understanding among lhe panies as to lhe Work. I I I I Finali:.ing Schedules: 2.~. Alle~lst ten d:I~.s before submission oflhc: first Appli- cation for Payment a ~onference auended by CONTRAC- TOR. ENG IN EER and others as appropriate will be held 10 tlnaliLe th~ ...:hc:dul.::- submined in ~H.:;;ordance with p~lr~l- 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 impose.on ENGINEER responsibility for the progress or scheduling of the Work nor relieve CON- TRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions will be acceptable 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 subslance. ARTICLE 3-CONTRACT DOCUMENTS: INTENT. AMENDING. REUSE Inltnl: 3.1. The Contract Documents comprise the entire agree- ment between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the law of the place of the Project. . 3.2. It is the intent of the Contract Documents 10 describe a functionally complete Project lor pan thereon 10 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 lechnical or trade meaning are used to describe Work. materials or equipment such words shall be interpreted in accordance with lhat meaning. Reference to standard specifications. manuals or codes of any technical society. organization or association. or to the Laws or Regulations of any governmental aUlhorily. whether such reference be specific or by implicalion. shall mean the latest standard specification. manual. code or Laws or Regulations in etTect at the time of opening of Bids lor. on the Effective Date of the Agreement if there were no Bidsl. 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 Documentsl shall be effective to change the duties and responsibililies of OWNER. CONTRACTOR or ENGINEER. or any of their consuitants. agents or employ- ees from those set fonh in the Contract Documents. nor shall it be effective 10 :l.ssign 10 ENGINEER. or any of E:-.IGI- NEER's consultants. agents or employees. any duty or authority to supervise or direct the furnishing ur performance of the Work or an~' duty or authority to undenake responsi- bility contrary 10 the provisions of paragraph 9.15 or ~, 16. Clarifications and interpretations of lhe Contract Documents ..hall be issued by ENGINEER as provided in paragraph ~A. 3.3. If. during the performance of the Work. CONTRAC. TOR finds a conl'lil:t. error or discrepancy in the Contract Documents. CONTRACTOR shall so repon to ENGINEER in writine at once and before proceeding with the Work atfected thereby -Shall obt:lin a wrinen interpretation or clarification 9 I I from . ENGINEER: however. CONTRACTOR shall not be Ele to OWNER or ENGINEER for failure to report any ict. error or discrepancy in the ContraCt Documents ess CONTRACTOR-had actual knowledge thereof or should reasonably have'known thereof. lndin, tuUl SuppJ.1M1IIiII, CD~ DQcl.IIMna: 3.4. The Contract Documents may be amended to pro- ~ for additions. deletions and revisions in the Work or to ify the terms and conditions thereof in one or more of e following ways: I 3.4. I. a formai Wrinen Amendment. lor 3.4.3. a Work Directive Change (pursuant to para- graph 10.1). . indicated in paragraphs 11.1 and 12.1. ContraCt Price and ~ntract Time may only be changed by a Change Order or a Written Amendment. 13.5. In addition. the requirements of the Contract-Docu- ments may be supplemented. and minor variations and devia- f. os in the Work may be authorized. in one or more of the Uowing ways: 3.5.1. a Field Order (pursuant to paragraph 9.5). I 3.5.2. ENGINEER's approval of a Shop Drawing or sample (pursuant to paragraphs 6.26 and 6.27). or I 3.4.2. a Change Order (pursuant to paragraph 10.4). 3.5.3. ENGINEER's written interpretation or clarifi- cation (pursuant to paragraph 9.41. leuse of Documenu: 3.6. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization performing or fur- lishing any of the Work under a direct or indirect contract ith OWNER shall have or acquire any title to or ownership . 'ghts in any of the Drawings. Specifications or other docu- ments lor copies of any thereoO prepared by or bearing the 1- eal of ENGINEER: and they shall not reuse any of them on xtensions of the Project or any other project without written consent of OWNER and ENGINEER and specific written ..rificatiOn or adaptation by ENGINEER. ARTICLE 4-A V AILABILlTY OF LANDS: PHYSICAL I CONDITIONS: REFERENCE POINTS A llaiJ4bilily of LA1Uls: . 4.1. OWNER shail furnish. as indicated in the Contract ~ocuments. the lands upon which the Work is to be per- formed. rights-of-way and easements for access thereto. and I such other lands which are designated for the use of CON- TRACTOR. Easements for permanent structures or perma- nent changes in existing facilities will be obtained and paid for by OWNER. unless otherwise provided in the Contract Documents. If CONTRACTOR believes that any delay in OWNER's furnishing these lands. rights-of-way or case- ments entitles CONTRACTOR to an extension of the Con- tract Time. CONTRACTOR may make a claim therefor as provided in Anicle 12. CONTRACTOR shal1.provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. Ph,maJ CDruliliDlIS: 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 Documcnts. CONTRACTOR may rely upon the accuracy of the technical data contained in such repons. but not upon nontcchnical data. intcrpreta-. tions or opinions contained therein or for the completeness thereoffor CONTRACTOR's purposes. Except as indi- cated in the immediately preceding sentcnce and in para- graph 4.2.6. CONTRACTOR shall have full rcsponsibility with respect to subsurfacc conditions at thc site. 4.2.2. Existin, Structures: Rcference is made to the Supplementary Conditions for identification of those drawings of physical conditions in or rclating to existing surface and subsurface structures (except Underground Facilities refcrred to in paragraph 4.3) which are at or contiguous to the site that have been utilized by ENGI- NEER in preparation of the Contract Documents. CON- TRACTOR may rely upon the accuracy of the technical data contained in such drawings. but not for the complctc- ness thereof for CONTRACTOR's purposes. Except as indicated in ,the immediately preceding sentence and in paragraph 4.2.6. CONTRACTOR shall have full respon- sibility with respect to physical conditions in or relating to such structures. 4.2.3. Report 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 4.2.1 is inaccurate. or 4.1.3.1. 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 lexcept 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 Re\'iel\': E!'olGINEER will promptly review the peninent conditions. determine the necessity of obtaining additional explorations or tests with respect thereto and advise OWN,ER in writing t with a copy to CONTRACTORl of ENGlNEER's findings and con- clusions. 'I I I 4.2.5. Pouible Document Chunfle: If ENGINEER concludes that there is a material error in the Contract Documents or lhat 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 redect and document lhe consequences of the inaccuracy or difference. I 4.2.6. PO.fSible Price Wid Time Adjustments: In each such case. an increase or decrease in the Contract Price or an extension or shonening of the Contract Time. or any combination thereof. will be allowable to the extent lhat lhey are attributable to any such inaccuracy or difference. If OWNER and CONTRACTOR are unable to agree as to the amount or length thereof. a claim may be made therefor as provided in Articles i 1 and 12. I I I I Ph,sical C onditions-l: nderground F aeilin,,: 4.3.1. Shown O/" Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data furnished 10 OWNER or ENGINEER by the owners of such Underground Facil- ities or by others. Unless it is olherwise expressly pro- vided in the Supplementary Conditions: I I I I 4.3.1.1. OWNER and ENGINEER shall not be responsible for lhe accuracy or completeness of any such information or data: and. ~.3.1.~. CONTRACTOR shall have full responsi- bility for reviewing and checking all such information and data. for locating all Underground Facilities shown or indicated in lhe 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.~0 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 ~.3.:!. Not 511011"11 or IlIdiculed. If an Underground Facility is uncovered or revealed at or contiguous to lhe site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reason- ably have been exp~cted 10 be aware of. CONTRACTOR shall. promptly aft~r becoming aware thereof and before performing any Wl,rk affected thereby cexcept in an emer- gency as permilled ~y paragraph b.~:l. identify lhe owner of such Underground Facility and give wrillen notice therel,f 10 that owner and tl' OWNER and E!'olGINEER. ENGI- N EER will rromplly review Ihe Cnd~rground F:,ciliIY 10 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 10 the extent -necessary. During such time. CONTRAC- TOR shall be responsible for the safety and protection of such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in lhe Con- tract Price or an eXlension of lhe Conlract Time. or both. to the extent that they are allributable to the e'(istence of any Underground Facility that was nOl shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof. CONTRACTOR may make a claim therefor as provided in Anicles II and 12. Reference Points: 4.4. OWNER shall provide engineering surveys to estab- lish reference points for construction which in ENG IN EER' s judgment are necessary to enable CONTRACTOR 10 proceed with the Work. CONTRACTOR shall be responsible for lay- ing out the Work (unless otherwise specified in the General Requirements). shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of OWNER. CONTRAC- TOR shall repon 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 Ihe Contract Price as security for the faithful performance and payment of all CONTRACTOR's obligations under the Contract Docu- ments. These Bonds shall remain in effect at (east 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 olher Bonds as are required by the Supplementary Condi- lions. All Bonds shall be in lhe forms prescribed by Law or Regulation or by the Contract Documents and be executed by such sureties as are named in the CUITenl list of "Com- panies Holding Cerlilicates of Authority as Acceplable Sure- ties on Federal Bonds and as Acceptable Reinsuring Com- panies" as published in Circular 570 (amended) by lhe Audit Slaff Bureau of Accounts. U.S. Treasury Depanment. All Bonds signed by an agent muSl be accompanied by a cCrlirled ~opy of the authority 10 act. 5.~. If the surely on any Bond furnished by CONTRAC- TOR is declared a t1ankrupt or becomes insolvent or its right I,) do business is I~rminated in any state wh~re any part of II I I the Project is located or it ceases to meet the requirements I: paragraph 5.1. CONTRACTOR shall within five days ereafter substitute another Bond an~ Surety. both of which ust be acceptable to OWNER. . IOIltnleIDr'1 LillbiJily InllIIfIIIce: 5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other insurance as is tproPriate for the Work being performed and furnished and wiU provide protection from claims set forth below which may arise out of or result from CONTRACTOR's perf or- lance and furnishing of thc Work. and CONTRACTOR's ther obligations under the ContraCt Documents. whether it s to be periormed or furnished by CONTRACTOR. by any Subcontractor. by anyone directly or indirectly employed by Fy of them to perform or furnish any of thc 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: 5.3.2. Claims for damages because of bodily injury. I occupational sickness or disease. or death of CONTRAC- TOR's employees; I 5.3.3. Claims for damages bec;ause 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 la) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR. or (b) by any other person for any other reason: I I I 5.3.5. Claims for damages. other than to the Work itself. because of injury to or destruction of tangible prop- eny wherever located. including loss of use resulting therefrom: 5.3.6. Claims arising out of operation of Laws or Reg- ulations for damages because of bodily injury or death of any person or for damage to propcny: 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. IThe insurancc required by this paragraph 5.3 shall include the specific coverages and be written for not less than the limits of liability and coverages provided in the Supplemen- Itary Conditions. or requIred by law. whichever is greater. The comprehensive general liability insurance shall include completed operations insurancc. All of the policies of insur- _ ance so required to be purchased and maintained lor the I cenificates or other evidence thereof) shall contain a provi- sion or endorsement that the coverage afforded will not be cancelled. materially changed or renewal refused until at least I lhirty days' prior written notice has been given to OWNER and ENGINEER by cenified mail. All such insurance shall remain in effect until final payment and at all times thereafter when CONTRACTOR may be correcting. removing or replacing defectivt' Work in accordance with paragraph 13.12. In addition. CONTRACTOR shall maintain such completed operations insurance for at least two years after final payment and furnish OWNER with evidence of continuation of such insurance at final payment and one year thereafter. Colllral:tlllll Lillbilily I nlurtIII&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. Owur'.r Lillbility I nllII"G1ICe: 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,.", I nllllYUlce: 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 Regulationsl. This insurance shall include the interests of OWNER. CONTRACTOR. Subcontractors. ENGINEER and ENGINEER's consultants in thc 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 I. If not covered undcr the "all risk" insurance or otherwise pro- vided in the Supplementary Conditions. CONTRACTOR shall purchase and maintain similar propeny insurance on ponions of thc Work stored on and off the site or in transit when such ponions ofthc Work are to be included in an Application for Payment. 5. i. OWNER shall purchase and maintain such boiler and machinery insurance or additional propeny insurance as may be required by thc Supplcmentary Conditions or Laws and Rcgulations which will include the interests of OWNER. CONTRACTOR. Subcontractors. ENGINEER AND ENGINEER's consultants in thc Work. all of whom shall be listed as insurcd or additional insured parties. 12 I I 5.8. All the policies of insurance lor the cenificates or other evidence thereoO required to be purchased and main- tained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least thi~y days' prior written notice has been given to CONTRACTOR by cenified mail and will contain waiver provisions in accordance with paragraph 5.11.2. I I I 5.9. OWNER shall not be responsible for purchasing and maintaining any propeny insurance to protect the interests of CONTRACTOR. Subcontractors or others in the Work to the extent of any deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount. will be borne by CONTRACTOR. Sub- contractor or others suffering any such loss and ifany of them wishes propeny insurance coverage within the limits of such amounts. each may purchase and maintain it at the purchas- er's own expense. I I I 5.10. If CONTRACTOR requests in writing that other special insurance be included in the propeny insurance pol- icy. OWNER shall. if possible. include such insurance. and the cost thereof will be charged to CONTRACTOR by appro- priate Change Order or Written Amendment. Prior to com- mencement of the Work at the site. OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. I 1 Wai",r 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 olher property insurance applicable 10 the Work. and also waive all such rights against the Subcontractors. ENGI- :-';EER. E~GI:-.IEER') 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- N EER . s consultants and all other parties named as insureds. ~one of the above waivers shall extend to the rights that an~' of the insured panies may have to the proceeds of insurance held by OWNER as trustee or otherwise pay- o.lble under ~lOy policy so issued. I. I I I I I 5.11.2. OWN ER and CONTRACTOR intend that any policies provided in response to paragraphs 5.6 and 5.7 shall protect all of the panies insured and provide primary coverage for all losses and damages caused by lhe perils ~o,",:red th~r~by. ..kcordingly. all such policies shall con- tain provlsi0ns to the elfect that in th~ ~vent 01 payment of any loss or dam.lge the insurer will have no rights of reco\"~ry against any of the panies named as insureds ~lr additional IOsureds. and if the insurers require separ.lle wai\"er forms to be signed by ENGINEER or ENGI- ~EER's I:llllsultant OW~ER will \lbtain the sam~. and if I I I such waiver forms are required of any Subcontractor. CONTRACTOR will obtain the same. R,,:,ipt and Appliclllion of Proc"ds: 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 OWN ER as trustee for the insureds. as their interests may appear. subject to the require- ments of any applicable mongage 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 panies 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 panies 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 panies in interest may reach. If required in writing by any pany in interest. OWNER as trustee shall. upon the occurrence of an insured loss. give bond for the proper per- formance of such duties. Acc,ptanc, of Insruanc,: 5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance reqa.:ired to be pur- chased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5A on the basis of its not complying with the Contract Documents. OWNER shall notify CON- TRACTOR in writing thereof within ten days of lhe date of delivery of such cenificates to OWNER in accordance with paragraph 1.7. 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 lhe basis of lheir no~ complying with the Contract Documents. CON- TRACTOR shall nOlify OWNER in writing thereof within ten days of the date of delivery of such cenificates to CON- TRACTOR in accordance with paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such addi- tional informalion in respect of insurance provided by each as the other may reasonably request. Failure by OWNER or CONTRACTOR to give any such notice of objection within the time provided shall constitute acceplance of such insur- ance purchased by lhe other as complying with the Contract Documenls. Partw l.'lili:lltion-Prope",'lnsurance~ 5.15. If OWNER finds it necessary to occupy or use a ponion or portions of the Work prior to Substantial Comple- tion of alllhe Work. such use or occupancy may be accom- plished in aCl:ordancc with p.lragraph I~.IO: provided lhal no 13 I I such use or occupancy shall commence before the insurers providing the propeny insurance have acknowledged notice thereof and in writing effected the changes in coverage neces- sitaled thereby. The insurers providing the propcny insur- ance shall consent by endorsement on thel'C)licy or policies. but. the propeny insurance shall not be cancelled or lapse on account of any such partial use or occupancy. I I I ARTICLE 6-CONTRACTOR'S RESPONSIBILmES I SuperYisiollllllli SuperillulUlnrce: 6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently. devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Doc- uments. CONTRACTOR shail be solely responsible for the. means. methods. techniques. sequences and procedures of constrUction. but CONTRACTOR shall not be responsible for the negligence of others in d~e 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 I I 6.2. CONTRACTOR shall keep on the Work at all times during its progress a competent resident superintendent. who shaU not be replaced without written notice to OWNER and ENGINEER except under extraordinary circumstances. The superintendent will be CONTRACTOR' s representative at the site and shall have authority to act on behalf of CON- TRACTOR. All communications given to the superintendent shall be as binding as if given to CONTRACTOR. I I I I lAbor. MIll~riaJs atul Eqllipm~lIl: 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 aU times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or propeny at the site or adjacent 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 not permit ovenime work or the performance of Work on Sat- urday. Sunday or any legal holiday without OWNER's writ- ten consent given after prior written notice to ENGINEER. I I I 6.4. Unless otherwise specified in the General Require- ments. CONTRACTOR shall furnish and assume full respon- sibility for all materials. equipment. labor. transponation. construction equipment and machinery. tools. appliances. fuel. power. light. heat. telephone. water. sanitary facilities. temporary facilities and all other facilities and incidentals necessary for the furnishing. performance. lesting. stan-up and. completion of the Work. I 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 repons 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 undenake responsibility contrary to the provisions of paragraph 9.15 or 9.16. AdjlUting Pro,re" Sch~duU: 6.6. CONTRACTOR shall submit to ENCiINEER for ( acceptance Ito the extent indicated in paragraph 2.91 adjust- ments in the progress schedule to reflect the impact thereon of new developments: the'se wiD conform generally to the progress schedule then in effect and additionally will comply with any provisions of the General Requirements applicable thereto. SabsIilulll' or "Or-Eq""''' Itllnu: 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 ENCiINEER if sufficient information is submitted by CONTRACTOR to allow ENCiINEER to determine lhat 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 ENCiI- 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 ENCiINEER for acceptance thereof. cenifying that the proposed substitute will perform ade- quately the functions and achieve the results called for by the general design. be similar and of equal substance to that specified and be suited to the same use as that spec- ified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Comple- tion on time. whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) to adapt the design' to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment oi any license ice or 14 I I royalty. All variations of the propo~ed substitute from that specified will be identified in the application and available maintenance. repair and replacement service will be indi. cated. The application will also conlain an itemized esti- mate of all costs that will result directly or indirectly from acceptance of such slibslitute. 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 ma~' require CONTRACTOR to furnish at CONTRACTOR's expense additional data about lhe proposed SUbslitule. I I I 6.7.:!. If a specific means. method.lechnique. sequence or procedure of construclion is indicated in or required by lhe Contract Documents. CONTRACTOR may furnish or utilize a substitute means. method. sequence. lechnique 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 lhe Contract Documents. The procedure for review by ENGINEER will be similar to that Drovided in paragraph 6.7.1 as applied by ENGINEER and as may be supplemented in the Gen- eral Requiremenls. I I I I 6.7.3. ENGINEER will be allowed a reasonable tim~ within which 10 evaluate each proposed substitute. ENGI- NEER will be the sole judge of acceptability. and no substitute will be ordered. installed or utilized without ENGlNEER'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 evaluating substitutions proposed by CONTRACTOR dnd in making changes in the Contracl Documents occasioned lhereby. Whelher or not ENGlNEER accepts a proposed substitute. CON. TRACTOR shall reimburse OWNER for the charges oi ENGINEER and ENGINEER's consultants for evaluat- ing each proposed sUbslitute. I I I I I Conc,,,,ing Subcontractors. Suppliers and Others: 6.8.1. CONTRACTOR shall not employ anr Subcon- lractor. Supplier or other person or organization I includin~ those acceptable 10 OWNER and ENGlNEER as indi- cated in p..ragraph b.IL!). whether initially or ;\S a SUbSli- lute. against whom OWNER or ENGlNEER may ha\.~ reasonable objection. CONTRACTOR shall i101 be required 10 employ anr Subcontractor. Supplier or oth~r person llr organization to furnish or perform any of the Work againsl whom CONTRACTOR has reasonable objectilln. oJ:!.:!. If the Supplementary Conditions r~quire the identity of certain Subcontractors. Suppliers ur other per. sons or organizations (including lhose who ar~ to furnish the princip;lI items lIf materi.lIs and equipment I to be sub- mitted 10 OWN ER in advance of lhe specified date prior to the Eff!:ctiv~ D;Il!: oi the Agreemenl for acc!:planc~ I'-y I I I I I OWNER and ENGINEER and if CONTRACTOR has submitted a list thereof in accordance with the Supple- mentary Conditions. OWN ER's or ENG IN EER' 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 10 reject defe('ti\'e Work. 6.9. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcon- lractors. Suppliers and other persons and organizations per- forming or furnishing any of lhe 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 lhe 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 lhe Work 10 be performed by any specific trade. 6. II. All Work penormed 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 10 paragraphs 5.6 and 5.7. Paten' Fees and Ro.va/,ies: 6.1:!. CONTRACTOR shall pay all license fees and roy- alties and assume all costs incidenl 10 the use in the perfor- mance of the Work or lhe incorporation in the Work of any invention. design. process. producl or device which is the subjecl of flatent rights llr copyri~hts held by others. If;l particular invention. design. process. product or device is specified in the Cuntract DocumenlS for use in the perfor- m;lOce oflhe Work and ifllllhe actu..1 knowledge of OWNER 15 I I I 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. the existence of such rights shall be disclosed by OWNER in the ContraCt Documents. CONTRACTOR shall indemnify and bold harmless OWNER. and.ENGINEER and anyone directly or indirectJy employed by either of them from and against all claims. damages. losses and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention. design. process. product or device not specified in the ContraCt Documents. and sball defend all such c:J.aims in connection with any alleged infringement of such rights. I I 6.13. Unless otherwise provided in the Supplementary Conditions. CONTRACTOR shall obtain and pay for all con- struction permits and licenses. OWNER shall assist CON- I TRACTOR. when necessary, in obtaining such penniu and licenses. CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work. which are applicable at the time of opening of Bids. or if there I are no Bids on the Eft'ective 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 I I I I I Penni#: ,LAws aM Rqrdillions: 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. 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. il shall not be CONTRACTOR's pri- mary responsibility to make cenain that the Specifications and Drawings are in accordance with such Laws and Regulations. I Ttues: 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 Regulalions of the I place of the. Project which are applicable during the perfor- mance of the Work. Un of PremiHs: 6.16. CONTRACTOR shall confine construction equip- ment. the storage of materials and equipment and the oper- ations of workers to the Project site and land and areas iden- tified in and permitted by the ContraCt Documents and other land and areas permitted by Laws and Regulations. rights- of-way, permits and easements. and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area. or to the owner or occupant thereof or of any land or areas contig- uous thereto. resulting from the performance of the Work. Should any claim be made against OWNER or ENGINEER by any such owner or occupant because of the 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 hannJcss from and against all claims. damages. losses and cxpenses (including. but not limited to. fees of engineers. architects. attorneys and other professionals and court and arbitration costs) arising directly. indirectly or consequentially out of any action. legal or equi- table. brought by any such other pany against OWNER or ENGINEER to the extcnt 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 frec from accumulations of waste matcrials. rubbish and other dcbris resulting from thc Work. At the complction ofthc Work CONTRACTOR shall removc all waste materials. rubbish and dcbris from and about the premises as well as aU tools. appliances. construction cquip- ment and machinery. and surplus materials. and shalllcave the sile 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 shaU not load nor permit any pan of any structure to be loaded in any manner that will endanger the structure. nor shall CONTRACTOR subject any pan of the Work or adjaccnt property to stresses or pressures that will endanger it. Record Docllme,,": 6.19. CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings. Specifications. Addenda. Written Amendments. Change Orders. Work Directive Changes. Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.4) in good order and annotated to show all changes made during con- struction. These record documents together with all approved samples and a counterpan of all approved Shop Drawings will be available 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 Saf~ty and Prot~ction: 6.20. CONTRACTOR shall be responsible for initiating. maintaining and supervising all safety precautions and pro- grams in connection with the Work. CONTRACTOR shall take all necessary precautions for the safety of. and shall provide the necessary protection to prevent damage. injury or loss to: I I I 6.~0.1. all employees on the Work and other persons and organizations who may be affected thereby: I 6.~0.2. all the Work and materials and equipment to be incorporated therein. whether in storage on or off the site: and I 6.~0.3. other propeny at the site or adjacent thereto. including trees. shrubs. lawns. walks. pavements. road- ways. structures. utilities and Underground Facilities not designated for removal. relocation or replacement in the course of construction. I CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or propeny or to protect them from damage. injury or loss: and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of adjacent propeny and of Underground Facilities and utility owners when prosecution of lhe Work may alfect them. and shall cooperate Wilh them in the pro- tection. removal. relocation and replacement of lheir prop- eny. :\11 damage. injury or loss to any propeny referred to in paragraph 6.:0.: or 6.10.3 caused. directly or indirectly. in whole or in part. by CONTRACTOR. any Subcontractor. Supplier or any other person or organization directly or indi- rectly employed by any of them to penilrm or furnish any of the Work or an~'one for whose acts any of them may be liable. shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or ENGINEER or anyone employed by either of lhem or anyone for whose acts eithe:r of them mav be liable. and not attributable. directly or indi- rectly. in whole or in pan. to the fault or negligen~e ol'CO~- TRACTOR). CONTRACTOR's duties and respllnsibilitie:s for the safelY and protection of lhe Work shall continue until su~h lime as all the Work is completed and ENG1~EER has issued a notice to OWNER and CONTRACTOR in accord- ance wllh paragraph lol.13that the Work is accept~lble (exce:pt as otherwise expressly provided in connection with Substan- tial Completion l. I I I I I I I I o.:~ I. CONTRACTOR shall desigmlle a respl'nsible rep- resent:llivc: at the: ..ite whose duty ..hall i:le the rrt:\'entilln l'," accidenlS. Thi~ per'ion shall be CONTRACTOR's superin- lenuent unless otherwise designated in wriling by CO~- TRACTOR ll) OW~ ER. I I Em~rgtnc~!: 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 lhreatened damage. injury or loss. CONTRACTOR shall give , ENGINEER prompt written notice if CONTRACTOR believes lhat any significant changes in the Work or variations from the Contract Documents have been caused lhereby. 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 Drtlwing! tmd Sampk!: 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 appropriale action if so indicated in lhe 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 10 review the infor- mation as required. 6.14. CONTRACTOR shall also submit to ENGI:'IIEER for review and approval with such promplness as 10 cause no delay in Work. all samples required by [he Contract Doc. uments. All samples will have been checked by and accom- panied by a specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the sub- mission and will be identified clearly as to material. S4pplier. peninent data such as catalog numbers and the use for which intended. 6.25.1. Before submission of each Shop Drawing or sample CONTRACTOR shall ha\'e determined and veri- fied all Quantities. dimensions. specified performance cri- teria. installalilln requiremenls. materials. catalog num- bers and similar data wilh respect thereto and reviewed or coordinated each Shop Drawing or silmple with other Shop Drawings and samples and with the requirements of the Work and the Contracl Documenls. 6.15.2. :\t the time l,f each submission. CONTRAC- TOR shalll!ive E~GINEER speciric wrinen notice: of each variation that the Shop Drawin!,\s or samples may have from lhe requirements l,f the CllOtract Documents. and. in addililln. shall cause: a soecilic notation [0 he: made un 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 Drawings "and samples.. but ENGI- NEER's review and approval will be only for confonnance 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 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 and approval of a separale item as such will not indicate approval of the assembly in which the item functions. CON- TRACTOR shall make corrections required by ENGINEER. and shall return the required number of corrected copies of Shop Drawings and submit as required new samples for review and approval. CONTRACTOR shall direct specific altention in writing to revisions other than the corrections called for by ENGINEER on previous submittals. I I I I I 6.27. ENGINEER's review and approval of Shop Draw- ings or samples shall not relieve CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has in writing called ENGINEER's attention to each such variation at the time of submission as required by paragraph 6.25.2 and ENGINEER has given written approval of each such varia- tion by a specific written notation thereof incorporated in or accompanying the Shop Drawing or sample approval: nor will any approval by ENGINEER relieve CONTRACTOR from responsibility for errors or omissions in the Shop Draw- ings or from responsibility for having complied with the pro- visions of paragraph 6.25.1. I I I I 6.28. Where a Shop Drawing or sample is required by the Specifications. any related Work pen"ormed pnor to ENGI- NEER's review and approval of the pertinent submission wiu be the sole expense and responsibility of CONTRACTOR. I I Colllinuing 1M Work: 6.29. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with OWNER. No Work shall be delayed or postponed pend- ing resolution of any disputes or disagreements. except as permitted by paragraph 15.5 or as CONTRACTOR and OWNER may otherwise. agree in writing. I I I namniji&lIliDn: 6.30. To the fullest extent permitted by Laws and Regu. lations CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their consultants. agents and employees from and against all claims. damages. losses and expenses. direct. indirect or consequential (including but not limited to fees and charges of engineers. architects. altomeys and other professionals and coun and arbitration costs) aris- ing out of or resulting from the performance of the Work. I I I provided that any such claim. damage. loss or expense (a) is attributable to bodily injury. sickness. disease or death. or to injury to or destrUction of tangible propeny (other than the Work itselO including the loss of use resulting therefrom and (b) is caused in whole or in pan by any negligent act or omission of CONTRACTOR. any Subcontractor. any person or organization directiy 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 pan by a pany indemnified hereunder or arises by or is imposed by Law and Regulations regardless of the negligence of any such pany. 6.31. In any and all claims against OWNER or ENGI- NEER or any of their consultants. agents or employees. by any employee of CONTRACTOR. any Subcontractor. any person or organization directiy or indirectly employed by any of them to perform orfumish any of the Work or anyone for whose acts any of them may be liable. the indemnification obligation under paragraph 6.30 shall not be limited in any way by any limitation on the amount or tYpe of damages. . compensation or benefits payable by or for CONTRACTOR or any such SubcontraCtor or other person or orpnization 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. ENGlNEER's consuJtants. 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 R,lal,d Worlc al Sile: 7.1. OWNER may perform other work related to the Proj- ect at the site by OWNER's own forces. have other work performed by utilitY owners or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents. written notice thereof will be given to CONTRACTOR prior to starting any such other work: and. if CONTRACTOR believes that such perfor- mance will involve additional expense to CONTRACTOR or requires additional time and the parties are unable to agree as to the extent thereof. CONTRACTOR may make a claim therefor as provided in Anicles 11 and 12. 7.2. CONTRACTOR shall afford each utility owner and other contractor who is a pany to such a direct contraCt (or OWNER. if OWNER is performing the additional work with OWNER's employees I proper and safe access to the site and a reasonable opponunity for the introduction and storage of materials and equipment and the execution of such work. and shall propcrly connect and coordinate the Work with theirs. CONTRACTOR shall do all cutting. fitting and patching of the Work that may be required to make its several pans come together properly and integrate with such other work. CON- 18 I I TRACTOR shall not endanger any work of others by cutting. excavating or otherwise altering their work and will only cut or alter their work with the written consent of ENGINEER and the others whose work wil.l be affected. The duties and responsibilities.of CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors to lhe 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 pan of CONTRACTOR's Work depends for proper execution or results upon the work of any such other contractor or utility owner lor OWNER). CONTRACTOR shall inspect and promptly repon 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 repon will constitute an acceptance of the other work as fit and proper for integra- lion with CONTRACTOR's Work except for latent or non- apparenl defects and deficiencies in the other work. I I I C oordinlllion: 7.4. If OWNER contracts with olhers 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 S-OWNER'S RESPONSIBILITIES I 8.1. OWNER shall issue all communications to CON- TRACTOR through ENGINEER. I 8.1. In case of termination of the employment of ENGI- NEER. OWNER shall appoint an engineer against whom CONTRACTOR makes no reasonable objection. whose sta- tus under the Contract Documents shall be that of the fonner 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 1~.4 and 14.13. I SA. OWNER's duties in respect of providing lands and easements and providing engineering surveys to ~stablish reference points are set fonh in paragraphs 4.1 and 4.4. P.lra- graph ~.1 refers to OWNER's identifying and making avail- able to CONTRACTOR copies of repons of explorations and tests of ~ub~lIn':\ce ~l1nditions at the site and in ~xisting SlrllC- I I tures which have been utilized by ENGINEER in preparing lhe Drawings and Specifications. 8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and propeny insurance are set fonh . in paragraphs 5.5 through 5.8. 8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.4. 8.7. OWNER's responsibility in respect of certain inspections. tests and approvals is set fonh in paragraph 13.4. 8.8. In connection with OWNER's right to stop Work or suspend Work. see paragraphs 13.IOand Ij.1. Paragraph 15.2 deals with OWNER's right to terminate services of CON- TRACTOR under cenain circumstances. ARTICLE 9-ENGlNEER'S STATUS DURING CONSTRUCTION OWllers Represelltlllil1e: 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 fonh in the Con- tract Documents and shall not be extended without written consent of OWNER and ENGINEER. Visit.r 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 ctTons will be directed toward providing for OWNER a greater degree of confidence that the completed Work will conform (0 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 OWN ER against defects and deficiencies in the Work. . Project Representlllion: 9.3. If OWNER and ENGINEER agree. ENGINEER will furnish a Resident Project Representative to assist ENGINEER in observing the performance of the Work. The duties. responsibilities and limitations of authority of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent 10 represent OWN ER at. the site who is not. ENGINEER's agent or employee. the duties. responsibilities and limitations of authority of such other person will he as provided in the Supplementary Conditions. 19 I I C/iuificIIIioIU and I",."".,..IU: 9.4. ENGINEER will issue with reasonable prompmess such wrinen clarifications or interpretations of the require- ments of the Contract Documents (in the form of Drawings or otherwise) as ENGINEER may determine necessary. which shall be consistcnt with or reasonably inferable from the overall intent of the ContraCt Documents. If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the ContraCt Time and the parties arc unable to agree to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Article 11 or Article 12. I I I I AfIIhoriud VGriIrDoIU ill Wort: 9.S. ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the ContraCt Time and arc consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on OWNER. and also on CONTRACTOR who shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Timc and the parties are unable to agree as to the amount or extent thereof. CONTRACTOR may make a claim therefor as provided in Article II or 12. I I I I Re.;.cting Defet:tiN Wort: 9.6. ENGINEER will have authority to disapprove or reject Work which ENGINEER believes to be defective. and will also ha ve authority to require special inspection or testing of the Work as provided in paragraph 13.9. whether or not the Work is fabricated. installed or completed. I I I I Shop Drawings, CJumge Orthn and Paymellls: 9.7. In connection with ENGINEER's responsibility for Shop Drawings and samples. see paragraphs 6.23 through 6.29 inclusive. 9.8. In connection with ENGINEER's responsibilities as to Change Orders. see Anicles 10. 11 and 12. I 9.9. In connection with ENGINEER's responsibilities in respect of Applications for Payment. etc.. see Anicle 14. I De,.""ilUlliolU for Unil Pri&es: 9.10. ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by CON- TRACTOR. ENGINEER will review with CONTRACTOR ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommen- dation of an Application for Payment or otherwise). ENGI- NEER's written decisions thereon will be final and binding upon OWNER and CONTRACTOR. unless. within ten days after the date of any such decision. either OWNER or CON- TRACTOR delivers to the other party to lhe Agreement and I I I to ENGINEER written notice of intention to appeal from such a decision. D.t:UiD1U 011 Displlla: 9.11. ENGINEER will be the initial interpreter of the requirements of the Contraet Documents and judge of the ac:ccptability of the Work thereunder. Claims. disputcs and other maners relating to the acceptability of the Work or the interpretation of the requirementS of the Contract Documents pcnaining to the performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes in the ContraCt Price or Contract Time will be referred initially to ENGINEER in writing with a request for a formal decision in accordance with this paragraph. which ENGINEER will render in writing within a reasonable time. Wrinen notice of each such claim. dispute and other maner will be delivered by the claimant to ENGINEER and the other pany 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 submitted to ENGINEER and the other party within sixty days after such occurrence unless ENGINEER allows an additional period of time to ascenain more accurate data in support of the claim. 9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11. ENGINEER will not show par- tiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by ENGINEER pursuant to paragraphs 9. 10 and 9.11 with respect to any such claim. dispute or other matter (except any which have been waived by the making or acceptance of final pay- ment as provided in paragraph 14.16) will be a condition precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim. dispute or other mauer. LimiIIIliDIU 011 ENGINEER's RespolUibililies: 9.13. Neither ENGINEER's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by ENG IN EER 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 impon are used to describe a requirement. direction. review or judgment of ENGINEER as to the Work. it is intended that such requirement. direction. review or judgment will be solely to evaluate the Work for compliance with the Contract Docu- ments (unless there is a specific statement indicating other- wise). The use of any such term or adjective shall not be 20 I I effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance oi the Work or any duty or authority to undenake responsibility contrary to the provisions of pai-agraph 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 pen"orm or furnish the Work in accordance with the Contract Documents. I 9.16. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor. any Supplier. or of any other person or organization periorming or furnishing any of the Work. I I ARTICLE IO-CHANGES IN THE WORK I I 10.1. Without invalidating the Agreement and without notice to any surety. OWNER may. at any time or from time to time. order additions. deletions or revisions in the Work: lhese will be authorized by a Written Amendment. a Change Order. or a Work Directive Change. Upon receipt ofany such document. CONTRACTOR shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents lexcept as otherwise specifically provided). I I 10.2. If OWNER and CONTRACTOR are unable 10 agree as to the extent. if any. of an increase or decrease in the Contract Price or an extension or shonening of the Contracl Time lhat should be allowed as a resullof a Work Direclive Change. a claim may be made lherefor as provided in Article 11 or Article 12. I I 10.3. CONTRACTOR shall not be entitled to an increase in the Contract Price or an eXlension of the Contract Time with respect to any Work pen'ormed thaI is not required by lhe Contract Documents as amended. modified and supple" mented as provided in paragraphs 3.4 and 3.5. except in the case 0/ an emergency as provided in paragraph 6.2: and except in the case of uncovering Work as provided in para- graph 13.9. I I lOA. OWNER and CONTRACTOR shall execute apprl'- priate Change Orders (or Written Amendmentsl covering: I IO.~.I. ~hanges in lhe Work which are ordered by OWNER pursuanllO paragraph 10.1. are required because: "/a~ceptan.:e of Jefecri,'e Work unde:r paragrapn 13.1.~ llr ~orrecting d':(l!ctil'e Work under paragraph 13.1~. or are: :lgreed 10 b~. the parties: I I lOA.:. ~hanges in lhe Conlract Price or Contracl Time: which are agreed to hy the parties: and I 10.4.3. changes in the Contract Price or Contract Time which embody the substance of any written decision ren- dered by ENGINEER pursuant to paragraph 9.11 : provided that. in lieu of executing any such Change Order. an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations. but during any such appeal. CON- TRACTOR shall carry on the Work and adhere to the prog- ress schedule as provided in paragraph 6.29. 10.5. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including. but not limited to. Contract Price or Contract Time) is required by the provisions of any Bond to be given to a surety. the giving of any such notice will be CONTRAC- TOR's responsibility. and the amount of each applicable Bond will be adjusted accordingly. ARTICLE l1-CHANGE OF CONTRACT PRICE 11.1. The Contract Price constitutes the total compen- sation (subject to authorized adjustments) payable 10 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 pany making the claim to the other pany and to ENGINEER prompUy (but in no event later than lhiny days) after the occurrence of lhe event giving rise to the claim and stating the general nature of the claim. Notice of lhe amount of the claim with supponing data shall be delivered within sixty days after such occurrence (unless ENGINEER allows an additional period of time to 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 otherwise al%ree on the amount involved. ~o 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 any Work covered by a Change Order or of any claim for an increase or decrease in lhe Contract Price shall be determined in one of lhe following ways: 11.3.1. Where lhe Work involved is covered by unil prices contained in lhe Contract Documents. by applica- tion of unit prices to the quantities of the items involved I subject 10 the provisions of paragraphs 11.9.1. lhrough 11.9.3. inclusivei. ~I I I 11.3.2. By mutual acceptance of a lump sum (which may include an aUowance for overhead and profit not neccssarily in accordancc with paragraph 11.6.2.1). I I 11.3.3. On the basis of the Cost of the Work (deter- mined as provided in paragraphs 11.4 and 11.5) plus a CONTRACfOR's Fee for overhead and profit (deter- mined as provided in paragraphs 11.6 and 11.7). I COSIO/the Wort: 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 itetnized in paragraph 11.5: I 11.4.1. PayroU costs for employees in the direct employ of CONTRACTOR in the performance of the Work under schcdules of job classifications agreed upon by OWNER I and CONTRACfOR. Payroll costs for employees not employed full time on the Work shall be apponioned on the basis of their time spent on the Work. PayroU costs shall include. but not be litnited to. salaries and wages I plus the cost of fringe bencfits which shall include social security contributions. unemployment. excise and payroU taxes. workers' or workmen's compensation. health and reUrcmcnt benefits. bonuses. sick leave. vacation and hol- 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 incorporatcd in the Work. including costs of trans- ponation and storagc thercof. and Suppliers' field services required in connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER dcposits 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 obtained. I 11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performcd 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 then determine. with the advice of ENGINEER. which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on thc 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 litnited 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 transporta- tion. travel and subsistence expcnses of CONTRAC- TOR's employees incurred in discharge of duties con- nected with the Work. 11.4.5.2. Cost. including uansponation 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 ofthe Work. and cost less market value of such items used but not consumed which remain the propeny of CONTRACTOR. 11.4.5.3. Rentals of all constrUction equipment and machinery and the pans thereof whether rented from CONTRACTOR or others in accordance with rental asreemen1s approved by OWNER with the advice of ENGINEER. and the costs of transportation. loading. unloading. installation. dismantling and removal thcreof-all in accordance with terms of said rental qreements. The rental of any such equipment. machin- eryorp&ns shall cease when the use thereof is no longer necessary for the Work. 11.4.5.4. Sales. consumer. use or similar taxes related to the Work. and for which CONTRACTOR is liable. imposcd by Laws and Regulations. 11.4.5.5. Deposits lost for causes other than negli- gence of CONTRACTOR. any Subcontractor or any- one directly or indirectly employed by any of them or for whose acts any of them may be liable. and royalty payments and fees for permits and licenses. 11.4.5.6. Losses and damages (and related expenses). not compensated by insurance or otherwise. to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of propeny insurance established by OWNER in accordance with paragraph 5.91. pro- vided they have resulted from causes other than the negligence of CONTRACTOR. any Subcontractor. or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include senlements made with the wrinen 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 lhat stated in paragraph 11.6.2. I I 11.4.5.7. The cost of utililies. fuel and sanitary facilities at the site. I 11.4.5.8. Minor expenses such as telegrams. long distance Ie Ie phone calls. telephone scrvice 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 propeny 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 lof partner- ,ship and sole proprietorships I. general managers. engi- neers. architects. estimators. attorneys. auditors. accoun- tants. purchasing and contracting agents. expec,1itors. timekeepers. clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRAC- TOR's principal or a branch office for general administra- tion of the Work and not specifically included in the agreed upon schedule of job classifications referred to in para- graph 11.4. 1 or specifically covered by paragraph 11.4.4- all of which are to be considered administrative costs covered by the CONTRACTOR's Fee. I I I I 11.5.2. E:<penses l'f CONTRACTOR's principal and branch offices other lhan CONTRACTOR's office at the ~ite. I 11.5.3. Any part ofCONTRACTOR's capital expcnses. including interest on CONTRACTOR'S capital employed for lhe 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 !:\y the Contract Documents to purchase and maintain lhe same lexcept for the cost of premiums covered by su!:\- paragraph 11..U.9 abovel. I I 11.5.5. Costs due to the negligence of CONTRAC- TOR. any Subcontr:\~tor. or anyone directly or indirectly employed !:\y any of l:tcm or for whoo;e acts ,my of lhem may be liat'lle ;r..:huing but not limileJ to. the correction of rld..r ;" '." .Ilrk. Jisposal I,t" material.. or equipment wrongly ~L1. "I ;'. .: ..,ak:ng ~uou any dam"ge to prop- erlY. I I 11.5.6. Other overhead or general expense costs 01 any kinu ,IOU lhe costs of any item not specifically :101.1 expressly indudeu in p"mgr.lph II A. I CONTRACTOR's Fet: 11.6. The CONTRACTOR's Fee allowed to CONTRAC- TOR for overhead and profit shall be determined as follows: 11.6, I:. 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 lhe Work: 11.6.2: I. for costs incurred under paragraphs 1104.1 and 11.4.2. lhe CONTRACTOR's Fee shall be fifteen percent: 11.6.2.2. for costs incurred underpara8raph 11.4.3. the CONTRACTOR's Fee shall be five 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 11.404. 1104.5 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 lhe amount of the actual net decrease plus a deduction in CONTRAC- TOR's Fee by ao 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 11.6.2A. inclusive. Il.i. Wheneverthe cost of any Work is to be determined pursuant to paragraph II A or 11.5. CONTRACTOR will submit in form acceptable to ENGINEER an itemized cost breakdown logether with supponing data. Cash Allowances: 11.8. It is understood lhat CONTRACTOR has included in the Contract Price all allowances so named in the Contract Documcnts and shall cause the Work so covered to be done by such Subcontractors or Suppliers and for such sums within the limit of lhe allowances as may be acceptable 10 ENGI- NEER. CONTRACTOR agrees that: 11.8.1. The allowances include the cost to CON- TRACTOR lIess any applicable trade discounts 1 of mate- rials and equipment required by lhe allowances to be deliv- ered at the site. and all applicable taxes: and 11.8.:. CONTRACTOR's costs for unloading and handling on the site. luhor. installation costs. overheau. profit and other expenses contemplated for lhe allowances have heen incluued in the Contract Price and not in the ~3 I I allowanccs. No demand for additional paymcnt on account of any thereof will be valid. I Prior to final payment. an appropriate Change Order will be issued as recommended by ENGINEER to reflect actual amounts due CONTRACl'OR. on account of Work covered by allowances. and the Contract Price shall be correspond- ingly adjusted. I I Unit Pril:e w"rt: 11.9.1. Where the Contract Documents provide that all or pan of thc Work is to be Unit Price Work. initially the Contract Pricc will be deemed to includc for all Unit Price Work an amount equal to the sum of the established unit prices for each sepanltely identified item of Unit Price Work times the estimated quantity of each itcm as indi- cated in the Agreement. Thc estimated quantitics of itcms of Unit Price Work are not guaranteed and are solely for thc pW'J'Ose of comparison of Bids and dctermining an initial Contract Pricc. Dcterminations of the actual quan- tities and classifications of Unit Pricc Work pcrformed by CONTRACl'OR will be made by ENGINEER in accor. dancc with Paragraph 9.10. I I I I 11.9.2. Eacb unit price will bc deemcd to include an amount considcred by CONTRACl'OR to be adequatc to cover CONTRACl'OR's overbead and profit for cach sep- aralely identified itcm. I I 11.9.3. Where the quantity of any itcm of Unit Pricc Work performcd by CONTRACl'OR diffcrs matcrially and significantly from thc cstimatcd quantity of such item indicated in the Agreement and there is no corresponding adjustment with respect to any other itcm of Work and if CONTRACTOR belicves that CONTRACTOR has incurred additional expense as a result thereof. CON- TRACTOR may make a claim for an increase in the Con. tract Price in accordance with Article 11 if the panies are unable to agree as to the amount of any such increase. I I I ARTICLE 12-CHANGE OF CONTRACT TIME I 12.1. Thc Contract Time may only be changed by a Change Order or a Written Amendment. Any claim for an extension or shonening of the Contract Time shall be based on written noticc dclivered by thc party making the claim to the other pany and to ENGINEER promptly (but in no event later than thirty days) aftcr the occurrence of the event giving rise to the claim and stating the general nature of thc claim. Noticc of the extent of the claim with supponing data shall be deliv. cred within sixty days aftcr such occurrence (unless ENGI. NEER allows an additional period of time to ascertain more accuratc data in suppon of the claim) and shall be accom- panied by the claimant's written statemcnt that the adjust- mcnt claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the Qccurrence of said event. All claims for adjustment in the Contract Time I I I I shaD be detcrmined by ENGINEER in accordance with para. graph 9.11 if OWNER and CONTRACl'OR cannototberwise agree. No claim for an adjustmCDt in the Contract rtme will be valid if not submined in accordance with the requirements of this paragraph 12.1. 12.2. The Contract Time will be cxtended in an amount equal to time lost duc to delays beyond thc control of CON- TRACl'OR 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 weathcr conditions or acts of God. 12.3. All time limits stated in the ContraCt Documents are of thc essence of thc Agreement. The provisions of this . Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers. architects. attorneys and other professionals and coun and arbitration costs) for delay by either pany. ARTICLE I3-W ARRANTY AND GUARANTEE; TESTS AND INSPEcrIONS: CORRECTION. REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK WfImIIII1 tIIIII GlUll'allUe: 13.1. CONTRACTOR warrants and guarantecs to OWNER and ENGINEER that all Work will be in accor- dance with the Contract Documcnts and will not be defective. Prompt notice of all defects shall be givcn to CONTRAC- TOR. All defective Work. whether or not in place. may be rejectcd. corrected or accepted as provided in this Anicle 13. Acca,r to W"rt: 13.2. ENGINEER and ENGINEER's representatives. other representatives of OWNER. testing agencics and gov- ernmcntal agencies with jurisdictional intcrests will have acccss to the Work at reasonable times for thcir observation. inspecting and testing. CONTRACTOR shall provide proper and safe conditions for such access. Tem tIIIIIlnspectiD",: 13.3. CONTRACTOR shall give ENGINEER timely notice of readiness of the Work for all required inspections. tests or approvals. 13.4. If Laws or Regulations of any public body having jurisdiction require any Work lor pan 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 cenificates oi inspection. 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 ofa Supplier of materials or equipment proposed to be incorporated in the Work. or of materials or equipment submitted'for approval prior to CON- TRACTOR's purchase thereof for incorporation in the Work. The cost of all inspections. tests and approvals in addition to the above which are required by lhe Contract Documents shall be paid by OWNER (unless otherwise specified). I I I 13.5. All inspections. tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to OWNER and CONTRACTOR (or by ENGI~EER if so specified). I I 13.6. If any Work (including the work of others) that is to be inspected. tested or approved is covered without written concurrence of ENGINEER. it mUSt. if requested by ENGI- NEER. be uncovered for observation. Such uncovering shall be at CONTRACTOR"s expense unless CONTRACTOR has given ENGINEER timely notice ofCONTRACTOR's inten- lion to cover the same and ENGINEER has not acted with reasonable promptness in response 10 such notice. I I 13.7. Neither observations by ENGIN.EER nor inspec- tions. tests or approvals by others shall relieve CONTRAC- TOR from CONTRACTOR's obligations to perform the Work in accordance with the Contract Documents. I I Uncovering Work: 13.8. Ifany Work is covered contrary to the written request of E~GINEER. it must. if requested ~y E~GI~EER. be uncovered for ENGI:'IlEER's observation and reDlaced :11 CONTRACTOR's expense. . I I 1~.9. If E~GINEER considers it necessary or advisable that covered Work be observed by ENGINEER or inspected or tested by others. CONTRACTOR. at ENGINEER's request. shall uncover. expose or otherwise make available for observation. inspection ~r lesting as ENGI~EER ma\" require. that portion of the Work in question. furnishing all necessary labor. material and equipment. If it is found that such Work is "e.(e("lin'. CONTRACTOR shall bear all direct. indirect anu ~onsequential costs of such unco\"ermg. expo- sure. observation. inspection and testing and of s.llisfactory reconstruction. lincludinl! but not limited to fees and charl!es of engineers. :m:hitecls. ~ltorneys and olher professionais I. and OWN ER shall be enlllled to an i1ppropriate de~rease in lhe Conlracl Price. and. if lhe panies are unilble ll' agree as to lhe amuunt thereof. may make a claim therefor ;\s provideu in .-\rticle II. If. hll\\e\er. ~uch W~lrk is not f~'und to ~e de.f('("(in'. CO~TR.-\l'TOR ,hall be allowed an m.:rease in the C~lntra.:t P:-:.'. .;. ...i ..:..:<:n~illn lIf the Contra.:t Time. ~'r both. Jin:ctl~ altJ"IL'utabl~ l" such un~overin1!. ~xposure. obser\".lliun. inspection. testing and reconslructil'n: and. if th~ parlJes ;lrc unilhle to .Igree a!l tll lhe i1mount l'r e.xlent I I I I I I thereof. CONTRACTOR may make a claim therefor as pro- vided in Anicles II and 12. Owner May Stop the Work: 13.10. If the Work is defecl;I'e. or CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment. or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents; OWNER may order CONTRACTOR to s~op the Work. or any ponion 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 pan of OWNER 10 exercise this right for the benefit of CONTRACTOR or any Other pany. COnYcnon or Removal of Defective Work: 13.11. If required by ENGINEER. CONTRACTOR shall promptly. as directed. either correct all defeC:I;I'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 nondefecl;I'e Work. CONTRACTOR shaH bear all direct. indirect and consequential costs of such correction or removal (including bUt not limited 10 fees and charges of engineers. architects. attorneys and other profes- sionals) made necessary thereby. One YearConYction 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 defecl;\'e. CONTRACTOR shall promptly. without cost to OWNER and in accordance Wilh OWNER's written instructions. either correct such defe("(;\'e Work. or. if it has been rejected by OWNER. remove it from the site and replace it with nondefec(il'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 defeC:I;I'e Work cor- rected or lhe rejected Work removed and replaced. and all direct. indirect and consequential costs of such removal and replacement I including but not limited 10 fees and charges of engineers. architects. attorneys and other professionalsl will be paid by CONTRACTOR. In special circumstances where a panicular item of equipment is placed in continuous service before Substantial Completion ofall the Work. the correction period for that item may stan to run from an earlier date if so provided in the Speciricalions or by Written Amendment. .-tcceplance of Defecl.;ve Work: \3; 13. If. instead of requiring correclion or removal and replacement of ,It:(l!("(i,'(' Work. OWNER land. prior to ENGIN EER's recommenuation of final payment. also ENGIN EER) prefers 10 accept it. OWNER may do so. CON- TRACTOR ,hall hear "II direct. inuirect anu cunsequential ~5 I I costs attributable to OWNER's evaluation of and determi- nation to accept such defer:ti'll~ Work (such costs to be approved by ENGINEER as to. reasonableness and to include but not be limited to fees and charges ofengineers. architects. attor- neys and other professionaiSl. 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 ConU'act Price. and. if the panies are unable to agree as to tne amount thereof. OWNER may make a claim therefor as provided in Article II. If the acceptance occurs after such recommendation. an appropriate amount will be paid by CONTRACTOR to OWNER. I I I I I OWNER M", Conw:t De/<<IiH Wort: 13.J4. 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 pan of the site, rake possession of all or pan of the Work. and suspend CON. TRACTOR's services related thereto. rake 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 apinst 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.panies are unable to agree as to the amount thereof. OWNER may make a claim therefor as provided in Anicle 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 coun 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 defecriv~ 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 14-PA YMENTS TO CONTRACTOR AND COMPLETION S~ o/VaWa: 14.1. The scbedule of values established as provided in paragrapb 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. ApplietuiD" lor Prog,.u P",,,,.,,,: 14.2. At least twenty days before each progress payment is scheduled (but not more often than once a month I. CON- TRACTOR shall subtnit 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 supponing documentation as is required by the Contract Documents. If payment is requested on the basis of materiaJs and equipment not incorporated in lhe 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 docwnentation warranting that OWNER has received . the maleria1s and equipment free and clear of an liens. charges. security interests and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the materials and equipment are covered by appropriate propeny 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 WtImUIIy of TiIk: 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 latcr than thc time of payment free and clear of all Liens. R..ww of Applil:llliDru for Progress PIlY",.",: 14.4. ENGINEER will. within ten days after receipt of each Application for Payment. either indicate in writing a recommendation of payment and present thc 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 casc. CONTRACTOR may make the necessary corrections and resubmit the Applica- tion. Ten days after presentation of the Application for Pay- ment with ENGINEER's recommendation. the amount rec. ommended will (subject to the provisions of the last sentence of paragraph 14.7) become due and when due will be paid by OWNER to CONTRACTOR. 14.5. ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a 26 I I representation by ENGINEER to OWNER. based on ENGI- NEER's on-site observations of lhe Work in progress as an experienced and qualified design professional and on ENGI- NEER's review of the Applicalion for Payment and lhe accompanying data and schedules lhat the Work has pro- gressed to lhe point indicated: that. to the best of ENGI- NEER's knowledge. information and belief. the quality of lhe Work is in accordance with the Contract Documents {subject to an evaluation of the Work as a functioning whole prior 10 or upon Substantial Completion. to the results of any subsequent tests called for in the Conlract Documents. to a final determination of quanlities and classifications for Unit Price Work under paragraph 9.10. and to any other qualifi- cations staled in lhe recommendalionl: and that CONTRAC- TOR is entitled to payment of lhe amount recommended. However. by recommending any such payment ENGINEER will nOl thereby be deemed 10 have represented that exhaus- tive or continuous on-sile inspections have been made 10 check the quality or the quantity of lhe Work beyond the responsibilities specilically assigned to ENGINEER in the Contract Documents or lhat there may not be other matters or issues between the panies thaI 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. ENGlNE~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 pan of any payment if. in ENGlNEER's opinion. il 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 lhe results of subsequenl inspections or leSts. nullify any such payment previously recommended. to such extent as may be necessary in ENG IN EER' s opinion 10 protect OWNER from loss because: I I 14.7.1. the Work is defecri,'e. or completed Work has been damagc~ requiring correction or replacement. I 1..J.7.:!. the Contract Price has been reduced by Wril- ten Amendme:nl or Change Order. I 1..J.7.3. OWNER has been required 10 correCl defec- rh'e Work or complete Work in accordance Wilh paragraph 13.14. or I 1..J.iA. of ENGINEER's actual knowle:dge of lhe occurrence of any of the events enumerated in paragraphs 15.~.lthrough 15.~.9 inclusive. I OWNER may refuse 10 make payment of lhe full amount recommended by ENGINEER because claims have been made: againsl OWNER on account ol"CONTRACTOR's per- formance or furnishing of lhe Work or Liens have been filed in conneclion Wilh the Work or Ihere are other items enlitling I I OWNER to a set-off against the amount recommended. but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating lhe reasons for such action. SubstlllltUU Comp/~tioll: 14.8. When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing thatlhe entire Work is substantially complete (except for items specifically Iisled by CONTRACTOR as incomplete) and request that ENGI- NEER issue a cenificate of Substantial Completion. Within a reasonable time thereafter. OWNER. CONTRACTOR and ENGlN EER shall. make an inspection of the Work to deter- mine the status of completion. If ENGINEER does not con- sider the Work substantially complete. ENGINEER will notify CONTRACTOR in 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 cenificate a tentative list of items to be completed or cor- rected before final payment. OWNER shall have seven days after receipt of the tentative cenificate 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 founeen days after submission of the tentative cenificate to OWNER notify CONTRACTOR in writing. stating the reasons therefor. If. after consideration of OWNER's objections. ENGINEER considers the Work substantially complete. ENGINEER will within said founeen days execute and deliver to OWNER and CONTRACTOR a definitive cenificate of Substantial Completion (with a revised tentative list of items to be com- pleted or corrected) reftecting such changes from the tentative cenificate as ENGINEER believes justified after consider- ation of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial Completion ENGI- NEER will deliver 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 warranlies. Unless OWNER and CONTRACTOR agree olherwise in wriling and so inform ENGINEER prior to ENGINEER's issuing the definitive cenificate of Subslanlial Completion. ENGINEER's afore- said recommendation will be binding on OWNER and CON- TRACTOR until final payment. 14.9. OWNER shall have the right to exclude CON- TRACTOR from the Work after the date of Substantial Com- pletion. but OWN ER shall allow CONTRACTOR reasonable access to complete or correct items on the tentative list. Partial C."tili;Jllion: 14.10. Use by OWNER of any finished pan of the Work. which has specific.llly bl:en identified in the Conlracl Do~u- 27 I I ments. or which OWNER. ENGINEER and CONTRAC- TOR agree constilutes a separately functioning and useable pan of the Work lhat can be used by OWNER without sig- nificant interference with CONT.RACTOR's performance of the" remainder of the Work. niay be accomplished prior to Substantial Completion of all the Work subject to the follow- ing: I I 14.10.1. OWNER at any time may request CON- TRACTOR in writing to permit OWNER to use any such pan of the Work which OWNER believes 10 be ready for its intended use and substantially complete. If CON- TRACTOR agrees. CONTRACTOR will cenifyto OWNER and ENGINEER thai said pan of the Work is substantially complete and requesl 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 thai CONTRACTOR considers any such pan of the Work ready for its intended use and substan- tially complele and request ENGINEER 10 issue a certif- icate of Substantial Completion for that pan of the Work. Within a reasonable time after either such request. OWNER. CONTRACTOR and ENGINEER shall make an inspec- tion of lhat pan of the Work to delermine its siatus of completion. If ENGINEER does nOl consider that pan of the Work to be substantially completc. ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that pan of the Work to be substantially completc. the provisions of para- graphs 14.8 and 14.9 will apply with respect to certification of Substantial Completion of thai pan of the Work and the division of responsibility in respect thereof and access thereto. I I I I I I I 14.10.2. OWNER may al any time request CON- TRACTOR in writing to permit OWNER 10 takc over operation of any such pan of the Work although it is not subslantially complete. A copy of such request will bc sent to ENGINEER and within a reasonable timc there- after OWNER. CONTRACTOR and ENGINEER shaU make an inspection of that pan of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon bcfore final payment. If CONTRACTOR does not object in writ- ing to OWNER and ENGINEER that such pan of the Work is not ready for scparatc operation by OWNER. ENGINEER will finalize the list of items to be completed or corrected and will dcliver such list to OWNER and CONTRACTOR together with a written recommendation as to the division of responsibililies pending final payment between OWNER and CONTRACTOR with respect to security. operation. safelY. maintenance. utilities. insur- ance. warranties and guarantees for that pan of the Work which will bccome binding upon OWNER and CON- TRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writ- ing and so informed ENGINEER). During such operation and prior to Substantial Completion of such pan of the Work. OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to complctc other relatcd Work. I I I~ I I I I I 14.10.3. No occupancy or separate operation of pan ofthc Work will be accomplished priOrlO compliance with the requirements of paragraph 5.15 in respect of propeny insurance. FiIIIIlllUpCCliDn: 14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion thereof is complele. ENGI- NEER will make a final inspection with OWNER and CON- TRACTOR and wiD notify CONTRACI'OR in writing of all paniculars in which this inspection reveals that the Work is incomplete or defecrive. CONTRACTOR shall immediateJy take such measures as are necessary to remedy .such defi- ciencies. Fiul App/WlliDn for p.,meru: 14.12. After CONTRACTOR has completed all such cor- rections to the satisfaction of ENGINEER and delivered all maintenance and operating instrUctions. schedules. gulU"Bll- tees. Bonds. certificates of inspection. marked-up reco~ documents (as provided in paragraph 6.19) and other docu- ments-all as required by the Contract Documents. and after ENGINEER has indicatcd 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 ConU3Ct Documents. together with complete and legally cffective releases or waivers (satisfactory to OWNER) of all Liens arising out of or filed in conDection with the Work. In lieu thereof and as approved by OWNER. CONTRACTOR may furnish receipts or releases in full: an affidavit of CON- TRACTOR that the releases and receipts include all labor. serviccs. material and cquipment for which a Licn could be filed. and that all payrolls. material and equipment bills. and other indebtedness connccted with the Work for which OWNERorOWNER's propcny might in any way be respon- siblc. have bcen paid or otherwise satisficd: and consent of the surety. if any. to final payment. If any Subcontractor or Supplier fails to furnish a rclease or receipt in full. CON- TRACTOR may furnish a Bond or other collateral satisfac. tory to OWNER to indemnify OWNER against any Lien. Filllll Payment aM A.ceepllUlee: 14.13. If. on Ihc basis of ENGINEER's obscrvation of the Work during constrUction and final inspection. and ENGlNEER's review of thc final Application for Payment and accompanying documentation-all as required by thc Contract Documents. ENGINEER is salisfied thai the Work has been compleled and CONTRACTOR's other obligations under the Contract Documents have been fulfilled. ENGI. NEER will. within len days after reccipt of Ihe final Appli- cation" for Payment. indicate in writing ENGlNEER's rec- ommendation of payment and present the Application to OWNER for payment. Thereupon ENGlN EER will give wrinen notice to OWNER and CONTRACI'OR that the Work is acceptable subjcct 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 prese.ntation 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. I I I 14.14. If. through no fault of CONTRACTOR. final com- pletion of the Work is significantly delaycd and if ENGI- NEER so confirms. OWNER shall. upon receipt of CON- TRACTOR's final Application for Paymcnt and recommen- dation of ENGINEER. and without terminating the Agree- ment. make payment of the balancc due for that ponion of the Work fully complcted and acceptcd. If the remaining balance to be held by OWNER for Work not fully completed or corrccted is less than the retainage stipulated in the Agree- ment. and if Bonds have been furnished as required in para- graph 5. I. the written consent of the surety to the payment of the balance due for that ponion of the Work fully com- pleted and accepted shall be submitted by CONTRACTOR 10 ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions g9v- erning final payment. except that it shall not constitute a waiver of claims. I I I I I COntrtlCIOr's Continuinr Ob/iraliDn: 14.15. CONTRACTOR's obligation to perform and com- plete the Work in accordance with the Contract Documents shall be absolute. Neither recommendalion of any progress or final payment by ENGINEER. i'lor the issuance of a cer. lificale of Substanlial Complelion. nor any payment by OWNER to CONTRACTOR under the Contracl Documents. nor any use or occupancy of the Work or any part lhereof by OWNER. nor any act of acceptance by OWNER nor an~. failure to do so. nor any rcview and approval of a Shop Drawing or sample submission. nor lhe issuance of a notice ofacceplabililY by ENGINEER pursuanllO paragraph 14.13. nor an~' correction of defeclil'e Work b~' OWNER will con- I stitute an acceptance of Work nOI in accordance with the Contracl Documents or a release of CONTRACTOR's obli. gation 10 perform the Work in accordance wilh the Contracl Documents lexCept as provided in paragraph 14.161. I WaiJ'e,.ofClaims: 1~.16. The making and acceptance or tinal payment will I conslllute: I I I I 1~.16.1. a waiver of all claims by OWNER againsl (,O~TRACTOR. excepl claims arising from unselllell Liens. from (h~/i.'("lil"(' Work appearing after final inspec. lillO pursuanllO paragraph I~.II or from failure tll .:ompl~ \\ IIn lhe: Contracl Documents or the terms of ,lilY sped.11 guar::mlces specifielllherein: however. jl will not consli. lUte: ,I w.live:r hy OWNER of an~. righls in r~~p..:ct or I I CONTRACTOR's continuing obligations under the Con- lract 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 Owne,. May Suspend Work: 15.1. OWNER may. at any time and without cause. sus- pend the Work or any ponion .thereof for a period of not more lhan 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 Anicles 11 and 12. Ow,.er May rermilUJle: 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 11. United States Code). as now or hereafter in effect. or if CON- TRACTOR takes any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency: 15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the lime 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: 15.2A. if a lrustee. receiver. custodian or agent of CONTRACTOR is appointed under applicable law or under contract. whose appointment or authority 10 lake charge of property of CONTRACTOR is for the purpose of enforcing a Lien against such property or for lhe purpose of general administration of such propeny for the benefil ofCONTRACTOR's credilors: 15.2.5. if CONTRACTOR admits in writing an inabil- ity to pay ilS uebls ge:ner,llIy as lhey become uue: 15.2.6. if CONTRACTOR persistently fails 10 pert'orm lhe Work in accord.mce with lhe Contract Documenls ~9 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 from. time to time): I I 15.2.7. if CONTRACTOR disreprds 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; .1 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 fuU 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 (0 reasonableness by ENGINEER and incor- porated in a Change Order. but when exercising any rights or remedies under this paragraph OWNER shall not be required 10 obtain the lowest price for the Work performed. 1 1 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 CONTRAcrOR 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). ColllnlCtDr Mtip SlOp Wort or r.rrrtiJuIu: 15.5. If. through no act or fault of CONTRACTOR. the Work is suspended 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 COJ'ofrRACTOR 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 between OWNER and qONTRACTOR arising out of, or relating to, the Contract Docu- ments or the breach.thereof shall be decided under Georgia Law. in the Superior Court of Richmond County, Georgia. (The remainder of this page was left blank intentionally.) '" 31 I I I I I I I I I I I I I I I I I I I (This page was left blank intentionally.) 32 I I ARTICLE 17-MISCELLANEOUS I Giring Notil:e: 17.1. Whenever any provision of the Contract Docu- ments requires the giving of written notice. it will be deemed to have been validly given if delivered in person to the indi- vidual or to a member of the firm or to an officer of the corporation for whom it is intended. or if delivered at or sent by registered or certified mail. postage prepaid. to the last business address known to the giver of the notice. I I ComplllllliDn ofT;"": 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 wilJ 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 Gen,rrU: 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 pany or of any of the other party's employees or agents or others for whose acts the other pany is legally liable. claim will be made. in writing to the other pany within a reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall .Dot.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 panicular but without limitation. the warranties. guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.30. 13.1.13.12. 13.14. 14.3 and 15.2 and all of the rights and remedies available to OWNER and ENGINEER thereunder. are in addition to. and are not to be construed in any way as a limitation of. any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations. by special warranty or guarantee or by other provisions of the Contract Documents. and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each panicular duty. obliga- tion. right and remedy to which they apply. All representa- tions. warranties and guarantees made in the Contract Doc- uments wilJ 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 SUPPLEMENTARY CONDITIONS 1.1 OWNER'S LIABILITY & PROPERTY INSURANCE: section 5.5, 5.6, 5.7, 5.8, 5.9, 5.10 of the General Conditions shall be amended as follows: No additional liability or property insurance will be purchased by Augusta-Richmond County for this project. Current insurance coverages will remain in effect for the life of this Contract. 1.2 CONTRACTOR'S LIABILITY: As indicated under Section 5.3 of the General Conditions, the Contractor's Liability Insurance shall be in an amount not less than $200,000 for injuries, including accidental death, to anyone person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident, and Contractor's Property Damage Insurance in an amount not less than $100,000 for all property damage sustained by anyone person in anyone accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. The Contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Liability and Property Damage Insurance of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractors in his own pOlicy. 1.3 SPECIAL HAZARDS: The Contractor's and his Subcontractor's Liability and property Damage Insurance shall provide adequate protection against the following special hazards: (a) Work within the right-of-ways of the Augusta-Richmond County Road System. (b) Work within easements granted by property owners in connection with the construction of the project. (c) Work in close proximity to existing water lines, power 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-Richmond County Public Works. 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 other encumbrances shall be attached to the payment request. 1.7 ENGINEER: All references to "Engineer" shall be interpreted to mean the Augusta-Richmond County Engineer, or his official designee. 1.8 UNDERGROUND UTILITIES: (References 4.3, 1.4, 3.2) The Contractor shall coordinate with all utility companies through the "one call" method or other appropriate steps to locate and avoid damage to all utilities that may affect or be affected by the. Contractor's work. 1.9 SAFETY: (Reference 6.20) The Contractor shall use certified flagmen, barricades and signs as necessary to notify the public, in particular those persons driving in the vicinity of the project, of the construction and its affect on traffic. SC-2 '1 I I I I I I I I I I I I I I I I I .1 SECTION P PROPOSAL Date: January 27, 1998 Gentlemen: In compliance with your invitation for bids dated Jan. 27 , 19~, the undersigned hereby proposes to furnish all labor, equipment, and materials, and to perform all work for the installation of drainage improvements referred to herein as: Lakeside Subdivision Drainage Improvements Project Number: 55-8569-096 in strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: Two Hundred Seventy Eight Thousand, Seven dollars and Twenty-five cents -------------------------------1DOLLJURS($278,007.25 The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the OWNER, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within 10 calendar days after the date of written notice to proceed, and that he will complete the work within 185 calendar days. The undersigned acknowledges receipt of the following addenda: Non~ Respectfully Submitted Beam I s Pavement Maintenance Company, Inc. (Name of Firm) POBox "398 Beech Island, SC 29842 By: President Title: P-1 I I I LAKESIDE SUBDIVISION DRAINAGE IMPROVEMENTS PROJECT NUMBER: 55-8569-096 DETAILED ESTIMATE l'llt..::..:..._.~:~:: ~III!. ... .~;,:~;~;,::::'::::::.,r~1~lffi~~.~~~;:..w..::..:.. .... 1 ':. ~ .....:..:..... ~.~ ~ {::"i .<<~ .0::::.," ..=-:.' .', ..... .: ..... .", I 171-001d TEMP SiLT FENCE TYPE A LF 300 2 50 750.00 207-02031 FOUNDATION BCKFL MArL TYPE 2 CY 500 19.00 9.500.00 230-100d LUMP SUM CONSTRUCTION LUMP 1 51850.00 51,850.00 I 318-300C AGGREG SURFACE COURSE TON 500 13.75 6,875.00 402-001E RECYCLED ASPH CONC H, GP 1 OR 2 INCL BIT MArL TON 350 40.70 14,245.00 I 413-100C BITUM TACK COA T{0.05 GAUSY) GAL 200 1.20 240.00 432-501 C MILL ASPH PVMT VARIABLE DEPTH SY 5000 3.65 18,250_00 441-001 ~ DRWY CONC - VARIABLE THICKNESS I MATCH EXISTING SY 325 22.00 7,150.00 441-402d CONC VALLEY GUTTER 6 IN SY 25 28.00 700.00 444-100d SAWED JOINTS (CONC ONLY) LF 240 2.50 600.00 I 500-3809 CLASS A CONC, INCL, REINF, STEEL 675.00 GADOT 1125 STANDARD HEADWALL CY 3.87 2,612.25 550-118d STORM DRAIN PIPE, 18" H1-10 RCP LF 234 33.00 7,722.00 I 550-1240 STORM DRAIN PIPE, 24", H1-10, RCP LF 340 29.00 9,860.00 550-1420 STORM DRAIN PIPE 42", H10-15 RCP LF I 1100 66.00 72,600.00 603-00061 STONE BLANKET PROTECTION 6" SY 100 6.00 I 600.00 I 603-1024l STN PLAIN RIP-RAP 24" SY 100 30.00 I 3.000.00 610-0209 REMOVE CHAIN LINK FENCE, ALL I SIZES AND TYPES LF 250 3.50 875.00 I 610-0306 REMOVE METAL GATE EACH I 2 I 50 nn 100.00 611-301d RECONSTRUCT CATCH VBASIN GP 1 EACH 3 1050.00 I ":I .1c:;nnn 611-49971 RESET METAL GATE EACH 2 150.00 300.00 I I 611-502' RESET CHAIN LINK FENCE. ALL SIZES AND TYPES LF 2S0 7.50 1,875.00 641-120d GUARDRAIL. TP W LF 46.5 ~6 70.00 3,255.00 .; 5 641-50011 GUARDRAIL ANCHORAGE. TP 1 EACH 2 .; ~ 920.00 1,840.00 -:: :il:::: I 641-7109 REFLECTORIZED GUARDRAIL WASHERS EACH 17 20.00 340.00 I 660-080~ SAN SEWER PIPE, 8", DUCTILE IRON USE AS STORM DRAIN UNDER DRIVE LF 8 30.00 240_00 668-110d CATCH BASIN GP1 EACH 6 1285.00 7,710_00 I 668-120d CATCH BASIN. GP 2 EACH 1 2300.00 2,300.00 668-210d DROP INLET GP 1 EACH 1 1100.00 1 .1 nn 00 668-2105 DROP INLET. GP 1 SPECIAL DESIGN EACH 1 2000.00 2,000.00 I 668-2119 CATCH BASIN, GP 2, ADDITIONAL DEPTH LF 1 " 200.00 'I 200_00 668-430d STORM SEWER MANHOLE TP 1 EACH 6 /-; 1550.00 9,300.00 I 668-43111 STORM SEWER MANHOLE, TP 1 >.':> '-:;;;"3 ADDITIONAL DEPTH EACH 10 1 25.00 1 ?c;") .00 700-sood GRASSING COMPLETE (1.0 ACRE) LUMP 1 1800.00 1,800.00 I: I P-2 I 1 I.. 1 I I 1 I I I I .1 I I I I I I I I HAUL ROAD RESTORATION QUANTITIES .'. :.. ., - -..:::'. .~:.. .:~ ::.. ,... RECYCLED ASPHALT CONC H GP 1 OR 2 INCl BITUM MArl TON 300 4 12,210.00 402-1801 RECYCLED ASPHALT CONCRETE PATCHING INCL BITUM MArl TON 30 50.00 1,500.00 402-1811 RECYCLED ASPHALT CONe LEVELING INCL BITUM MArl TON 150 44.00 6,600.00 413-100 81TUM TACK COAT 0.05 GAUS GAL 240 1.20 288.00 ROADWAY CONSTRUCTION TOTAL 264" 787 .25 r WATER AND SEWER CY 9 90.00 810.00 EACH 5 150.00 750.00 EACH 2 150.00 300.00 611-8xx1 IF 720 8.00 5,760.00 668-sood EACH 5 1000.00 5,000.00 670-Sxx11 LF 120 5.00 600.00 WATER/SEWER TOTAL TOTAL CONTRACT PRICE: .:k 278,007.25 LUMP SUM CONSTRUCTION INCLUDES. BUT IS NOT LIMITED TO THE FOLLOWING: 1) CLEAR & GRUB (1 ACRE) 2) REMOVE CONCRETE HEADWALLS. CATCHMENTS. ETC. ALL SIZES 3) TRAFFIC CONTROL 4) ANY WORK OR MATERIAL WITHOUT A SPECIFIC PAY ITEM 5) REMOVAL OF GUTTER PIPES AND DRIVE APRONS THAT EXTEND INTO STREET 6) REMOVE AND REPLACE so LF CURB AND GUTTER FAILURES 7) GATE INLET (62 SF) P-J I I I I I I I I I. I I I I I I I I I .1 ." .,/ / ./ Hard Surface Public Road /'" N.S.A. R-2 (1.S--3.51. Coarse Aggrwgate Geotextne Undertlner CRUSHED STONE CONSTRUCTioN EXIT TO BE USED AS DIRECTED BY lliE ENGINEER WHERE CONSlRuCnON lRAFf1C IS EI'{JERIHG ^ PUBUC P^VED ROAD. PA"I'I.4ENT TO BE INCLUDED IN PRICE BID FOR LUMP SUU CONSTRucnoN OR OTHER CDtlTlW;T BID rrENS. CE-1 I I I I I I I I I I I I I I I I I I I GENERAL NOTES LAKESIDE SUBDIVISION DRAINAGE IMPROVEMENTS 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. 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 legible set of "as-built" plans, in good condition, to the Project Inspector no later than the date of the Final Inspection. Such plans shall have all significant changes marked in red. The Project Inspector shall review the marked plans for accuracy, legibility and completeness. As-built plans, approved by the Project Inspector, must have the Inspector's signature on the cover sheet. No "as-built" plans will be accepted without the approval of the Project Inspector. CASINGS: All steel casings being installed across any roadway and/or right-of-way shall have the joints continuously welded to obtain a watertight seal. The Contractor shall notify the Engineer when welds are ready for inspection. Welded casings backfilled without the Engineer'S approval shall be uncovered for inspection at the Engineer'S request. G-1 I I I I I I I I I I I I I I I I I I I COMPACTION: All compaction shall be as defined in the current edition of Georgia Department of Transportation Specifications. Special attention shall be given to the backfill of minor structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction shall 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. 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. 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 acros~ paved parking lots, a joint shall be sawed on a line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement will be paid for under the pay item-Sawed Joints...Per Linear Foot. Where curb and gutter is used and the shoulder elevations are higher than adjacent ground, the actual direction of drainage runoff shall be determined by the Contractor. He shall make such provisions as necessary to ensure that no ponding is caused by the new construction. He may place additional fill to provide drain inlets. Compensation will be under the price bid for the appropriate pay item. Driveway profiles may also be altered allowing the concrete pad to slope down outside the back of the curb line not to exceed an algebraic difference of G-2 I I I I I I I I I I I I I I I I I I I O. 07 . This should superelevated curves. standard variance and considerations. be used primarily on the high side of The Contractor should use caution with place special emphasis on hydraulic Where curb and gutter is to be built on the high side of superelevated curves the gutter slope shall match the roadway slope or superelevation rate. The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Subsection 107.23 and section 160 of the Standard Specifications. All storm drain pipe, side drain pipe, pipe culvert wingwalls, 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 cuts ramps.in accordance with Standard 9031-W are to be used at all street intersections on this project. Asphalt milling is specified for use on existing pavement that is to be resurfaced adjacent to curb and gutter. Finished surface on asphalt pavement shall not exceed 1/4" 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 PM & A Enqineers (706-724-4348). 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. G-3 I I I I I. I I I I I I I I I I I I I I DRIVEWAYS: The item aggregate surface course is for use as surface for unpaved drives and for use in inclement weather to facilitate the movement of local traffic along roadway construction and to permit ingress and egress at drives. When used for this purpose, Section 318, Georgia Standard Specifications is modif ied to permit truck dumping on unprepared and muddy subgrade. section 318 is further modified to permit the use of crusher run stone as described in Subsection 806.02. The Contractor will have the choice of the following materials: Graded Aggregate Coarse Aggregate Size 467 Stabilizer Aggregate Type 1 or 2 Crushed Stone Subsection 815.01 Subsection 800.01 Section 803 Subsection 806.02 All materials to be used as directed by the Engineer. All driveways that are to be reconstructed shall be replaced in kind i.e., asphalt for asphalt, concrete for concrete, and aggregate surface courses for earth. The driveway locations indicated on the plans are from the best available data. The Contractor shall obtain the approval of the Engineer prior to making any revisions such as to ~ocation, width, and/or number of drives to be constructed where required. Ingress and egress shall be maintained at all times to adjacent properties, unless otherwise noted in the plans. All valley gutter drives shall conform to Standard 6050 or 9031-J. EROSION AND SEDIMENT CONTROL: The Contractor shall be responsible for all soil erosion and sediment control practices. All on-site erosion control shall comply with local Augusta-Richmond County erosion and sediment control ordinances. The cost of this work shall be included in the cost of the project 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. FENCE: All new fence called for on the plans and/or contract documents shall meet the requirements of Section 643 of the Georgia Department of Transportation Standard Specifications, current edition. New fence not meeting these Specs will be rejected. G-4 I I I I I I I I I I I I I I I I I I I 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 it's installation. In accordance with Subsection 643. 03D the Contractor must furnish positive locking devices, padlocks and keys with all gate assemblies. FINISHING AND DRESSING: All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre- existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. FLAGGING: Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. All 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 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. 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 traff ic can reasonably be expected to stop under the most severe conditions for that day's work. FOUNDATION BACKFILL MATERIAL, TYPE I: Foundation Backfill Material Type I shall conform to Georgia Standard 1030-0 and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. G-5 I I I I I I I I I I I I I I I I I I I FOUNDATION BACKFILL MATERIAL; TYPE II: Foundation Backfill Material, Type II shall conform to Georgia standard 1030-D and section 207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured for payment in accordance with Georgia Standard 1030-C or as directed by the Engineer. Payment shall be per cubic yard unless otherwise specified in the contract. GRADES: with the approval of the Engineer, grades may be field adjusted to provide for best drainage. GRADING: In contracts where grading, including excavation for drainage structures, is accomplished under section 210 (Grading Complete or Grading Per Mile) or section 230 (Lump Sum Construction) the Lump Sum amount bid will include all work necessary to obtain the line, grade and compaction in accordance with the Specifications and other contract documents. There will be no separate payment for any work of this nature including borrow and the removal of unsuitable and/or unstable material. However, the Contractor shall make whatever investigations he deems necessary to determine the extent of any borrow or removal necessary to meet contract requirements. If it develops that removal of unsuitable/unstable materials quantities could not have been predicted by the Contractor from a reasonably thorough investigatio~ of project conditions, the Contractor may request negotiation for payment for excavation of this nature in areas where the depth exceeds three (3) feet below subgrade. The Owner will consider negotiation only when this type of removal is excessi ve and the Contractor provides evidence that he thoroughly investigated project conditions prior to entering his bid. Only those quantities in excess of three (3) feet below finished subgrade and/or normal excavation for drainage structures, ordered by the Engineer, will be considered for payment. GRASSING AND EROSION CONTROL: The Contractor shall bid on grassing, lump sum, and it shall be his responsibility to determine the actual area to be grassed. No claims will be considered for extra compensation if the Contractor relies on plan information to prepare his bid. All slope areas are to be grassed unless shown otherwise on plans. Temporary grass is required if permanent grass season is out. The Contractor shall be responsible for all soil erosion and sediment control practices including Temporary Grassing, Temporary Mulch and other temporary measures. All on-site G-6 I I I I I I I I I I I I I I I I I- I I 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 nat~ral areas which are disturbed by the construction of this project are to be returned to the pre- existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. Discontinued. roads or other areas inside or outside the project construction . limits, but within the existing or required right-of-way, shall be obliterated and restored as nearly as possible to the original contour of the ground (See section 205 of the Standard Specifications). No separate payment will be made for this work. Where item number 700-6001 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. INFESTATION: The entire project is considered to be within the limits of an insect infested area. The Contractor's attention is called to the following sections of the Standard Specifications: (A) 155 Insect Control (B) 893 Miscellaneous Planting Materials. INSPECTION: This project will be inspected by the Engineer or his Representative. LEVELING: Leveling shall be placed at the locations and in amounts as approved by the Engineer or his Representative. Measurement and payment shall be made in accordance with the Standard Specifications on a unit price basis. The quantities included in the schedule of items are approximate and subj ect to change. All changes will be made at the unit prices, as bid. In areas where crown improvement, widening, curbing and/or gutter is required, any required asphaltic concrete leveling shall be placed prior to constructing, widening, etc. unless otherwise authorized by the Engineer. Final grades cannot be determined until leveling is placed. Three (3) point levels shall be obtained as a minimum in all cases unless otherwise. directed by the Engineer. G-7 I I I I I I I I I I I I I I I I I I I MILLING: Consists of milling existing asphaltic concrete pavement in curb and gutter sections to restore drainage, riding characteristics and a reasonable pavement crown. This work shall be kept to a bare minimum by continuing consultation with the Engineer or his Representative. Area and depths to be milled shall be agreed on by the Contractor and the Engineer or his Representative. MISCELLANEOUS DRAINAGE STRUCTURES: All miscellaneous drainage structure such as Catch Basins, Drop Inlets, Manholes, Junction Boxes, spring Boxes, Drain Inlets, Special Inlets, etc. whether st~ndard or special design shall be paid for Per Each. There will be no separate payment for additional depth unless specifically shown as a pay item. NOTE: All Catch Basins, Drop Inlets, Manholes, exposed Junction Boxes, etc. with concrete tops labs shall include manhole rings and covers. PATCHING AND REPAIR OF MINOR DEFECTS: where necessary, the Contractor is required to patch and repair existing potholes, minor pavement defects and base failures in accordance with the Specifications. PAYMENT FOR PIPE CULVERT INSTALLATION: 1. Payment for pipe culvert or utility installation includes sawing and/or cutting and removing existing pavement and replacing the pavement as specified in accordance with Standard 1401. 2. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete (See Geo~gia Standard 9031-L). 3. Payment for pipe culvert includes any required concrete collars (See Georgia Standard 9031-U). PIPE CULVERTS: Unless otherwise noted, all storm drain, longitudinal and stub pipe are to be reinforced concrete. All required. pipe culverts shall. be in accordance with Standard 1030-D. Foundation Backfill Material Type I shall conform to Georgia Standard 1030-0. 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 and replacing the pavement as specified in accordance with Standard 1401. Payment for pipe culvert includes plugging existing pipe with Class "A" or "B" concrete and for constructing concrete collars. ' G-8 I I I I I I I I I I I I I I I I I I I The Contractor shall include in his price bid for pipe, the additional cost of bends, tees, fasteners, appropriate gaskets (see section 848 of the Standard Specifications), and structure excavation. PRECAST CONCRETE UNITS: Precast Concrete Units, other than those specifically allowed by Georgia Department of Transportation Specifications, such as Drop Inlets, Catch Basins, Manholes, etc shall not be installed without written permission from the Engineer. Any such units installed without such written permission shall be removed from the project. 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 orn~mental shrubs and bushes and sod in conflict with proposed construction. Coordination with the property owners is essential in this endeavor. The Contractor will not be held responsible for care and maintenance after removing and resetting these plants and sod except in cases where the Contractor's equipment causes irreparable damage or where plants and/ or sod dies as the result of negligence on the Contractor's part. In which cases, the Contractor will be held responsible for replacement. Sod shall be reset. with ground preparation in accordance with Subsection 700.05.A. No additional soil or fertilizer is required for resetting sod. The Contractor shall remove the sod in a manner that will be conducive to insuring that the reset sod will live. At the Contractor's option he may replace any sod he removes with new sod of the same type. No separate payment will be made for this work or replacements unless specifically shown as a pay item. REMOVING AND RESETTING OF OBSTRUCTIONS: It shall be the Contractor's responsibility to remove and reset any and all obstructions such as fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns, etc. which are in conflict with construction and 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 G-g I I I I I I I I I I I I I I I I I I I agreement to the Engineer containing vital information such as limits of both area and time the property is to 'be utilized ~nd a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and recorded by the Engineer. Such agreements must be submitted prior to the Contractor's use of the property. 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. SHOULDER WORK: All necessary cleaning of the existing pavement including clipping of shoulders required prior to resurfacing shall be the responsibility of the Contractor. The material displaced shall be removed, 'lowered or spread over the shoulder to an elevation and slope which will provide adequate drainage. The cost of such work shall be included in the prices bid for other items SPECIFICATIONS: This project is based upon, 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. SPECIFICATIONS, STANDARDS AND OTHER DATA: All references in this document, which includes all papers, writings, documents, drawings, or photographs used, or to be used in connection with this document, to State Highway of Georgia, State Highway Department, Highway Department, or Department when the context thereof means the Georgia Department of Transportation mean, and shall be deemed to mean, Augusta-Richmond County, Augusta-Richmond County G-10 I I I I I I I I I I I I I I I I I I I I 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 condi tions. 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 wi th 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. This project shall be constructed in accordance with current Georgia Department of Transportation Roadway Standards and Construction Details. STORM DRAIN PIPE: Unless otherwise noted, all sto~m drain, longitudinal and stub pipe are to be reinforced concrete. SUBCONTRACTORS: The Contractor shall furnish the official name of all firms he proposes to use as Subcontractors in the work. This information should be furnished at the preconstruction Conference. However, no work shall be done on this project by a Subcontractor until the Contractor receive written approval of his Subcontractor(s) from the Engineer. The Engineer shall notify the Contractor, in writing within 10 calendar days whether or not approval of the Subcontractor(s) is granted. SUPERELEVATION: All horizontal circular curves are to be superelevated in accordance with Georgia Standard 9028-C as directed by the Engineer. G-ll I I I I I I I I I I I I I I I I I I I TESTING OF THE WORK: The Contractor shall employ a qualified materials testing laboratory to monitor more fully the quality of materials and work and to perform such tests as may be required under the contract documents as conditions for acceptance of materials and work. THE ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. Concrete compressive strength project (see section 500 of Transportation Specifications). where necessary. tests are required on this the Georgia Department of Other tests may be required All test results are to be submitted to the Engineer. No separate payment will be made for employing the testing laboratory or any required tests. On projects that include asphaltic concrete, cores shall be cut in the asphaltic concrete at random locations, selected by the Engineer, to verify thicknesses. A minimum of three (3) cores per mile or three (3) cores per project, whichever is greater, shall be cut by the Contractor. If all thicknesses are satisfactory, in accordance with section 400 of the Department of Transportation Specifications, no further cores will be required. If cores indicate an unsatisfactory thickness, additional cores, as determined by the Engineer and at locations of the Engineer's choosing, shall be cut to determine the extent of the unsatisfactory thickness. Corrections as shown in Section 400 of the Department of Transportation Specifications shall be made where required. There will be no separate payment for cutting cores, filling core holes or corrective work. Payment shall be included in the price bid for asphaltic concrete items or in the overall bid price of the contract. TEST ROLLING: Prior to placing any base course the subgrade shall be test rolled on six feet centers using a 'loaded dump truck or other equipment approved by the Engineer. TRAFFIC CONTROL: The Contractor shall provide construction signs in accordance 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-12 I I I I I I I I I I I I I I I I I I 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 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. TRAFFIC CONTROL DEVICES: The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. UTILITIES: The Contractor's attention is directed to the possibility of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables, etc. that either are obstructions to the prosecution 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 will be handled by the utility owner. THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS: Georgia Power Company Post Office Box 488 Augusta, Georgia 30904 Telephone (706)724-0892 Attention: Michael O'Meara Georgia Natural Gas Company Post Office Box 1426 Augusta, Georgia 30913 Telephone (706)722-7791 Bell South 3841 Wrightsboro Road Augusta, Georgia 30909 Telephone (706)828-8500 Attention: Bert Neese Jones Intercable, Inc. 1424 Monte Sano Avenue Augusta, Georgia 30904 Telephone (706)736-6515 Urban Services Water & Sewer 2760 Peach Orchard Road Augusta, Georgia 30906 Telephone (706)796-5000 G-13 I I I I I I I I I I I I I I I I I I I UTILITIES: All utility facilities which are in conflict with construction, not covered as specific items in the detailed estimate, are to be removed and relocated to clear construction by the respective owners, unless added later to the contract as a supplemental item. All "above ground" utility structures will be located as near as possible to the right-of-way line. The Contractor will not be' paid for expense caused by utility facilities, other items not being removed or construction in advance of his work. any delays or extra obstructions or any relocated to clear All known utility facilities are shown schematically on highway 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 following utility owners have facilities which may conflict with construction of this project: NAME OF UTILITY OWNER TYPE OF FACILITY Georgia Power Company Georgia Natural Gas company Jones Cable T.V. Bell South Augusta-Richmond Co. Water and Sewer Power Gas Cable Telephone Water, Sewer The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes of coordinating the marking of underground utilities. The Contractor's attention is directed to the probability of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables that either are obstructions to the prosecution 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 will be handled by . the utility owner. G-14 I I I I I I I I I I I I I I I I I I I UTILITY ACCOMMODATION POLICY: In so far as possible work shall be scheduled so that open excavations will not be left overnight. Where trenches, pits or other excavations are within the clear roadside areas and cannot be backfilled before leaving the job site, they shall be covered by timbers or metal plates and protected by reflectorized and/or lighted barricades as appropriate and as directed by the Engineer. Barricades sufficient to prevent a person from falling into an excavated or work area must be erected in areas where these conditions exist. ' G-15 I I I I I I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SECTION 150- TRAFFIC CONTROL August 28, 1995 First Use: October 20, 1995 Modification of Special Provision Section 150 - Traffic Control (Rev. June 21,1994) Retain Section 150 as written and add the following: For this project, all re.rerences" to flags on construction warning signs in the Standard Construction Details listed below are deleted except. for signs which are mounted at. less t.han seven (7') feet. in height. (portable signs). Standard Construction Details · Typical By-Pass Detour for Two-Lane Highway · Typical Detour Across Median · Transition of 4-Lane Divided Highway to 2-Lane Highway · Traffic Control General Notes, Standard Legend, Miscellaneous Details In addition, G20-1, G20-2A, and W20-1 signs shown on Georgia Standards 9102, 9106, 9107, and applicable Standard Construction Details shall conform to Part VI of the MUTCD, Revision 3, dated September 3, 1993. 150.02 WORK ZONES: Delete "Work Zones" and substitute: Temporary Traffic Control Zones. 150.02. 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 ground line to lessen t.he possibility ~f 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 REQtnRE THE USE OF WARNING FLAGS. Delete first sentence of second paragraph and substitute: Construction warning signs which are mounted at less than seven feet in height (portable signs) shall have two 18 inch x 18 inch fluorescent red-orange or orange-red warning flags mounted on each sign. TC-/ I I I I I I I "I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 150.04.E.2.a.2.:&lain 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 T~pe 9 and substitute Type 11 {eleven}. 150~ 10 PAYMENT: ltem No. 641 - Delete reference to Type 9 and substitute Type 11 {eleven}. SPECIAL PROVISION SECTION 150- TRAFFIC CONTROL June 22, 1994 First Use: July 24, 1994 Modification of Standard Specifications, 1993 Edition Retain Section 150 as written and add the following: For this project, all references in the Standard Construction Details listed below to Type I Barricades, Type II Barricades, Type "A" flashing-lights and Type "e" steady burn lights are deleted, except that Type "C"lights will be required for tapers in nighttime lane closures. Standard Construct.ion Detail~ · Typical By-Pass Detour for Two-Lane Highway · I Typical Detour Across Median · Transition of 4-Lane Divided Highway to 2-Lane Highway · "Traffic Control General Notes, Standard Legend, Miscellaneous Details In addition, G20-1, G20-2A, and W20-1.signs shown on Georgia Standards 9102, 9106, 9107, and applicable Standard Construction Details shall confonn to Part VI of the MUTeD, Revision 3, dated Septemb~r 3, 1993. . Detail "A" as shown on Georgia Standard 4960 is deleted. SPECIAL PROVISION SECTION 1SO-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 {ollowing: 150.01 DESCRIPTION: This section as supplemented by the Plans, Specifications, and MUTeD 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 I I I .1 I I I I I I I I I I I I I I I D;EPARTMENT OF TRANSPORTATION STATE OF GEORGIA pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices (excluding Traffic Signals) and installing additional devices as necessary in construction work zones. When any provisions of this Specification or the Plans do not meet the minimum requirements of the Manual on Uniform Traffic Control Devices (MUTCD), the MUTCD controls. The 1988 Edition of the MUTCD and Revision 3, dated September, 1993, of Part VI shall be in effect for the duration of the project. A. The Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor (WTCS) who shall be responsible for selecting, installing and m'aintaining 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 1naking 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 W'fCS 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. 'I'he 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 WfCS 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 MUTCD, and shall comply with the requirements of these Specifications, Project Plans, and Special Provisions. Reference is made to Subsections 104.05, 107.07, and 107.09. C. All reflectorization for construction (black on orange) signs, object markers, and channelization devices shall meet the requirements of Section 913, Type II or III unless otherwise specified. AIl 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 t.he 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 operat.ion should supplement t.he approved traffic control plan. ftuly major changes to the approved traffic control plan, proposed by the Contractor, are to be submitted to tile Department for approval in accordance with Subsection 104.03 oHhe Standard Specificat.ions. -r-C'-5 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. .1 'I I I I I I I I I I I I I 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. I 7. Location, length, and/or spacing of channelization and protective devices (temporary barrier, guardrail, barricades, etc.) 8. Starting time, duration and date of planned change. 9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing workforce, materials, and equipment necessary to accomplish the proposed work. This wi)) be the minimum resource allocation required in order to start the work. The above details shall be submitted to the Engineer for approval at least 14 days prior to the anticipated traffic shift. The Contractor shall have traffic control details for a traffic shift which has been approved by the Engineer prior to commencement of the physical shift. 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 me~ prior to the Contractor obtaining materials for the act.ual 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 pI ace for more than ten days after com'pletion 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 150.03. 2. Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on Interstate or multi-lane highway lane closure only, shall be a minimum size of 48" high by 96" /c-~ I. . I. I I I 1 I I I I I I I, I I I 1 I I . . DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA wide with not less than 15 lamps used for the arrow. The arrow will occupy virtually the entire size ofthe arrow panel and shall have a minimum legibility distance of one mile. The minimum legibility distance is that distance at which the arrow panel can be comprehended by an observer on a sunny day, or clear night. Arrow panels shall be equipped with automatic dimming features for use during hours of darkness. The arrow. panels shall also meet the requirements as shown in the MUTeD. The sequential or flashing arrow panels shall not be used for lane closures on two- lane, two-way highways when traffic is restricted to one-lane operations in which case, appropriate signing, flaggers and when required, pilot vehicles wi)) 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 150.04.A. B. LANE CLOSURES: 1. All lane closures shall have prior approval of the Engineer. Lane closures that require same direction traffic to be split around the Work Area wi)) not be approved for roadways with posted speeds of 35 mph or greater, excluding turn lanes. 2. On multilane highways where traffic has been shifted to the inside lanes for overnight use, the entrance and exit ramps shall have channelization devices placed on both sides of the ramp. The temporary ramp taper length shall be greater than, or equal to, the existing taper length. Interim EXIT gore signs shall be placed at the ramp divergence. Channelization device spacing in the first 100 feet of the temporary gore shall be 25 feet. 3. Termination Area: The transition to normal or full width highway at the end of a lane closure shall be a maximum of 150 feet. 4. To provide the greatest possible convenience to the public in accordance with Subsection 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 oftime or as directed by the Engineer. C. TRAFFIC PACING METHOD: 1. PACING OF TRAFFIC: With prior approval from the Engineer, traffic may be paced allowing the Contractor up to ten (10) minutes maximum to work in or above all lanes of traffic for the following purposes: a. Placing bridge members or other bridge work. b. Placing overhead sign structures. c. Other work items requiring interruption of traffic. The Contractor shall provide a unifomled police officer with patrol vehicle and blue flashing light for each direction of pacing. The police officer, Engineer, and naggers at ramps shall be provided with a radio which will provide continuous contact with the Contractor. TC-S- I I I I I I I I I I I I I I I I I .1 I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA When ready to start the work activity, the police vehicle will pull into the travel lanes and act as a pilot vehicle slowing the traffic thereby providing a gap in traffic allowing the Contractor to perform the Work. Anyon-ramps between the pace and the work area shall be blocked during pacing of traffic, with a flagger properly dressed and equipped with a Stop/Slow paddle. Each ramp should be opened aft.er 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 reflect.orized black on orange, Series "C"letters and border of the size specified. . -rC-t; I' I I I .1 I I I I I I I I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Tm ... rLlSHUIC L I c:.n DC TRAFnc SID[ ,. l'NtGIH 11't. 8CJI)[R ,. RADIUS 53. 11.~. ,. 7z. ..;of1r ~ ffiH~ ~ ~ ~ 10. ,. 5%. .1 10. @~(Q)Il~@ 15.1" U. .,.....,5. ~~~~rw ~~@~] ."@-'~~bl W t..ol. :'." .L..j- ,. 5[R. .C. 12. 12- $[R. .C. ,. 12- ". SlR. -C. ., 5. ,~. U. $['1. .C. - <4. I. ,. 1-$1"[ C I AL S I Qf I TE~ POS' kUcUD I SICN SHALL HAvt lilAC!( L[C[N) AND BtlmER ON DlUHC[ IIE'LECTOAIltD IAClCAalND DETAIL 150-A D. The Contractor's trucks and other vehicles shall travel in the direction oCnormal roadway traffic unless separated by a positive barrier, or when construction activity necessitates otherwise, and shall not reverse direction except at intersections, interchanges, or approved temporary crossings. E. The Contractor shall ensure that dust, mud, and other debris from construction activities do not interfere with normal traffic operations or adjacent properties. F. Existing street lighting shall remain lighted as long as practical and until removal is approved by the Engineer. G. Adequate temporary lighting shall be provided at all nighttime work sites where workers will be immediately acljacent to traffic. H. For their own protection, workers in or adjacent to traffic during nighttime operation shall wear renectorized vests. / Z'-7 1 I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA I. The parking of Contractor's and/or workers personal vehicles within the work area or acijacent 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 pedestrian traffic. 150.03 SIGNS: I I I I 1 I I I I I I I I I A. When required for proper traffic control during constnlction 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 coyered 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 des.jgns shall not be m~ed 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. If lighting is required the sign shall be lighted as soon as erected and shall remain lighted, during the hours of darkness, until the interim sign is no longer required. The Contractor shan notify the Power Company at least thirty (30) days prior to desiring connection to the power source. -rc-- 8 I I I I I 'I,. I 1 I I I I I I I I 1 I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 4. The installation of new permanent special guide signs and the permanent modification or resetting of existing special guide signs, when included in the contract, shall be accomplished as soon as practical to minimize the use of interim: special guide signs. If lighting is required by the Plans, all new permanent overhead special guide signs shall be lighted as soon as erected. 5. Interim special guide signs that may be required in addition to, or a replacement for, existing expressway and freeway (interstate) signs must be designed and fabricated in compliance with the minimum requirements for guide signing contained in Part 2E "Guide Signs Expressways" and Part 2F "Guide Signs Freeways" of the MUTCD, except that the minimum size of all letters and numerals in the names of places, street:s and highways on all signs shall be 16 inches Series "E" initial upper-case and 12 inches lower-case. All interstat.e 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 of the Specifications except that blanks and panels may be ferrous based or other metal alloys. Type 1 and Type 2 sign blanks shall have a minimum thickness of 0.08 inches regardless of the sign type used. Alternative sign blank materials (composites, poly carbonates, fiberglass reinforced plastics, recycled plastics, ete.) shall have a letter of approval from the Office of Materials and Research for use as interim construction signs before these materials are allowed to be incorporated into the work. Signs shall be painted to prevent rust if other metals are used in lieu of aluminum. Plywood blanks or panels will not be permitted. G. All existing, interim and new permanent signs shall be installed so as to be completely visible for an advance distance in compliance with the MUTeD. Limbs, brush, eonstmction 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 CW20-1) signs placed at the termini of the project. The series shall have the legend ROAD WORK (1500 FEET, 1000 FEET, ANn 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 a~ 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 mOWlted on each including the project construction signs (G20-1 and G20-2A.) Project mileage indicated on the G20-1 sign shall be the actual project mileage rounded up to the nearest whole mile. All construction warning signs on divided highways shall be double indicated (i.e., on the left and right sides of the roadway.) . . J. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable support. Vehicle mounted panels shall be provided with remote controls. Minimum mOWlting height shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels which should be as high as practical. J. 'l'he portable changeable message sign, when specified, shall be placed ahead of construction activities and shall meet the requirements of Section 632 and the MUTCD. "/c- 7' I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA K. The flashing beawn assembly, when specifie'd, shall be used in corijunction with construction warning signs, regulatory, or guide signs to inform traffic of special road conditions which require additional driver attention. The flashing beawn assembly shall be installed in accordance with the requirements of Section 647. 150.04 PAVEMENT MARKINGS I I I I I I I I I 1 I 1 I I A. Generally, full pattern pavement markings in accordance with Section 652 and in conformance with Section SA and SB, 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 wi)) be as required by the Plans or the Engineer. On new construction projects pavement marking plans wi)) be provided. B. MA TERlAI.S: 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). sa 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 con.crete 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 wit.h 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-/O I I I I I I I 1 I I I I I I 1 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 (RPMs) shall be placed and/or maintained on intermediate pavement surfaces opened to traffic as fonows: 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 aU 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 oin the Plans or Contract.) 20 foot centers on lane shifts. (Required in all cases.) b. SUPPLEMENTING DOUBLE SOLID LINES: 40 foot centers (one each bes~de 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 lli2t 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. 'lWO-LANE, TWO-WAY ROADWAYS I a. SKIP LINES: All interim skip (broken) stripe shall conform to Section 652 except that stripes shaH be at least four feet long with a maximum gap of 36 feet. On curves greater than six degrees, a two-foot stripe with a maximum gap of 18 feet shall be used. In lane shift areas skip lines will not be allowed. Solid Lines will be required. Interim skip Jines win 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-// 1 I I I 1 I 1 I I I 1 1 I I 1 I I 1 I DEPARTMENf OF TRANSPORTATION STATE OF GEORGIA Interim raised pavement markers may be substituted for the interim skip (broken) stripes. Ifraised pavement markers are substituted for the four foot interim skip stripe, four markers spaced at equal intervals over a four feet distance will be required. No separate payment will be made if the interim raised pavement markers are substituted for interim skip lines. 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 fun pattern pavement markings are applied. At the time fun pattern pavement markings are applied the interim raised markers shall be removed in a manner that will not interfere with application of the fun 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. EDGELlNES: (1) Bituminous Surface Treabnent Paving: Edgelines will not be required on intermediate surfaces (including asphaltic concrete leveling for bituminous surface treatment paving) that are in use for a period of less than 60 calendar days except at bridge approaches, on lane transitions,lane shifts, and in such other areas as determined by the Engineer. On the fmal 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 triuisitions,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 win 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 - Fun pattern centerlines and no-passing barriers shall be restored before nightfan. . "/c-/z I I. I I I I I I I I I I 1 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.1.a. may be used for periods not to exceed three calendar days. (3) Edgelines - Edgelines shall be placed on intennediate and final surfaces within three calendar days of obliteration. . b. DIVIDED HIGHWAYS (GRASS OR RAISED MEDIAN) (1) Lanelines - Full pattern skip stripe shall be restored before nightfall. (2) CenterlinelEdgeline - Solid lines shall be placed on intetmediate and final surfaces within three calendar days of obliteration. c. Miscellaneous Pavement Markings Same as Subsection 150.04.E.l.d. 3. LIMITED ACCESS ROADWAYS AND ROADWAYS WiTH PAVED SHOULDERS GREATER THAN FOUR FEET a. Same as Subsection 150.04.E.2. except as noted in (b) below. b. EDGELINES - (1) Asphaltic Concrete Pavement - Edgelines shall be placed on intermediate and fmal surfaces prior to opening to traffic. (2) Portland Cement Concrete Pavement - Edgelines shall be placed on any surface open to traffic no later than one calendar day after work is completed on a section of roadway. All water and residue shall be removed prior to daily striping. F. APPLICATION OF PAVEMENT MARKINGS: The Contractor shan 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 foJJowing minimum equipment and warning devices shall be required in addition to the requirements of the MUTCD: 1. A lead vehicle is required for two-way traffic conditions and shall have an approved sequential or flashing arrow panel mounted so as to be easily visible to oncoming traffic. A lead vehicle is not required for low volume off-system routes and one-way traffic applications. 2. The work vehicle applying markings shall have a sequential or flashing arrow panel mounted on the rear. If the work vehicle is also functioning as the lead vehicle then an approved arrow panel shall be mounted so as to be easily visible to oncoming traffic. The work vehicle shall follow directly behind the lead vehicle. 3. The work vehicle placing cones shall follow directly behind the work vehicle applying the markings. The 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 attcnuator (TMA) that is certified for impacts not less than 45 mph in accordance with NCHRP 230. 5. All vehicles shall be equipped with the official slow moving vehicle symbol sign and left. and right- side rear mounted flashing yellow lights. 150.05 CHANNELIZATION A. GENERAL: Channelization should clearly delineate the 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 MUTCD, and the following requirements. 1. Types of Devices Permitted for Channelization in Construction Work Zones: a. DRUMS: (1) DESIGN: Drums shall meet the minimum requirement of the MUTCD and shall be reflectorized as required in Subsection l50.0l.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. (1"t.) 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 of2L 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: Droms shall be spaced as listed below for various roadside work amditions except as modified by Subsection 150.06. Spacing shall be used for situations meeting any ofthe 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 .1 I I I I I I 1 I I I 1 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 larte. Lateral offset clearance to be four feet from the travel lane. (a) For paved areas eigh~ feet or ~eat.er 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 MUTCD. (2) APPLICATION: Lane encroachment by the drum on the travelway should permit a remaining lane width often feet. When encroachment reduces the travelway to less than ten feet, vertical panels shall be used to restore the travel way to ten feet or greater. No other application of vertical panels will be permitted. c. CONES: (1) DESIGN: All cones shall be a minimum of28 inches in height regardless of application and shall meet the requirement of the MUTCD. (2) APPLICATION: For longitudinal channelizing only, cones will be permitted for daylight closures or minor shifts. (Drums are required for all tapers.) The use of cones for nighttime work. will not be permitted. d. 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: AIl 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-Bum lights shall be used on all tapers when the condition exists into the night. Steady-burn lights shall also be used as shown in the Plans, the Standards, and as directed by the Engineer. . f. PORTABLE BARRIERS: (1) DESIGN: Portable Barriers shall meet the requirements of Section 622 - PRECAST CONCRETE BARRIER. (2) APPLICATION: Portable Baniers 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 mOWlted on flat-sheet panels, or 8" diameter center-moWlted sealed prismatic reflex reflectors housed in an aluminum backing with a single grommeted hole. Approach end of Portable Barrier shall be flared or protected by an impact attenuator (crash cushion) or other approved treatment in accordance with Georgia Standard .4960, Construction Details and Standard Specifications. On 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. MATERIALS: Materials used in the Attenuator shall meet the requirements of Subsection 648.02 for Type 2 Sand Loaded Modules - Cylindrical Drums or Type 2-A Sand Loaded Modules _ Stabilizer Drums with Wine Glass shaped Inner Containers. 3. CONSTRUCTION: Temporary Sand Loaded Attenuator Module installation shall co~orm to the requirements of Subsection 648.03, Manufacturer's recommendations, and Georgia Standard 4960 and shall be installed at locations designated by the Engmeer. C. PORTABLE IMPACT A'ITENUATORS: 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, andlor 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 1 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 until the Contractor is able to continuously place the required typical section to within two inches of the existing pavement elevation, or heal. the remaining difference in elevation to the traveled way as shown in Detail ISO-E. Channelization devices and placement during the construction period shall conform to the requirements of Subsection 150.05 and Details 150-B, l50-C, 150-D, and 150-E shown herein. In addition to the signs specified in Section 150 and the MUTCD, a W-20 sign with the legend "(LEFT) (RIGHT) LANE NARROWS" with two flags shall be kept just off the paving edge and 500 feet upstream of the point where channelization devices are erected on the paving edge. A. STONE BASES, SOIL AGGREGATE BASES, AND SOIL BASES: Drop-offs in el evation 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 lip area for periods not to exceed 48 hours. B. ASPHALT BASESIBINDERS: Drop-offs-in elevation of more than two inches between surfaces carrying or adjacent to traffic will not be allowed for more than 48 hours. . C. PORTLAND CEMENT CONCRETE AND CEMENT STABILIZED BASES: .Construction work adjacent to ilie 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 VELWA Y: Work such as drainage structures, utility facilities, or any other work which results in a drop-off adjacent to the travel way shall be perfomled expeditiously so as to minimize the exposure to the hazard. As soon as practical, the excavation shall be backfilled to the minimum requirements of Detail150-E. In no case will the drop-offbe allowed to exist more than five calendar days. This may require stage construction, such as plating and backfilling the incomplete work. -rc- /7 I I I 1 I I. I I I I I 1 I. I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA . NOTE. Drums reQUIred for thIs locotlon,spoced at 50 FT. Intervals. If the traveled way wIdth Is reduced to less than 10 feet by the use of drums, vertIcal ponels sholl be used In lieu of drums. LocatIon of drums when drop-off exceeds 04 Inches. ----------~~ ----~--------\ ~ t NEW CONSTRUCTION )~ TRAVEL LANE 1r---+ . DROP-OFF GREATER THAN 4 INCHES DEl AIL 150-8 Drums spaced at 50 feet Intorvols. Location of drums when drop-off Is 2+ Inches to -4 Inches. _l_~~______\t -----------\ c t NEW CONSTRUCTION ~( TRAVEL LANE 1r---+ DROP-OFF OF 2+ INCHES TO 4 mCHES DEl AIL 150-C -rc-/t? I I I I I I I I. I I I I 1 I I I I 1 I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Drums spaced ot 100 feet Intervals. LocatIon of drums when drop-off Is 2 Inches or less. "-f~~~______\ -----------\ < t NEW CONSTRUCTION + TRAVEL LANE ~ DROP-OFF OF 2 INCHES OR LESS DETAIL 150-0 LocatIon of drums ImmedIately after completIon of healed sectIon. spaced ot SO 1t. 'ntervals. Compocted graded aggregate, subbase moterrolor dIrt. TOP OF DRUM TO BE LEVEL NO STEEPER THAN 4:1 ~ 2 ft. +/- ----------\1. -----------\ -( t NEW CONSTRUCTION + TRAVEL LANE 1r-+ HEALED SECTION DET AIL ISO-E TC- /1 I I I I I I I I I I I 1 I I I I I I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 150.07 FLAGGING AND PILOT CARS: A F1aggers 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: F1aggers shall wear high-visibility clothing in compliance with the MUTeD and shall use a StoplSlow . paddle meeting the requirements of the MUTeD for controlling traffic. The Stop/Slow paddles shall have a shaft length of seven (7) feet minimum. In addition to the Stop/,slow paddle, a flagger may use a 24 inches square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. D. Pilot vehicles shall be provided if specified in the Plans or Specifications and meet the requirements of the MUTCD. E. Signs for flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTeD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the 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 other work on the Project, except erosion control and traffic control, taking corrective action as specified in Subsection 105.15, and/or withholding payment of monies due the Contractor for any work on the Project until traffic control deficiencies are corrected. These other actions shall be in addition to the deductions for non-perfo~ance of traffic control. /c-~o I I I I I I I I I I I I I I I I I I I lJob.PAR'fMHN1' OF TRANSPORTATION STATE OF GEORGIA SCHEDULE OF DEDUCTIONS FOR EACH CALENDAR DAY OF DEFICIENCIES OF TRAFFIC CONTROL INSTALLATION AND/OR MAINTENANCE I ORIGINAL TOTAL CONTRACT AMOUNT I I I From More Than To and Including Daily Charee $0 $100,000 $100 100,000 1,000,000 250 1,000,000 5.000,000 500 5,000,000 20,000,000 750 20,000,000 40,000,000 1,000 40,000,000 - 1,500 150.09 MEASUREMENT: A TRAFFIC CONTROL: When listed as a pay item in the Proposal, payment will be made at the Lump Sum price bid, which will include all traffic control not paid for separately, and will be paid as follows: When the first Construction Report is submitted, a payment of 25 (twenty-five) percent of the Lump Sum price will be made. For each progress payment thereafter, the total of the Project percent complete shown on the last pay statement plus 25 (twenty-five) percent will be paid Oess previous payments), not to exceed one hundred (100) percent and subject to normal retainage. When no payment item for Traffic Control.Lump Sum is 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 grotmd 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 b~ measured for payment per each. Payment will be made only one time regardless of the number of moves required. 3. Modify special guide signs, ground mount or overhead, will be measured for payment by the square foot. The area measured shall include only that portion of the sign modified. Payment shall include materials, removal from posts or supports when necessary, and remounting as required. -rc-z/ I I I I I I I I I I I 1 I I I I I I I DEPARTMENT OF TRANSPORTATION. STATE OF GEORGIA . . C. PRECAST MEDIAN BARRIER: Precast Median Bamer will be measured as specified in Section 622. D. CHANGEABLE MESSAGE SIGN, PORTABLE: Changeable Message Sign, Portable .will be measured as specified in Section 632. E. TEMPORARY GUARDRAlLANCHORAGE, Type 11: Temporary Guardrail Anchorage _ Type 11 will be measured by each assembly, complete in place and accepted according to the details shown in the planS, which shall also include the additional guardrail and appurtenances necessary, for transition and connection to Temporary Concrete Barrier. Payment shall include all necessary materials, equipment, labor, site preparation, maintenance and removal. F. TRAFFIC SIGNAL INSTALLATION - TEMPORARY: Traffic Signal Installation _ Temporalj' will be measured as specified in Section 647. G. FLASHING BEACON ASSEMBLY: F1ashing Beacon Assemblies will be measured as specified in Section 647. H. TEMPORARY, SAND LOADED ATrENUATOR MODULES: Each Sand Loaded Attenuator Module of the type specified includes all material components, hardware, incidentals, labor, site preparation and maintenance. Each module will be measured for payment by the drum. only once regardless of the number of locations 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. I. PORTABLE IMPACT ATTENUATORS: ;Each Portable Impact Attenuatorwill 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 of)ocations 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: . . Item No. 150. Traffic Control. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Lump Sum When shown in the Schedule ofItems in the Proposal, the foJJowing items will be paid for separately. 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. Interim Overhead Special Guide Signs. " . . . . . .. .. . . . . ... . . . . . .. per Square Foot Item No. 150. Interim Ground Mounted Special Guide Signs. . . . . . . . . . . . . . . . . . .. per Square Foot Item No. 150. Traffic Control, Raised Pavement Markers - All Types. . . . . . . . . . . . . . . . . .. per Each Item No. 150. Traffic Control, Pavement Arrow with Raised Reflectors...... . ... ... . . .. per Each Tc;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 I tem No. 622. I tem No. 632. I Item No. 641 I Item No. 647. Item No. 647. 1 Item No. 647. I I I I I I I . . I I DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA Remove & Reset Existing Special Guide Signs, Ground Mount, Complete in Place... . : . . . . . . . . . . . . . . . . . . . . . . . . . . . .. per Each Remove &: Reset, Existing Special Guide Signs, . Overhead,Complete in Place ..................................... Per Each Traffic Control, Temporary Sand Loaded Attenuator Modules ............ per Each Traffic Control, Portable Impact Attenuator . . . . . . . . . . . . . . . . . . . . . . . . . . .. Per Each Traffic Control, Pavement Markers, Words and Symbols ..... . . . . " per Square Foot Traffic Control, Pavement Arrow (Painted) With Raised Reflectors ........ per Each Modify Special Guide Sign, Ground Mount. . . . . . . . . . . . ~ . . . . . . . . .. per Square Foot Modify Special Guide Sign, Overhead ........................... per Square Foot Precast Concrete Median Barrie"r . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA DATE: lQ/2~' PAGE: I SPECIAL PROVISIONS CONTRACT ID : C31658-97-QQQ-Q 0.237 KILOMETER OF DRAINAGE AND PLANT MIX RESURFACING ON STREETS IN LAKESIDE SUBDIVISION. I ---------------------------------------------------------------------------. I 3.P. CODE ---------------------------------------------------------------------------. SPECIAL PROVISIONS DESCRIPTION J6-1-93-SP J7-1-93-SP I :>8-1-93-SP J9-1-93-SP 52-1-93-SP 61-2-93-SP I 00-2-95-SP JO-2-93-SP :>2-1-93-SP I 20-1-93-SP 28-1-93-SP 98-Q-QQ-SP I 99-0-00- I I I I I I I I I I I CONTROL OF MATERIALS LEGAL REGULATIONS (ENVIRONMENTAL)COUNTY/CITY CONTRACTS WAIVE PROGRESS SCHEDULE PARTIAL PAYMENT (CITY/COUNTY CONTRACTS) FIELD LABORATORY BUILDING SOIL EROSION & SEDIMENTATION (COUNTY/CITY CONTRACTS) WAIVE FINE GRADER ASPHALTIC CONCRETE (COUNTY CONTRACTS) RECYCLED ASPHALTIC CONCRETE (COUNTY CONTRACTS) ASPHALT CEMENT HOT MIX ASPHALTIC CONCRETE MIXTURES PLANS (.3 ) cc-/ I I I I I I I I I 1 I I I I I I I I I Revised: April 23, 1997 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION ....... SECTION 106 - CONTROL OF MATERIALS 106.03. SAMPLES, TESTS, CITED SPECIFICATIONS: Delete the second paragraph in this Sub-Section and substitute the following: .For work perfonned under Section 400. Hot Mix Asphaltic Concrete Construction, all materials will bC inspected and tested by the Hot Mix Producer before incorporation into the Work. All quality control samples will be taken and tested by the Hot Mix Producer's designated quality control technician. Such tests shall be performed at the Hot Mix Producer's expense and in accordance with the methods of tests established by the Department. Copies of all tests performed by the Hot Mix Producer will be furnished to the Engineer and will become a part of the project records. At the discretion of the Department, the Hot Mix Producer's quality control tests may be used as acceptance tests. The Department will maintain surveillance of the Hot Mix Producer's Quality Assurance Acceptance Program anq shall take samples and conduct tests as necessary to verify correctness of the Hot Mix Producer's quality control tests and determine acceptability of materials and construction. The Hot Mix Producer will be responsible for the quality of the materials incorporated therein. Office of Materials and Research ec-z- .. I .~ I I I I I I I I I I I I I I I I I I .. . Revision: Hay 1, 1994 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SECTION 107 - LEGAL REGULATIONS AND RESPONSIBILITY TO THE PUBLIC DELETE SUB-SECTION 107.23 AS WRITTEN AND SUBSTITUTE THE FOLLOWING. 107.23 ENVIRONMENTAL CONSIDERATIONS: All environmental considerations and clearances shall be the responsibility of the County or municipality to meet, including the requirements of Section 404 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 (GEPA), of 1991. In compliance with GEPA, those projects for which Federal funding is sought, and NEPA compliance is accomplished, are exempt from the requi!ements of GEPA. GEPA 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 of a State Agency or a grant of more than $250,000 is made by the State Agency to the municipality or County. The "responsible official of the government agency shall determine if a proposed governmental action 1s. a proposed governmental action which may significantly adversely affect the quality of the environment". A. THE ~OLLOWING PROJECTS 'WOULD NOT SIGNIFICANTLY ADVERSELY AYFECT THE QUALITY OF THE ENVIRONMENT: Non-land disturbing activities and minor land di~turbing activities which would not be anticipated to significantly adversely affect the quality of the environment include the following Ust. These types of projects funded with state money would not be subject to environmental assessment of any kind. Hearing procedures outlined 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. Adding auxiliary l~nes for localized purposes (weaving, climbing, speed changes, etc.), and correcting substandard curves and intersections within previously disturbed existing right-of- way. ~ b. c. Non-historic bridge replacement projects in existing alignment with no detour bridge. CC-3 I .. . I I I I I I I B. I 1 I I I I I I I 1 I Lighting, signing, pavement marking, signalization, freeway surveillance and control systems, and railr~ad protective ~evices. 3. Safety projects such as grooving, glare screen, safety barriers, energy attenuators, median barriers, etc. 2. 4. Highway landscaping and landscape modification, rest area projects and truck weigh stations within previously disturbed existing right- of way. S. Construction of bus shelters and bays within existing right-of-way. 6. Temporary replacement of a highway facility which is commenced immediately after the occurrence of' a natural disaster or catastrophic failure to restore the highway for the health. 'we1fare. and safety of the public. THE FOLLOWING PROJECTS HAY NOT SIGNIFICANTLY ADVERSELY AFFECT THE QUALITY OF THE ENVIRONMENT: , For projects which will cause land disturbance and for which there is no anticipation that the project may significantly adversely affect the quality of the environment. certain studies will be undertaken. These studies would serve to document whether or not the County or municipality should anticipate that a project might significantly adversely. affect the quality of the environment. Documentation of the studies will be accomplished through he use of the "GEPA Investigation Studies" checklist. The types of project which would fall under the category would include: 1. Bridge replacement project on new location or with a detour bridge. w~ere 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 proj'ects. where there are no significant adverse impacts to historic or archaeological resources. no involvement with Federally listed threatened and endangered spec~es and no significant adverse impact to wetlands. 3. Safety and intersection improvements where there are no significant adverse impacts to historic. or archaeological resources. no involvement with Federally listed threatened and endangered species and no significant adverse impact to wetlands. 4. Rest area projects and truck weight stations w1th no purchase of additional right-of-way. S. New location projects where there are no significant adverse impacts to his~oric or archaeological resources. no involvement w~th Federally listed threatened and endangered species and no significant adverse impact to wetlands. cc4 I . ~ . I I I I I I 1 I I I I I I I I I I I If studies demonstrate that the project viII not significantly adversely affect the quality of the environment. project files viII be documented. If studies demonstrate that the project may significantly adversely affect the quality of the environment, development of an environmental effects repo~t CEER) viII be undertaken along vith full GEPA compliance. c. THE FOLLOR'ING PRO.JECTS HAY SIGNIFICANTLY ADVERSELY AFFECT THE QUALIn OF THE ENVIRONMENT.. This' category of project 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: GEPA calls 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 which 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 which have jurisdiction by law, special expertise, or other interest with respect to environmental impacts. 2. In compliance' with CEPA the following shall be contained in the EER, at a minimum: a. Cover sheet; b. Executive summary; c. Alternatives, including the no-build; d. Relevant environmental setting; Geology, soils, water supply and wetlands, floral fauna, archaeology/history, economic environment. energy, cultural resources; e. The environmental impact of the proposed actiQn 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. Benefici.al aspects, both long term and short term and its economic advantages and disadvantages; 1. Comnuints of agencies which have jurisdiction by law. spec.ial expertise, or other interest with respect to any environm~ntal impact or resource; {'C...5 I I I I I I I I 1 I I 1 I I I I I I .1 ... . 3. At least 45 days prior to.making a decision as to whether to proceed with the undertaking, publish in the "l~gal organ of each cou~ty in which the proposed governmental action or any part thereof is to occur notice that an environmental effects report has been' prepared". 4. The County or municipality shall send a. copy of the EER and all other comments to the Dire~tor, EPD. The .County or municipality shall m~ke the document available to the. public and agencies, upon request. 5. 6. A public hearing will be held in each affected county if a least 100 residents of the State of Georgia request on within' 30 days of publication in the legal organ of an affected county. The responsible official or his designee may hold a public hearing if less than 100 requests are received. [The County or municipality is not relieved of other State legal r~quirements of publi~ hearings, however.] 7. Following the public notice period and/or public hearing a summary of the document, comments received and recommendation as to whether to proceed with the action as originally prepared, to proceed with changes, or not to proceed will be prepared (Notice of Decision). 8. This decisicn document, when signed by the responsible official, will 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 15 to occur. 9. A copy of the decision document. the EER, and public hearing comments (if any) will be sent to the DEPARTMENT OF TRANSPORTATION, OFFICE OF ENVIRONMENT AND LOCATION and the DEPARTMENT OF NATURAL RESOURSES. ENVIRONMENTAL PROTECTION DIVISION for their files. DEPARTMENT OF TRANSPORTATION OFFICE OF ENVIRONMENT AND LOCATION 3993 AVIATION CIRCLE ATLANTA, GEORGIA 30336 DEPARTMENT OF NATURAL RESOURSES ENVIRONMENTAL PROTECTION DIVISION 205 BUTLER STREET, SE SUITE 1152 ATLANTA,. GEORGIA 30334 Any mitigation.measures ide~tified in the EER will be incorporated. into the final project plans. Office of State Aid '. cc-c, 0,. ..:. I I I )8195SP I I I 1 I I 1 I I I I I 1 I I I DEPARTMENT OF TRANSPORTATION . STATE OF GEORGIA SPECIAL PROVISION FIRST USE 1995 SPECIFICATIONS JULY 1, 1995 ~CTION 108 - PROSECUTION AND PROGRESS JR THIS PROJECT, THE PROGRESS SCHEDULE REQUIRED BY ~TICLE 108.03, NEED NOT BE SUBMITTED. cc- 7 I "/ I I I I 1 I 1 I I I I 1 I I I I I I Revised May 9, 1997 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISION SECTION 152 - FIELD LABORATORY BUILDING 152.03 Plant Laboratory Building: Add the following to requirements for Laboratory . buildings at asphaltic concrete plants: ITEM 6: 1 Each - Computer, mM or mM Compatible , . 540 Megabyte Hard Disk Drive (Minimum) 3 1/2 inch High Density Floppy Disk Drive CD-ROM Drive (4X Minimum) Windows 95 Operating System Mouse Modem 9600 Baud (Minimum) 1 Parallel and 2 Serial Ports 16 Megabyte Random Access Memory Expandable to at Least 32 Megabytes VGA Monitor 486 Microprocessor Operating at 33 Megahertz (Minimum) ITEM 7: 1 Each - Printer (Desk Jet HP Letter quality printer) Office of Materials and Research {! {'- 13 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 SUPPLEMENTAL SPECIFICATION . . SECTION 300-GENERAL SPECIFICATIONS FOR BASE AND SUBBASE COURSES October 3,1995 First Use: November 17, 1995 Delete Subsection 300.03.H. in its entirety. cc-'l I I I I I I I I I ,I I I 1 I I I I I I Revised June 18, 1997 I. COMPACTION' EQUIPMENT: The compaction equipment must be in good mechanical condition and capable of compacting the mixture. The number, type, size, operation, and condition of the compaction equipment shall be subject to the approval of the Engineer. A minimum of the following equipment shall be required: . a. One steel wheel breakdown roller weighing at least 10 Tons or vibratory roller operating at a low amplitude and at a minimum frequency of 47 Hz. b. One rubber tire roller weighing at least 8 Tons or exerting at least 80 Lbs.lin2 contact pressure. c. One steel wheel finishing roller weighing at least 8 Tons or vibratory roller operating in static mode. 2. ROLLING OPERATION: RoIling shall be started as close behind the spreader as possible without excessive distortion of the mix and shall be continued until roller marks are no longer visible. A minimum rolling pattern shall consist of 2 coverages with the breakdown roller, 6 coverages with the Pneumatic-Tired roller, and 2 coverages with the steel wheel finish roller. 400.07.B. COMPACTION: Delete all references to Pay Adjustments and Pay Factors and delete the Compaction Acceptance Schedule Table 400.07.B.1 and add the following: The compaction shall be controlled as prescribed in Subsection 400.05.F. and 400.05.G. above. 400.07.C. SURFACE TOLERANCE: Delete this Subsection and substitute the following: 1. VISUAL AND STRAIGHTEDGE INSPECTION: All paving shall be subject to visual and straightedge inspection during construction operations and thereafter prior to final inspection. A ten foot straightedge shall be retained in the vicinity of the paving operation at all times for the purpose of measuring surface irregularities on all courses. The straightedge and labor for its use shall be provided by the Contractor. The surface of base, intermediate, and surface courses shall be inspected with the straightedge as necessary to detect irregularities. All irregularities in excess of 3/16" in ten feet, for base, intermediate, and surface courses shall be corrected. Irregularities such as rippling, tearing, or puIling which in the judgement of the Engineer indicate a continuing problem in equipment, mixture, or operating technique shall not be permitted to recur. The paving operation shall be stopped until appropriate steps are taken by the Contractor to correct the problem. 400.07.D. MATERIALS PRODUCED AND PLACED DURING ADJUSTMENT PERIOD: Delete this Subsection in its entirety. C ('-If) I I I I I I I I I I I I 1 I I I I I I Revised June 18. 1997 400.] 0 PAYMENT: Delete this Subse~tion and substitute the following: Hot Mix Asphaltic Concrete of the various types will be paid for at the Contract Unit Price per Megagram or Square Meter which payment shall be full compensation for furnishing and placing all materials including Asphalt Cement and for all approved additives. for all cleaning and repairing or preparation of surfaces, for all other operations necessary to complete the Contract Item. Payment will be made under: Item No. 400 Asphaltic Concrete (Type), (Group-Blend) Including Bituminous Material...........................................Per Ton Item No. 400 _ Inch Asphaltic Concrete (Type), (Group-Blend) Including Bituminous Material...........................................Per Square Yard Item No. 400 Asphaltic Concrete Patching Including Bituminous Material...........................................Per Ton Item No. 400 Asphaltic Concrete Leveling Including Bituminous Material...........................................Per Ton Office of Materials and Research C C'-II I I I I I I I I I I I I I I I I I I I June IS, 1997 DEPARTMENT OF TRANSPORTATION STArE OF GEORGIA SPECIAL PROVISION (For State Aid Contracts Only) SECTION 820 - ASPHALT CEMENT Delete this Section and substitute the foJJowing: 820.01 SUPERP A VE ASPHALT BINDER: This Section covers asphalt cements which have been prepared from crude petroleum by suitable methods. The asphalt cements shaJJ be homogenous, free from water and shaJJ not foam when heated to 1750 C. Blending of asphalt cements to produce a specified performance grade shall result in a uniform, homogenous blend with no separation. The neat asphalt cement proposed for use in Asphaltic Concrete shall meet the foJJowing requirements for PG 64-22 or PG 67- 22 and be production materials ("'straight-run") that have not been uair-blown" to achieve the performance grade (PG). PG 58-22 may be used as Bituminous Tack Coat or in Bituminous Surface Treatment. Only Styrene-Butadiene-Styrene (SBS) or Styrene- Butadiene (SB) shall be added to the neat asphalt cement, if needed, to produce a binder that complies with the following requirements for PG 76-22. ]. Test Requirements ORIGINAL 11:51' AJ\TJ) 11:ST 11:MPERA TURE BINDER RESIDUE OF BINDER AF1ER: METHOD Rolling Thin-Film PG PG PG PG Oven AASHTO: TP5 Pressure Aging 58-22 64-22 67-22 76-22 AASHTO: PP-I Aash Point, AASHTO: 1'-48 2300 C Min. Viscosity (a). 3Pa-S AS1'M D4402 Max. 1350 C (3000CP) Mass Loss (%), Max. AASHTO: 1'-240 (b) 0.5 Dynamic Shear. 580C 640 C 670C 760C ~ 1.0 kPa ~ 2.2 kPa G*/sinS. AASHTO: Phase 11>5. 10 RadlSec Angle S 75 deg. Dissipated Energy. Dynamic Shear, 250C S 5000 kPa G*sinS, AASHTO: 11>5. 10 Rad/Sec Crecp Stiffness (c), S S 300,000 kPa 60 sec. AASH1'O - 120 C m ~ 0.300 11>1 Dircct Tension, 1.0 mmlmin. AASHTO: - 120 C Report 11>3. Fai.lurc Strain C C-Il- I I I I I I I I I I I 1 I I I I I I I Revised June 18, 1997 DEPARTMENT OF TRANSPORTATION STAn; OF GEORGIA SPECIAL PROVISION (For State Aid Contracts Only) SECTION 828 - BOT MlX ASPHALTIC CONCRETE MIXTURES Add tbe following at the end of Subsection 828.01. K. Mixture Designations shall be in accordance with the following: OLD DESIGNATION Large Stone Mix (LSM) Base B B-Modified E F H G Sand Asphalt I and II Sand Asphalt Base D D-Modified Porous European Mix (PEM) SMA-C SMA-F SMA-F METRIC DESIGNA nON 25 mm Mix 19mmMix 19 mm Modified Mix 12.5 mmMix 9.5 mm Mix 9.5 mm Modified Mix 4.75 mm Mix 9.5 mm SA 12.5 nun SA 9.5 mm OGFC 12.5 mm OGFC 12.5 mm PEM 19 mm SMA 12.5 mm SMA 9.5 nun SMA SUPERPAVE DESIGNA nON 37.5 mm Superpave 25 m.m Superpave 19 mm Superpave 19 mm Superpave 12.5 nun Superpave 9.5 nun Superpave 9.5 mm Superpave 4.75 mm Mix 9.5 m.m SA 12.5 nun SA 9.5 nun OGFC 12.5 mm OGFC 12.5 nunPEM 19 nun SMA 12.5 mm SMA 9.5 nun SMA 828.08 RUTTING SUSCEPTffiILITY TESTING: Delete this Subsection and substitute the following: The Office of Materials and Research may run a rutting susceptibility test on any asphalt mixture used in construction. Results of tests with the Asphalt Pavement Analyzer shall be provided for any mixtures designed by a Certified Contractor or Independent Testing Laboratory. The rutting susceptibility test will be .conducted according to GDT Test Procedure 115. Each mix will have 3 specimens fabricated and tested. If the average rut depth for the 3 specimens exceeds 0.2 inch for SMA and Superpave mixes, and 0.3 inch for conventional asphalt mixes, that asphaltic concrete mixture shall not be used in the Work. . . Office of Materials and Research C C-/3 I I I I I I I N I I I I PROJECT I I I I I I I I I AKA: ':-,'sh U;I\a.~e suod:,;isIM ~ A-Ki=: S I hI' Sc.,.l>Il.IIIISION) LOCATION MAp. J-bl' I \ P R 8530- Sf l2.4-S-) R \ct\- M~ 1Jh ~. ~ T'r' a,:::. A-u.G-u.S-rA cc-/tf I I I I I I I I --\ ~ "" - ~I II el rr DI ....... ~I I 1 I I I I :~ it' Ie, i , I ; ~ I~;:;~ 1,..-.- .:=;;;,> !>~" 1=...;:: I -- I ==.c I ~~~ =-~ t. >:=i I.' ~i!! o i::: , . ..- ... < > iC :n I I i~ I ! l) ij:. : ! -L- .,. S \Ii .,. 9 r-i s :oj .,. 9 :oj z ~ ,,/ ,. --- l I !5 . 1- ~r: -~I7- I I: 0 IS . i :,., , I rr:~ . -_..!.- .:..--- A/W '"': I O. ~ I at, ~ z o ;;; ... I dV o~ ;:; ; :.It ~ ~ I '" . "" ,., .. '" "', C) > 11'I ,., ;< ~ ~ r- III ':p ::t:>~ ... ". ~ ?i.:z> 11'I g (I) 1" . - ~ 0- - ~CI\ Tl I ~ r1- .. ~::J8 )> Of 7- rr >0", s::: rn ' ~~% r' ~ .' ~ C) - -- a ~ a )> \..." ;- ~~=~,t ~ - - ...." ~- z- g; c~ Sl\ _ _ s: , '- ~ ;"'I 0\ Q.. H- -- c. o - ~ ~: '-..-/ ~ ;) S 1- 0;) ~giii~=;;lg~ii~g~lS ~-fl ::I,.,"lIn~Z~~!!:~...~ I n fr Q ~i!!~~~>Sf;;l~IIIZ!!!! U')I ........ ....I=iiii: ,.,ZC::J,.,a"c-... i nn,.,s:o >~~cz' ~"''''''''''' . 2oolll~>;;l "'nP1o:ao:a, n~~~.. ~cB~~02I1t"~"'i~ :a::J...,., .... Z~"""'lIIl11l11l11 P1~III_ S~::J~,,:a~~=~iJ~ ~P1>Z <o"'oiii"On,.,,.,::J,.,:a n< ,.,. ...c:>.... ",1II",en g~2~ ~gsz...Og~~"'~'" ::2::1>.... o. '~C);;I'" FlIIlDlII:a ~~...o O"ll:aO!!! ~o~o :a::J-~ ~~ > ,.,-<:a~:a"ll ~en~" X~d~o~;;::~~"'~P1 "':as ~"lli: ~"'~1II<1II< ...~....... ~~"'>2~z~~~~~~ ~,., ,., "ll ~"::J::J-:a- "'1II~:a =~n~ OOIll"'~'" ~> ~ ~."'_ga~i:,.,lII III ....nP1 ....~ZIll>C)P1>III>lII> ~ - 2 > ., ~ c: Z 191 ... .... b .... g~g~ ~t-i~~~a~>~> . ...",~ ~ ~zP1"llo!:i_~_~ ;;I... zoc~n>x~>III>'" n.... "'::Jz~~ ,.......~....~ c> >\J"" Q ...._ i: :=Ii:,., :a... ~';:;>-~~"""o<O:=l !Dn c ,.,~~zz~~>~< ~C i: :az....lII......,.. > "':=1 "ll n>....>:i""iIllCen... 50S :: gC)!'I....o.......,.,>~ 2 :=1191 "z>?;::.... ~ III ~ c..,~o>oz= ..... ....::g-zz > ~ ~ I~ $ $: ... ..,z ,., ~~ "lien >0 ::=1 oil: ..III ~,., .~ ~:=I "ll ;:1::0 ::O-! ::0... :::I~ -== S'= :- O~ -t:: .., C :--;, ...e- \n~ ::0'" ZO ...0 :1..,:nn n :!r:J "':1::0 :::: ..., :=Ie- 10.. ...~ ~c :-~ :::::r ....0 co t'" 0< -!c >0:- z~ ~::: n ,.., "'- ,"1= 0':: ...= g~ ~; ~; _ VI ~.,.... ;,., j-f ;j~ ~~ -.,: ;:. Q~ ~5!! ~~r; ......, ~- -:- .. ::- . ~ !~ n~ ~:'" :..; 0 :1' n ::: 0:= nvt ~; ~~ ~~ " O~ -:: ~i( :-~ ;:i< :;~ ~C -, = ::1:!:-!':'" c: c:,-: ==- = ...- :; =::0 n;:: _= ::.; ~::: .~~ :a: . _ -,;:: - :: ,.:::: ~~ :: :: 3~ ; -::;:~ ~ -- :: ~ ~= ::0 .. ... ~ ~ =i:1: ;; %-:>' .~ ..:-.,. "= ...;5 ... ~ - - iij- ;j S;..,:;, = .... 0:: ~ = == ~ ;i ~~ :tl ~:! 0.... >' = c= % t'1 = ;:: ~ ClI-! -l:=:E-=>-=-l <~ :=r::!~:=r-:=- ... ~~:=s~\er.; ~d :/lO;l'l:>:EmC ='1= :;2z:=:=onr:l ::0 ~!!!r:lr:l:=-l-= ;:!:= =::=CC;I'I:C;;~ a< >\S~zr--l ...:::1 ::!::j:=' Q;:S: 5li3 O-<~E =:r:l ;ll:n zo n-!z:=.... '"Il= om-l .:J -l~ <00 = --l r:l-l"':l ffi:~:=O-l Q nl-'o$:l-l:ll :;= :n:=""':> :I Om =mZ ::i ~i5 -<_:n 0 -l> ::!r;j~ :- ~z =7:= - >Vl :n~-l -; -l> nVl~ ?l ZZ om- ", CO z'-iO nZ ;c2i :!! 00 >"':lVl S; ~-l n3"C :: -In -l:=> . o~ :E~:: :: -lmop>n ::: :;I;>r--<- - m !::l -l = s: ~ :ii o""r.1m~-l ::: ~~!o~~~ ~ := _ n z - ., -l = 0 Z - s:Vl 8r:ln :;; mn :=:=0 O:l zO -lZ C v-V -lZ ~=en '- _ ~ o~. z::;;;l ;; , /-~"Il > > n n C : ~ C()~ QzmoQ ~ \r\ :E~~zz ~ ::J c.J prrl:!~Cl ~ ~ 0. r-~f!q:! := _ 1 =0>' - ='I 1/ t'l'I Z en .'1 \J\ ::! := Vl ;;j [>...... f.j " N' ~ ~