Resurfacing of Major County Roads on a Term Contract

expired opportunity(Expired)
From: Gwinnett County(County)
BL016-23 Inv

Basic Details

started - 05 Dec, 2022 (16 months ago)

Start Date

05 Dec, 2022 (16 months ago)
due - 18 Jan, 2023 (15 months ago)

Due Date

18 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
BL016-23 Inv

Identifier

BL016-23 Inv
Gwinnett County

Customer / Agency

Gwinnett County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

December 21, 2022 INVITATION TO BID BL016-23 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Resurfacing of Major County Roads on a Term Contract for the Department of Transportation. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 P.M. local time on January 18, 2023 at the Gwinnett County Financial Services – Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. A virtual pre-bid conference is scheduled for 10:00 A.M. on January 05, 2023. To access please call 1-408-418-9388 and use
access code 2332 675 5328. All contractors are urged to attend. Questions regarding bids should be directed to Lindsey Gravitt, Purchasing Associate II, at lindseygravitt@gwinnettcounty.com or by calling 770-822-7833 no later than 2:00 p.m. January 06, 2023. Bids are legal and binding upon the bidder when submitted. All bids should be submitted in duplicate. All contractors must submit with bid, a bid bond, certified check or cashier's check in the amount of five percent (5%) of the total bid made payable to the Gwinnett County Board of Commissioners. Failure to submit a bid bond with the proper rating will result in the bid being deemed non-responsive. Successful supplier will be required to meet insurance requirements, submit a one hundred percent (100%) performance bond and a one hundred percent (100%) payment bond. Insurance and Bonding Company should be licensed to do business by the Georgia Secretary of State, authorized to do business in Georgia by The Georgia Insurance Department, listed in the Department of Treasury's Publication of Companies holding Certificates of Authority as Acceptable Surety on Federal Bonds and as acceptable reinsuring companies. The bid bond, payment bond, and performance bond must have an A.M. Best rating of A-5 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Susan Canon, Gwinnett County Justice and Administration Center, 770-822-8165. The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the contractor submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or all bids, to waive technicalities, and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms, conditions and pricing with the lowest responsive, responsible bidder(s) at its discretion. Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a bid will be notified via e-mail. We look forward to your bid and appreciate your interest in Gwinnett County. Sincerely, Lindsey Gravitt Purchasing Associate II The following pages should be returned in duplicate as part of your bid: E-verify Affidavit, Page 71 Ethics Affidavit, Page 72 Sub-Contractor List, Page 79 References, Page 80 Bid Schedules/Bid Bonds, Pages 81-92 http://www.gwinnettcounty.com/ mailto:lindseygravitt@gwinnettcounty.com http://www.gwinnettcounty.com/ BL016-23 Page 2 RESURFACING OF MAJOR COUNTY ROADS ON A CONTRACT BIDDERS ARE ADVISED TO THOROUGHLY UNDERSTAND THE GENERAL CONDITIONS AND SPECIAL PROVISIONS, PRIOR TO SUBMITTING THEIR BID. I. GENERAL CONDITIONS A. QUALIFICATIONS 1. Bids will be considered only from experienced and well-equipped Contractors engaged in work of this type and magnitude. 2. Bidders may be required to submit evidence setting forth qualifications, which entitle him to consideration as a responsible Contractor. A list of work of similar character successfully completed within the last two years may be required giving the location, size, and listing equipment available for use on this work. Before accepting any bid, the County may require evidence of the Contractor's financial ability to successfully perform the work to be accomplished under the contract. 3. Status as a Georgia DOT certified, and prequalified contractor is one of the factors to be considered in determining qualification for this bid. B. GUARANTEE TO ACCOMPANY BID 1. Bids must be accompanied by a certified check or cashier's check or acceptable bid bond (Gwinnett County form provided) in an amount not less than five percent (5%) of the total amount bid per section and made payable to Gwinnett County Board of Commissioners. Failure to use Gwinnett County form may result in bid being deemed non-responsive. Failure to submit a bid bond or certified check or cashier’s check will be cause for rejection. C. JOINT VENTURES AND SUB-CONTRACTING Joint Ventures between two contractors will NOT be allowed in any section. Subletting will be allowed up to 30% of the actual paving/patching work which includes all mixes (9.5mm mix Types I and II, and 12.5mm Gp 2 mix, Leveling, and 12.5 mm Patching) for this contract. This will be based on the estimated combined tonnage for these items on this contract. The contractor will have the option to apply this to any or all items listed in the schedule of items without exceeding the 30% of combined tonnage. Any subcontractor listed must be approved by Gwinnett County DOT prior to doing any work and be registered with Georgia Department of Transportation (GDOT). Subletting additional items (milling, crack filling, structure adjustment, and pavement markings) will be allowed and shall be in accordance with Section 108.01 of the Standard Specifications of the Georgia Department of Transportation. D. SUBMITTING BIDS 1. Bids should be submitted in envelope with the following information clearly typed or printed on the outside: Gwinnett County Purchasing Division Resurfacing of County Roads Bid Number and Section Date of Bid Opening Company Name E. AUTHORITY TO SIGN The contractor should ensure that the legal and proper name of his proprietorship, firm, partnership or corporation is printed or typed in the space provided on the Schedule of Items. F. RIGHTS RESERVED 1. Bidders are advised to examine the Plans and Specifications carefully and to make examinations of the site of the proposed work as are necessary to familiarize themselves with local conditions, which may affect the proposed work. Bidders are also advised to inform themselves fully in regard to conditions under which the work will be performed. Gwinnett County will not be responsible for Bidder’s errors or misjudgment, nor for any information on local conditions or general laws and regulations. BL016-23 Page 3 2. Any unauthorized additions, conditions, limitations, or provisions attached to the Bid shall render it informal, and may be cause for rejection. 3. Individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative without permission of the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. The Purchasing Director will review violations. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. G. AWARD OF CONTRACT 1. The Contract will be an "Open End” type to provide for the requirements of Gwinnett County on an as needed basis. As it is impossible to determine the exact quantities of items and the roads, parking areas, etc., to receive these items, either for resurfacing or new roads, the quantities of items may be increased or decreased and specific roads may be added or deleted as required to satisfy the needs of the County. Each section will be awarded to the lowest, responsive and responsible bidder. Gwinnett County reserves the right to make an award as deemed in its best interest, which may include awarding to a single bidder or multiple bidders. 2. Prior to award of the contract, the successful contractor may be required to submit a construction schedule to the County, demonstrating the contractor’s ability to commence and proceed in a timely manner on all of the Gwinnett County resurfacing contracts for which contractor is the successful bidder. Due to the time constraints on this contract, it is mandatory that the work be performed as quickly as possible. A contractor’s failure to demonstrate the ability to proceed as required may result in the award of going to the next low, responsive and responsible bidder, as deemed in the County's best interest. 3. Prior to execution of a contract, a Contract Performance Bond and a Payment Bond, each equal to 100% of the Contract amount per section, must be provided by the successful Bidder (Gwinnett County form provided) by a surety company qualified to do business in the State of Georgia and satisfactory to Gwinnett County. Bonds given shall meet the requirements as listed in this Bid package. Failure to execute the Contract, Contract Performance Bond and Payment Bond, or furnish satisfactory proof of coverage of the insurance required within ten days after the date of Notice of the Contract may be just cause for the annulment of the award and for the forfeiture of the guaranty to Gwinnett County, not as a penalty, but as liquidation of damages sustained. Failure to progress in a timely manner after beginning the work may also be just cause for annulment of the contract award and re-advertisement and re-bidding of any or all of these contracts. The Contract and Contract Bonds shall be executed in duplicate. H. TERM Contract will begin on the issuance date of the Notice to Proceed and continue through December 31, 2023. However, for any order to pave and/or resurface any given roads, parking areas, etc., mailed or received, if forwarded by other means than through the mail to the Contractor on or before the Contract expiration date, the Contractor will be required to perform such resurfacing within a time agreed to by both parties and at the Contract unit prices. Failure to perform such work in the time agreed will result in Liquidated Damages of $1,000.00 per day until such work is completed. I. PRODUCTION REQUIREMENTS 1. Time is of the utmost importance for this project. The successful bidder will be required to commence work within ten (10) calendar days from receipt of the Notice to Proceed, and must carry on with utmost diligence in order to complete the work at the earliest possible date. 2. It is important that the work proceed promptly and continuously on the contract. In each Section, the contractor must meet or exceed the following production requirements and deadlines. If the contractor is awarded more than one section, the below requirements will be determined based on the cumulative total tonnage awarded, unless otherwise stated: a) Within 120 calendar days following the issuance date of the Notice to Proceed, the contractor must place a minimum of 50% of the total tonnage awarded of 9.5 mm (Type II) and 12.5mm mixes for the roads listed in the Schedule of Items for this contract. Failure to reach the milestone in the time listed above will result in Liquidated Damages of $500.00 per calendar day until such work is completed. BL016-23 Page 4 b) By October 31st of the current contract year, the contractor must place a minimum of 100% of the total tonnage of 9.5 mm (Type II) and 12.5mm mixes for major roads listed in the Schedule of Items, for each resurfacing section. Failure to reach the milestone in the time listed above will result in Liquidated Damages of $1,000.00 per calendar day per section awarded until such work is completed. c) The work hours are as follows: Major Roads 9:00 AM - 4:00 PM The contractor may request in writing modifications to the work hours listed above. Gwinnett County has the right to approve or deny a request or respond with an alternate. Gwinnett County reserves the right to adjust the work hours during the contract period. J. RETAINAGE The county shall retain 5% of the gross value of the completed work, indicated by current estimates, until all pay items are substantially competed. K. LOCATION AND SITE 1. The site of the proposed work is at the stated location(s) within Gwinnett County, Georgia. A list of proposed roads is included in these specifications; maps will be available at the pre bid conference. 2. The successful Contractor shall accept the site in its present condition and carry out all work in accordance with the requirements of the specifications, as indicated on the drawings or as directed by the engineer. 3. The successful Contractor, before submitting a bid, is advised to visit the site, and acquaint himself with the actual conditions and the location of any or all obstructions that may exist on the site. 4. The Contract Documents contain the provisions required for the completion of the work to be performed pursuant to this Contract. Information obtained from an Officer, agent, or employee of Gwinnett County or any other person shall not affect the risks or obligations assumed by the Contractor or relieve Contractor from fulfilling any of the conditions of the Contract. All contractors submitting a bid are responsible for inspecting the site and for reading and being thoroughly familiar with the Contract Documents. The failure or omission of any Bidder to so familiarize himself shall in no way relieve any Bidder from any obligation in respect to his Bid. 5. The Contractor is responsible for the location of above and below ground utilities and structures, which may be affected by the work. L. COMPLIANCE WITH OSHA STANDARDS AND REGULATIONS The work connected with this Contract shall be performed in accordance with all applicable OSHA regulations and standards including any additions or revisions thereto until the job is completed and accepted by Gwinnett County. M. MATERIALS All materials furnished and/or installed by the Contractor shall be furnished only by Georgia Department of Transportation certified source and shall be within the limits, tolerances, formulae, etc., as established by the Georgia Department of Transportation. N. INSPECTION Gwinnett County does not commit to have a full-time inspection or testing of work while in progress or at sources of materials furnished. Any lack of inspection and/or testing will in no way relieve the Contractor of the responsibility to provide quality workmanship in accordance with the Specifications. Any test ordered under the supervision of the County that fails to meet standards and retesting is required will be at the contractor’s expense. O. CONTRACT REQUIREMENTS 1. Successful vendor is required to do the following within ten (10) days of Notice: a) Return to Purchasing Office contract documents executed by the authorized representative and attested by the corporate secretary treasurer. b) Provide Insurance certificates as specified in the bid documents. c) Provide bonding as required by the bid documents. BL016-23 Page 5 2. Failure to execute the Contract, Contract Performance Bond and Payment Bond, or furnish satisfactory proof of carriage of the insurance required within ten days after the date of Notice of Award of the Contract may be just cause for the annulment of the award and for the forfeiture of the bid guaranty Gwinnett County, not as a penalty, but as liquidation of damages sustained. At the discretion of the County, the award may then be made to the next lowest, responsible bidder, or the work may be re- advertised or constructed by County forces. The Contract and Contract Bonds shall be executed in duplicate. II. SPECIAL PROVISIONS A. AREAS OF WORK 1. The area of work for resurfacing will be within the limits defined on the County map. The work will be divided into three (3) sections: North, West, and South. Any roads added to the County's resurfacing program will be worked by the contractor’s section, in which they are located. 2. This term contract covers only those existing roads scheduled for resurfacing by the Gwinnett County Road Maintenance Division, or being constructed by in-house construction forces, and in no way pertains to any asphalt work being performed on new construction or widening projects being built for Gwinnett County by private contractors. 3. The schedule of items for the entire section includes estimated quantities for this work. 4. The work will be divided into three (3) sections: North, West, and South. Please see Appendix A for the paving list and Appendix B for the Resurfacing Map. B. GEORGIA DEPARTMENT OF TRANSPORTATION Unless otherwise directed, all work performed under contract shall be in accordance with the Georgia Department of Transportation Standard Specifications, Construction of Roads and Bridges, 2021 Edition, and any supplemental specification modifying them except as noted below and in the special provisions 1. Modifications of Standard Specifications Section 101 Definition of terms Section 101.14 COMMISSIONER Delete in its entirety Section 101.22 DEPARTMENT Delete as written and substitute the following: THE GWINNETT COUNTY DEPARTMENT OF TRANSPORTATION Section 101.24 (ENGINEER) The Director of the Gwinnett County Dept. of Transportation, acting directly or through his duly authorized representative. Section 101.26 EXTENSION AGREEMENT Delete in its entirety Section 101.28 FORCE ACCOUNT Delete in its entirety Section 400 HOT MIX ASPHALTIC Delete in its entirety and substitute the SPECIAL PROVISION for section 400-HOT MIX ASPHALTIC CONCRETE CONSTRUCTION – ON SYSTEM. The only exception to this special provision shall be under section 400.3.06.B “Compaction” where density tests will not be required for material placed at 125 lbs/yd2 or less rather than the referenced 90 lbs/yd2. Gwinnett County reserves the right to test for density on any and all asphalt placed regardless of spread rate if the contractor’s compactive efforts do not appear sufficient or effective. Section 413.5 Bituminous Tack Coat BL016-23 Page 6 PAYMENT: Delete as written and substitute the following: No separate payments will be made for this item. The cost for bituminous tack coat shall be included in the unit price bid as indicated in the Schedule of Items. The work to be done under this contract includes only those existing roads scheduled for resurfacing by the Gwinnett County Road Maintenance Division, and paid for solely with Gwinnett County and/or Georgia DOT LMIG funds. Any resurfacing that is to be paid for all or in part with Federal Funds, as part of a Stimulus package or similar program, WILL NOT be made a part of this contract. A separate, project- specific contract will be let for that Federally funded work, if applicable. C. FEDERAL REGULATIONS The Contractor must be in compliance with all applicable Federal regulation, including but not limited to the Davis- Bacon Act. D. RECORDS The Contractor is required to maintain and make available to Gwinnett County and auditors, complete records of the work covered, for the life of the contract and for three years thereafter. All tickets must show the road name where the mix was used. E. GENERAL CONSTRUCTION GUIDELINES 1. The contractor shall be required to perform a minimum of 70% of the actual resurfacing paving work included in the Schedule of Items for each section (9.5mm mix Types I and II, and 12.5mm Gp II mix, Leveling, and 12.5mm Patching). A maximum of 30% of these items can be sublet to a qualified subcontractor, see section 1 (General Conditions), item A (Qualifications), item 3 and item C (Joint Ventures and Sub-Contracting). Contractor must demonstrate successful experience in placing at least 50,000 tons of surface mix using their own labor and equipment over the past 5 years, with at least 15,000 tons being on a single project. Subletting of the additional items (patching, milling, structure adjustment, crack filling, etc.) as well as actual paving work once the contractor has met or exceeded the quantities in the Schedule of Items (9.5mm mix Types II, and 12.5mm Gp 2 mix) shall be in accordance with Section 108.01 of the Standard Specifications of the Georgia Department of Transportation. 2. The contractor shall be required to give a minimum of 24 hours’ notice to Gwinnett County or its representative before proceeding with paving on any road. 3. The contractor shall be required to provide a work schedule every Thursday during the course of the resurfacing contract to Gwinnett County or its representative. This paving schedule shall outline the anticipated work activities planned for the following week and locations in which this work will take place. 4. Prior to beginning the patching work (or paving work if there is no patching), the Contractor shall install the appropriate post-mounted road construction signs on each non-residential road they are resurfacing. These signs will remain in place until approved for removal by the Engineer. 5. Control and testing of materials will be the contractor’s responsibility for all mix provided in accordance with sections 106, 400, 402, 820 and related special provisions of the Georgia Department of Transportation Standard Specifications. The cost of such testing shall be included in the unit price of the material being used, and no additional compensation will be made. 6. All driveways and intersections shall be tied-in with surface mix at the time of paving for a sufficient distance to provide a smooth transition from the new pavement to the existing surface. Unless approved by the Engineer, all intersections will be pulled back a minimum of a spreader length (12’). Speed humps shall be removed by the contractor as directed by the Engineer and signage provided by the county shall be posted prior to removal work begins. The tied-in area shall be cleaned and tacked prior to paving, and the material placed and compacted in such a manner to eliminate edge raveling. Gwinnett County will utilize its speed hump contractor to reinstall speed humps within 30 days of the completion of the topping. 7. The contractor shall furnish, install, maintain and remove all necessary traffic signs, barricades, lights, signals, cones and other traffic control devices, and all flagging and other means of traffic protection and guidance as required by the Standard Specifications of the Georgia Department of Transportation, (Included in Documents). Contractor will be required to install message boards on 20 Major roads as requested by the BL016-23 Page 7 engineer. Message boards should read Road Work to Begin on , Expect Delays, and be installed 3 days prior to the resurfacing process beginning. Such work shall be considered incidental to the overall contract, and no additional compensation will be made. The twenty (20) major roads that requires two (2) message boards to be posted on each road, one (1) located at the beginning and one (1) at the end of the street. Oakbrook Parkway South Berkeley Lake Road Spalding Drive Weaver Way Medlock Bridge Road Boggs Road Pleasantdale Road McDonough Drive Steve Reynolds Blvd Lilburn Stone Mtn Road North Norcross Tucker Road Dee Kennedy Road Plunketts Road Shadburn Ferry Road Pinehurst Road Ridgedale Drive Bennett Road Herring Road Harbins Road Drowning Creek Road 8. On roads without curb and gutter, where the contractor is directed by the Engineer not to perform the Shoulder Reconstruction pay item, the contractor shall be required to knock down any windrows created by the clipping operation. This work shall be done following resurfacing, at such time that the mix has sufficiently cured to prevent damage. Such work shall be incidental to the cost of the resurfacing work being performed and no additional payment shall be made. 9. The contractor will be required to re-establish the traffic pavement marking in accordance with the details in the special provisions. F. HYDRATED LIME Hydrated Lime must be included and be in accordance with Section 828.2 of the Georgia Department of Transportation Standard Specifications, Construction of Roads and Bridges, 2021 Edition. G. ROAD PATCHING 1. Road Patching, as described herein, shall apply to the removal and replacement of failed areas, as indicated by the Engineer, on roads scheduled for resurfacing. 2. The "Road Patching" work is intended to cover the removal and replacement of relatively small failed areas of pavement. Removal and replacement of a single section which is at a least full lane width and 59 feet in length will not be paid as patching, but instead, at the bid unit prices for "Mill asphaltic Concrete - Variable Depth" and for the particular asphalt mix being used. 3. The County will provide the Contractor with a list of roads for patching, and pre-mark the areas to be patched. 4. The Contractor will give the County and public a minimum of 24 hours’ notice before proceeding on patching a particular road and proper posting of such work associated with resurfacing is required for the public. 5. Milling cover up time is 30 days. The contractor must place the required topping mix for major roads listed in the Schedule or Items for each resurfacing section. Failure to reach cover up the milled and patched roads within 30 days will result in Liquidated Damages of $100.00 per calendar day per road until such work is completed. 6. The required procedures for patching Bituminous Asphaltic Concrete roads shall be as follows: a) Areas to be patched shall be milled using an approved milling machine. Contractor shall have available a 4 foot milling machine to maximize efficiency. b) Material shall normally be removed to a required depth of 3”. Where existing pavement thickness causes more than the required depth to be removed, the additional depth shall be inspected and approved by the Engineer prior to placing the asphalt. Less milling may be allowed, but must be approved by the Engineer prior to placing the asphalt. c) Where unsuitable material exists below the required depth, the contractor will notify the Engineer prior to placing asphalt so a decision can be made as to the method of dealing with the unsuitable material. When directed by the Engineer, the Contractor shall remove the unsuitable material and replace it with Graded Aggregate Base, which will then be leveled to the appropriate grade. BL016-23 Page 8 d) The base and edges around the patch shall be tack coated using approved material. e) Patch material, Bituminous Asphaltic Concrete, shall be compacted using approved equipment. Prior to starting any work, the County shall approve the job mix design. f) The existing pavement surface shall be cleaned to remove all loose patching related materials, upon completion of the day’s work, using suitable equipment. 7. The above patching operations shall be paid for as follows: Bituminous Asphaltic Concrete Roads: Will be paid at the Unit price bid for Asphalt Concrete Patching, 12.5mm, and shall cover all work required; including milling, removal and disposal of all existing material disturbed during the patching operation and any new loose material not incorporated into the patching on the same day; applying tack coat; placing and compacting new material and all required traffic control. 8. Gwinnett County reserves the right to perform any patching using in-house labor, as deemed practical. H. MANHOLE ADJUSTMENT & WATER VALVE BOX ADJUSTMENT 1. All work shall be performed in accordance with the Georgia Department of Transportation Standard Specifications, Section 611. 2. The following procedure shall be used in the adjustment of the structures: a) It shall be the Contractor's responsibility to note and mark the location of each water valve box and manhole covers on the streets to be resurfaced, prior to the resurfacing work then locate and adjust each of these after resurfacing. b) Structures, both manholes and water valves, shall be adjusted within 30 days after the road is resurfaced. Failure to do so will result in the assessment of Liquidated Damages in the amount of twenty-five dollars ($25.00) per calendar day per structure for every day beyond this 30-day requirement. c) The existing pavement will be removed a minimum of 9" outside the most exterior points of the structures. d) Structures will be adjusted to pavement grade using bricks, shims or other non-organic material. e) Concrete having a minimum compressive strength of 3000 p.s.i. at 28 days shall be placed around the adjusted structure, consolidated to fill the voids, and finished to pavement grade. Care should be taken to prevent concrete from falling into manholes, with any such material being removed by the contractor as soon as possible. f) Concrete shall be protected from traffic for a minimum of 3 days with steel plates, or other measures as approved by the Engineer. g) The unit prices bid for Manhole Adjustment and Water Valve Box Adjustment will be for all work performed, including excavation and disposal of existing material, adjustment of structure, traffic control, and protection of the concrete. h) The Contractor will give the County a minimum of 24 hours’ notice as to the locations to be adjusted to allow for inspection scheduling. i) Gwinnett County reserves the right to adjust any structures using in-house labor as deemed practicable. j) In the event an existing casting or structure is found to be structurally deficient, it shall be reported to the engineer for evaluation. I. ASPHALTIC CONCRETE PAVEMENT EDGE • This work shall consist of constructing a pavement edge treatment as per Georgia Department of Transportation Construction Detail number P-7. BL016-23 Page 9 • Any additional labor or equipment necessary to place this pavement edge shall be considered incidental to the resurfacing operation, and no additional compensation will be made with the exception of the extra asphalt material being paid for at the bid unit price for the particular material being used. J. SHOULDER RECONSTRUCTION A. In general, the Shoulder Reconstruction work described herein shall be performed by the Contractor on every non-residential road they resurface, where curb and gutter is not present; unless otherwise directed in writing by the Engineer. This work shall consist of preparation, construction, grading, hydro seeding and maintaining grass shoulders adjacent to the pavement edge, on those particular roads designated in this contract. Unless specified otherwise within these special provisions, all work shall be in accordance with the Georgia Department of Transportation Standard Specifications. B. On roads designated for Shoulder Reconstruction, the Contractor shall erect "Low Shoulder" signs at the time the resurfacing operation begins. These signs shall be mounted on posts, and shall remain in place until release is authorized by the Engineer. C. The required procedures for Shoulder Reconstruction shall be as follows: a) After asphalt has sufficiently cured to prevent damage, but not to exceed 15 working days, the contractor shall re-grade the entire shoulder area along the road to dress the edge of the pavement. The contractor shall then place "Select Material-Class I or II" (Sec. 209.2.C.) in sufficient quantity to meet the lines and grades specified herein. Contractor will be required to provide this material, from off-site and haul it to the job site with all associated costs included in the bid unit price for "Shoulder Reconstruction". Failure to reach the milestone in the time listed above will result in Liquidated Damages of $100 per calendar day per road until such work is completed. b) The materials shall then be thoroughly incorporated into the existing shoulder to a depth of at least 6", and then mixed until the materials are uniform and homogenous throughout. Any material, which could interfere with mixing, planting and maintaining will be considered unsuitable and must be removed by the Contractor. c) Contractor shall then use the material to construct a shoulder which is level with the new pavement for a distance of at least two feet from the edge of pavement, and then tapered down to the existing ground line at a slope no steeper than 2:1. All work will be done within the County's right-of-way, and the distance from the edge of pavement to the new toe of slope will not exceed fifteen feet. d) The Contractor will be responsible for the relocation of any mailboxes except permanent structures such as brick which are affected by the reconstruction work, and for saw cutting and removing affected portions of asphalt and concrete driveways. However, the Contractor will not be responsible for removing or relocating any drainage structures, or for replacing any sections of concrete driveways with concrete. BL016-23 Page 10 e) Contractor shall then roll the constructed shoulders and slope using approved equipment, with an effort sufficient to provide stabilization while allowing penetration and growth of the hydro seeding. f) The entire area will then be raked either by hand or a mechanical rake, and all loose asphalt, as well as any material, which cannot be re-worked into the slopes, will be picked up and hauled off by the contractor. Contractor shall remove all shoulder dirt, which was placed on driveways. g) All constructed areas shall then be hydro seeded with seed, fertilizer and wood fiber mulch, in accordance with Section 700; and maintained by the Contractor until sufficient permanent growth cover is established, including regrading and reseeding, if necessary, at no additional cost to Gwinnett County. In particular areas subject to high volumes of water runoff, the contractor will, when directed by the engineer, install erosion control netting, to help establish vegetation. Cost of this material and its installation shall be incidental to shoulder reconstruction, with no additional compensation paid. NOTE: If the timing of the shoulder reconstruction and seeding operation is such that it is not the proper season to plant permanent grass, the contractor shall plant temporary annual rye grass to obtain stability. The affected area must then be sown with permanent material, as required, as soon as possible during the next growing season at no additional cost to Gwinnett County. D. In addition to the above shoulder construction where there is no curb and gutter and mailboxes are set back sufficiently to allow construction, asphaltic concrete Mailbox Turnouts shall be constructed to the dimensions and specifications shown on the Mailbox Turnout details. Grading and preparation of mailbox turnout areas will be considered incidental to the overall contract, and no additional compensation will be made for this work. E. On roads where existing asphalt is widened to allow a 2-foot paved shoulder, in addition to the shoulder reconstruction specified herein, the preparatory work required for the paving operation will be considered incidental to Shoulder Reconstruction. F. All above work will be paid for as Shoulder Reconstruction-Per Shoulder Mile, and shall include, but not be limited to: all labor, materials and equipment required for preparation and dressing of all areas, removing and resetting affected mailboxes, the saw cutting, removal and disposal of affected driveway areas, hauling additional or excess material, grading and rolling shoulders, hydro seeding, erosion control, required traffic control and necessary maintenance to insure sufficient grass cover. This pay item will be measured in linear miles per side of road. This includes earth medians. NOTE: Asphalt Concrete materials used in construction of paved shoulders and mailbox turnouts will be paid for at the bid unit price per ton for the particular material type used. G. Gwinnett County reserves the right to reconstruct any shoulders using in-house labor as deemed practical. BL016-23 Page 11 GENERAL NOTES 1. Area involved will be graded and compacted to a depth of 2”. 2. 2” asphaltic concrete 9.5mm will be placed and rolled. 3. Turnout will extend to within one foot of the mailbox structure, up to a maximum of three feet wide from the edge of pavement. 4. Turnout will be tapered out on a 3:1 and back to roadway on a 2:1 to allow adequate transition. 5. Any excess material will be picked up and hauled away. 6. Preparation and grading work will be considered incidental to the overall contract, and no additional compensation will be made. All asphalt work will be paid the contract price for 9.5mm per ton. K. MILL ASPHALTIC CONCRETE PAVEMENT 1. This work shall consist of Milling and removing existing asphaltic concrete pavement prior to resurfacing, at locations designated by the Engineer, primarily to minimize material build-up above existing curb and gutter. 2. All work shall be performed in accordance with the Georgia Department of Transportation Standard Specifications, Section 432, with the exception of the required lighting system for night work, and other exceptions noted herein. 3. The County will provide the contractor with a list of roads to mill, and will pre-mark the areas of removal. 4. The Contractor will give the County and public a minimum of 24 hours’ notice before proceeding on patching a particular road and proper posting of such work associated with resurfacing is required for the public. 5. Areas to be milled will be specified by the Engineer but generally 4-6 feet in width, between 1 1/2" and 3” in depth with variable lengths. If the contractor is required by the Engineer to make two milling passes on a specific road, in order to facilitate smooth traffic flow, total payment will be based on 1.5 times the number of square yards in a single pass. However, no additional payment will be made on roads where the contractor chooses to make two or more passes for equipment, productivity or other reasons. BL016-23 Page 12 6. The removal and disposal of the milled material will be the responsibility of the contractor and done to the satisfaction of the engineer and his time allowances. 7. The contractor shall prepare and pave the milled areas with the specified mix, as directed by the Engineer. Paving of these milled areas shall occur at the discretion of the Engineer. The contractor shall erect and maintain signs warning of uneven pavement, for the period of time between the milling and paving operations. If resurfacing is not required after milling, County forces will install all signage. 8. The above milling work shall be paid for by the square yard of Mill Asphaltic Concrete Pavement--Variable Depth, and shall include all milling, disposal and required traffic control. 9. The cleaning, tacking and paving of the milled area prior to resurfacing will be paid for at the bid unit price per ton for the particular type of asphalt used. L. ASPHALT-RUBBER CRACK FILL 1. This work shall consist of cleaning and filling cracks in existing asphaltic concrete pavement with rubber asphalt in advance of resurfacing, at locations designated by the Engineer. 2. All work shall be performed in accordance with the Georgia Department of Transportation Standard Specifications-Section 407 for type M crack filling. 3. The County will provide the contractor with a list of roads to crack fill, and pre-mark the areas to be worked. Minimum payment length, of any particular section will be 0.1 mile, unless it is abuts an existing roadway where crack filling is being placed. On multi-lane roads crack filling will be paid 2 X for four-lane roads and 2.5X for five-lane roads based on the quoted cost for two-lane roads. Crack filling cover up time is 60 days. Payment shall include cleaning and filling of the cracks, as well as required traffic control and other items incidental to the crack-filling operation. 4. The contractor will give the County a minimum of 24 hours’ notice before proceeding on crack filling a particular road. 5. This process is intended for use on roadways in advance of overlay but after milling and patching work is complete, on cracks at least 1/4" in width. It is estimated that there is approximately 20,000 linear feet of cracking to be filled per mile of roadway (2,000 lin. ft. per 0.1 mile). 6. If necessary to prevent the Asphalt-Rubber Fill from being picked up; clean, dry sand shall be spread by hand or mechanically over the filled areas. Sand shall only be applied to those areas that are tacky, and the amount shall be the least needed to prevent picking up. No extra payment for this work or material will be made. M. HOT MIX RECYCLED ASPHALTIC CONCRETE 1. All work shall be performed in accordance with the Georgia Department of Transportation Standard Specifications-Section 402 and 820 except where otherwise noted herein: a) References to "The Department" shall be taken to mean Gwinnett County or its authorized representative. b) References to "The Laboratory" shall be taken to mean either the Georgia Department of Transportation's Materials Lab, or a private testing consultant firm approved by Gwinnett County. c) It shall be the responsibility of the Contractor to determine the actual composition of the RAP and or GTR material and to fabricate from that the final asphaltic concrete design(s) and grade of asphalt cement necessary to meet the performance requirements of these Specifications. The contractor shall be responsible for performing daily testing on plant produced asphalt mixes as described in the 2021 Edition of the Georgia Department of Transportation Standard Specifications section 400.3.06. The contractor shall fax these results to inspecting contractor designated by Gwinnett County by noon of the day following production. Any deficiencies in the material characteristics or performance will be corrected by the Contractor, as provided for in the Specifications, at no additional cost to the County. BL016-23 Page 13 d) References to "The Plans" shall be taken to mean the contents of the contract and bid documents, or authorized written supplements to these documents. e) The County will not provide a stockpile of RAP material for the contractor to draw. If RAP material removed from County roads is insufficient or out of tolerance, the contractor shall provide materials. (NOTE: See paragraph in the General Construction Guidelines Section of the Special Provisions, regarding the County's right to reclaim material). f) The work performed and materials furnished, as prescribed by these specifications, will be paid for at Contract Unit Price per ton for the type of mix being placed. This payment shall be full compensation for providing all materials, hauling and necessary crushing, processing, placing, rolling, and finishing of the recycled mixture, and labor, tools, equipment, and incidentals necessary to complete the work, including hauling and stockpiling of any surplus RAP material. Any milling of existing asphaltic concrete pavements required by the County, prior to placement of the RAP material, will be performed as per the Specifications for Mill Asphaltic Concrete Pavement, and paid for at the unit price for that item. N. DEBRIS CLEAN UP (new) Once the contractor has been notified to clean up debris associated from patching, milling, resurfacing, or shoulder reconstruction this will be completed within five (5) working days and approved by the Engineer. If not completed within that time and the County has this done by in house forces or others the cost will be deducted from payment to the contractor. If done by an outside contractor a copy of the invoice will be provided to the resurfacing contractor. If done by in house forces a flat rate of $250 per hour will be accessed. O. Pavement Markings 1. This work shall consist of the re-establishment of the existing roadway pavement markings upon completion of the streets resurfacing at locations designated by the engineer. 2. All work shall be performed in accordance with the Georgia Department of Transportation Standard Specification section 652 except measurement and payment. 3. The Contractor shall notify the County a minimum of 24 hours before proceeding with the pavement marking work. 4. The Contractor shall place the pavement marking upon completion of the streets resurfacing and in no case later than 3 days afterward. Interim markings consisting of temporary tape will be required if not striped by the end of the working day and shall be removed prior to placement of the paint pavement markings. No pay item will be established for temporary tape. Failure to reach the milestone in the time listed above will result in Liquidated Damages of $100 per calendar day per road until such work is completed. 5. Pavement marking is required for those streets that have existing roadway markings, replacing only the “long line” markings consisting of centerlines, edge lines and skip lane lines. “Short line” pavement marking will be reestablished by others with the exception of stop bars. a) Pavement marking work shall follow the existing pavement marking configuration unless directed otherwise by the engineer. There will be locations where pavement marking plans will be provided by the engineer. b) Re-establish existing stop bars at all resurfaced intersections and side roads with tape. 6. All the above work will be paid for as PAINT PAVEMENT MARKINGS – per lane mile, and shall include but not be limited to; all labor, materials, equipment and traffic control required for the preparation and installation of the required markings. The overall length shall include both white and yellow products not as separate lengths but as one overall lane mile length of resurfaced pavement. BL016-23 Page 14 7. Gwinnett County reserves the right to install any pavement marking using in-house labor or contractor as deemed practical. 8. Any high build paint work shall follow the current standard specifications section 652, specifically high build standard application guidelines. P. TEMPORARY SPLOST SIGNS 1. The contractor will be required to place these on all residential streets to be resurfaced using a temporary stand. They shall be placed the day prior to resurfacing and remain in place for a minimum of two (2) days after completion. The contractor will be responsible for providing the stands, and Gwinnett County will supply the signs to the contractor once the Notice to Proceed has been issued for the contract. 2. Contractor will be responsible for keeping the signs in good condition. If the County has to continually replace the signs, a fee will be charged to the contractor for replacement. Q. TEMPORARY SPEED HUMP REMOVAL SIGNS 3. The contractor will be required to place these on all residential streets to be resurfaced that currently have speed tables present using either a temporary stand or mounting to an existing speed hump sign post. They shall be placed the day prior to resurfacing and remain in place for a minimum of five (5) days after completion. The contractor will be responsible for providing the stands, and Gwinnett County will supply the signs to the contractor once the Notice to Proceed has been issued for the contract. 4. Contractor will be responsible for keeping the signs in good condition. If the County has to continually replace the signs, a fee will be charged to the contractor for replacement. BL016-23 Page 15 MAJOR CONSTRUCTION INSURANCE REQUIREMENTS 1. Statutory Workers' Compensation Insurance (a) Employers Liability:  Bodily Injury by Accident - $100,000 each accident  Bodily Injury by Disease - $500,000 policy limit  Bodily Injury by Disease - $100,000 each employee 2. Commercial General Liability Insurance (a) $1,000,000 limit of liability per occurrence for bodily injury and property damage (b) Separate Owner's and Contractor's Protective policy with Gwinnett County Board of Commissioners (and any applicable authority) as Named Insured (c) The following additional coverages must apply:  1986 (or later) ISO Commercial General Liability Form  Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04)  Additional Insured Endorsement (Form B CG 20 10 with a modification for completed operations or a separate endorsement covering Completed Operations)  Blanket Contractual Liability  Broad Form Property Damage  Severability of Interest  Underground, explosion, and collapse coverage  Personal Injury (deleting both contractual and employee exclusions)  Incidental Medical Malpractice  Hostile Fire Pollution Wording 3. Auto Liability Insurance (a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability 4. Umbrella Liability Insurance - Minimum $1,000,000 limit of liability (Higher limit may be required depending on the extent of contract) (a) The following additional coverages must apply  Additional Insured Endorsement  Concurrency of Effective Dates with Primary  Blanket Contractual Liability  Drop Down Feature  Care, Custody, and Control - Follow Form Primary  Aggregates: Apply Where Applicable in Primary  Umbrella Policy must be as broad as the primary policy 5. Builder's Risk Insurance or Installation Floater Insurance required on all new structures, bridges, overpasses, culverts and railroad crossings - limit at least as broad as contract amount 6. Gwinnett County Board of Commissioners (and any applicable Authority) should be shown as an additional insured on General Liability, Auto Liability and Umbrella Liability policies. 7. The cancellation provision should provide 30 days notice of cancellation. 8. Certificate Holder should read: Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30046-6935 9. Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-6 or higher. Certain Workers' Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and domestic surplus lines markets that operate on a non- BL016-23 Page 16 admitted basis are exempt from this requirement provided that the contractor’s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best’s rating of A-6 or better. 10. Insurance Company should be licensed to do business by the Georgia Department of Insurance. 11. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and project/bid number. 12. The Contractor shall agree to provide complete certified copies of current insurance policy (ies) or a certified letter from the insurance company (ies) if requested by the County to verify the compliance with these insurance requirements. 13. All insurance coverages required to be provided by the Contractor will be primary over any insurance program carried by the County. 14. Contractor shall incorporate a copy of the insurance requirements as herein provided in each and every subcontract with each and every Subcontractor in any tier, and shall require each and every Subcontractor of any tier to comply with all such requirements. Contractor agrees that if for any reason Subcontractor fails to procure and maintain insurance as required, all such required Insurance shall be procured and maintained by Contractor at Contractor's expense. 15. No Contractor or Subcontractor shall commence any work of any kind under this Contract until all insurance requirements contained in this Contract have been complied with and until evidence of such compliance satisfactory to Gwinnett County as to form and content has been filed with Gwinnett County. The Acord Certificate of Insurance or a preapproved substitute is the required form in all cases where reference is made to a Certificate of Insurance or an approved substitute. 16. The Contractor shall agree to waive all rights of subrogation against the County, the Board of Commissioners, its officers, officials, employees, and volunteers from losses arising from work performed by the contractor for the county. 17. Special Form Contractors’ Equipment and Contents Insurance covering owned, used, and leased equipment, tools, supplies, and contents required to perform the services called for in the Contract. The coverage must be on a replacement cost basis. The County will be included as a Loss Payee in this coverage for County owned equipment, tools, supplies, and contents. 18. The Contractor shall make available to the County, through its records or records of their insurer, information regarding a specific claim related to any County project. Any loss run information available from the contractor or their insurer relating to a County project will be made available to the county upon their request. 19. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not relieve the Contractor and all Subcontractors of their liability provisions of the Contract. 20. The Contractor and all Subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-956, and any other laws that may apply to this Contract. 21. The Contractor shall at a minimum apply risk management practices accepted by the contractors’ industry. Surety Bonds (If Required) All of the surety requirements will stay the same except the Surety Company must have the same rating as item 9 above. Rev 06/11 BL016-23 Page 17 February 01, 2017 Revised October 22, 2018 Revised December 7, 2020 DEPARTMENT OF TRANSPORTATION GWINNETT COUNTY SPECIAL PROVISION Section 150—Traffic Control 150.1 General Description This section, as supplemented by the Plans, Specifications, and Manual on Uniform Traffic Control Devices (MUTCD) shall be considered the Temporary Traffic Control (TTC) Plan in accordance with Work Zone Safety and Mobility Policy. Activities shall consist of furnishing, installing, maintaining, and removing necessary traffic signs, pedestrian signs, barricades, lights, signals, cones, pavement markings and other traffic control devices and shall include flagging and other means for guidance and protection of vehicular and pedestrian traffic through the Work Zone. This Work shall include both maintaining existing devices and installing additional devices as necessary in construction work zones. The contractor shall be responsible for the maintenance of traffic signals and Advanced Traffic Management system (ATMs) devices from the time that the system is modified until final acceptance. The maintenance of traffic signals and ATMs devices that are not a part of the work and that are not in conflict with any portion of the work shall not be the responsibility of the contractor. However, the contractor is still responsible for damages to all devices that he or his subcontractors cause, in accordance with Section 107 and other specifications. When any provisions of this Specification or the Plans do not meet the minimum requirements of the MUTCD, the MUTCD shall control. The 2009 Edition of the MUTCD including revisions shall be in effect for the duration of the project. All traffic control devices used during the construction of the project shall meet the standards utilized in the MUTCD, and shall comply with the requirements of these Specifications, Georgia Construction Standards and Details, Project Plans, Design Manuals, and Special Provisions. The needs and control of all road users (motorists, bicyclists and pedestrians within the highway right-of-way and easements, including persons with disabilities in accordance with the Americans with Disabilities Act of 1990 (ADA), Title II, Paragraph 35.130) through a Temporary Traffic Control (TTC) zone shall be an essential part of highway construction, utility work, maintenance operations and management of traffic incidents. Utilities included in the contract are bounded by Special Provision 150 and shall follow its requirements. For utilities not included in the contract but working within the project limits, they shall, at a minimum follow the MUTCD. Moreover, in accordance with Utility Accommodation Policy and Standards Manual dated 2016, the Engineer reserves the right to require additional certified flaggers, signs, warning lights, channelization devices, and other safety devices as may be necessary to properly protect, warn, and safeguard the traveling public. In addition, the Department reserves the right to place time restrictions or moratoriums on all utility work covered under a permit when, in the opinion of the Department, the continuance of the Work would seriously hinder traffic flow, be needlessly disruptive, or would unnecessarily inconvenience the traveling public. In case of emergencies, Utilities shall be provided access in accordance with Utility Accommodation Policy and Standard Manual. http://www.dot.ga.gov/PartnerSmart/Training/Documents/WZS/WorkZoneSafety/images/WorkZoneSafetyandMobilityPolicyRevwiithsubpartK.DOCX http://www.dot.ga.gov/PartnerSmart/Training/Documents/WZS/WorkZoneSafety/images/WorkZoneSafetyandMobilityPolicyRevwiithsubpartK.DOCX http://www.dot.ga.gov/PartnerSmart/Business/Source/specs/DOT2013.pdf http://mutcd.fhwa.dot.gov/ http://www.dot.ga.gov/PartnerSmart/utilities/Documents/2016_UAM.pdf BL016-23 Page 20 150.1.01 Definitions For Special Provision 150, the definitions for “shall”, “should”, and “may” will be in accordance with MUTCD (1A.13). Shall (Standard) - a statement of required, mandatory, or specifically prohibitive practice regarding a traffic control device. Should (Guidance) - a statement of recommended, but not mandatory, practice in typical situations, with deviations allowed if engineering judgment or engineering study indicates the deviation to be appropriate. May (Option) - a statement of practice that is a permissive condition and carries no requirement or recommendation. 150.1.02 Content 150.1 General Description 150.1.01 Definitions 150.1.02 Content 150.1.03 Related References A. Standard Specification B. Reference Documents 150.1.04 Submittals/Preconstruction A. Worksite Traffic Control Supervisor B. Sequence of Operations C. Pedestrian Considerations 1. Pedestrian Signage 2. Temporary Pedestrian Facilities 150.2 Materials and Traffic Control Devices 150.2.01 Traffic Control Devices A. NCHRP 350 and MASH B. Approval C. Quality Guidelines for All Temporary Traffic Devices 150.2.02 Reflectorization Requirements A. Signs B. Channelization Devices http://mutcd.fhwa.dot.gov/pdfs/2009r1r2/mutcd2009r1part1.pdf http://mutcd.fhwa.dot.gov/pdfs/2009r1r2/mutcd2009r1part1.pdf BL016-23 Page 21 150.2.03 Arrow Panels 150.2.04 Channelization Devices A. General B. Drums 1. Design 2. Application 3. Longitudinal Channelization 4. Removal C. Vertical Panels 1. Design 2. Application D. Cones 1. Design 2. Applications E. Barricades 1. Design 2. Application F. Warning Lights 1. Design 2. Application 150.2.05 Flashing Beacon 150.2.06 Guardrail 150.2.07 Interim Signs A. Posts B. Sign Blanks and Panels 150.2.08 Pavement Markings A. All Traffic Striping for Forty-Five (45) Days or Less (≤45 Days) B. All Temporary Striping Beyond Forty-Five (45) days (>45 Days) C. All Temporary Traffic Striping on Final Surface 150.2.09 Portable Changeable Message Signs 150.2.10 Portable Impact Attenuators BL016-23 Page 22 150.2.11 Portable Temporary Traffic Control Signals 150.2.12 Raised Pavement Markers 150.2.13 Rumble Strips 150.2.14 Temporary Barriers A. Design B. Application 150.2.15 Temporary Guardrail Anchorage- Type 12 150.2.16 Temporary Traffic Signal 150.3 Construction Requirements 150.3.01 General A. Implementation Requirements B. Maintenance of Traffic Control Devices C. Traffic Interruption Restrictions D. Work Zone Restrictions 1. Interstate 2. Non-Interstate Divided Highways 3. Non-Divided Highways E. Work Zone Geometric Restrictions F. Clear Zone G. Milled Surface Restrictions H. Construction Vehicle I. Environmental Impacts J. Existing Street Lights K. Nighttime Work Lighting L. Removal/Reinstallation of Miscellaneous Items 150.3.02 Personnel – Worker Safety Apparel 150.3.03 Signage – General A. Signing Requirements of the Temporary Traffic Control (TTC) Plan B. Conflicting or Non-Applicable Signs C. Removal of Existing Signs and Supports D. Interim Guide, Warning and Regulatory Signs E. Existing Special Guide Signs 1. Special Guide Signs 2. Interim Special Guide Signs 3. Interim Overhead Guide Sign Structures 4. Permanent Special Guide Signs F. Stop Sign Regulated Intersections BL016-23 Page 23 G. Low Shoulder Signage 1. Low Shoulder for Construction/Reconstruction/Resurfacing Projects 2. Shoulder Drop-Off for Construction/Reconstruction/Resurfacing Project H. Bump Signage I. Sign Visibility 150.3.04 Advance Warning Signs A. Project Signs - All Type of Highways 1. State Routes 2. Interstate, Limited Access and Multilane Divided Highways 3. Ramp Work on Limited Access Highways B. Highway Work Zone 1. No Reduction in the Existing Posted Speed Limit in Highway Work Zone 2. Reducing the Speed Limit in a Highway Work Zone 3, Variable Speed Limit Zones C. Installation/Removal of Work Area Signage 150.3.05 Shoulder/Lane Closure A. Approval/Restrictions 1. Closure Length 2. Duration B. Shoulder Closure C. Lane Closure 1. Advance Warning Signs 2. Transition Area – Taper 3. Activity Area 4. Termination Area D. Removal of Lane Closures E. Exit and Entrance Ramps 150.3.06 Traffic Pacing Method A. Pacing Of Traffic B. Methods of Signing For Traffic Pacing 150.3.07 Flagging Operation A. Flaggers B. Flagger Certification C. Flagger Appearance and Equipment D. Flagger Warning Signs E. Pilot Vehicle Requirements F. Automated Flagger Assistance Devices G. Portable Temporary Traffic Control Signals BL016-23 Page 24 150.3.08 Traffic Signals A. Responsibility/Cost B. Law Enforcement Officer Requirement C. Variable Message Board Requirement 150.3.09 Mobile Operations 150.3.10 Pavement Markings A. General 1. Resurfacing Projects 2. Widening and Reconstruction Projects 3. New Location Construction Projects B. Installation and Removal of Pavement Markings 1. Installation 2. Removal 3. Intermediate Surface 4. Final Surface 5. Pay Factor Reduction for Asphaltic Concrete Final Surfaces 6. Preparation and Planning for Traffic Shifts C. Raised Pavement Markers 1. Supplementing Lane Lines 2. Supplementing Ramp Gore Lines 3. Other Lines D. Exceptions for Interim Markings 1. Two-Lane, Two-Way Roadway 2. Multi-Lane Highway – with No Paved Shoulder(s) or Paved Shoulder(s) Four Feet or Less (≤ 4’) 3. Limited Access Roadways and Roadways with Paved Shoulder Greater than Four Feet (>4’) 4. Ramps for Multi-land Divided Highways 5. Miscellaneous Pavement Markings 150.3.11 Differences in Elevation between Travel Lanes and Shoulders A. Differences in Elevations 1. Difference of Two Inches (≤ 2”) or Less Between Adjacent Travel Lanes 2. Difference of Two Inches (≤ 2”) or Less Between Adjacent Travel Lane and Paved Shoulder Should 3. Difference of Greater Than Two Inches (>2”) is Permitted for Continuous Operations 4. Difference of Greater Than Two Inches (>2”) Between Travel Lanes and/or Shoulders for Non-Continuous Operations B. Healed Section C. Emergency Situations D. Plating E. Asphaltic Concrete Resurfacing Projects BL016-23 Page 25 1. Shoulder Construction Included as a Part of the Contract 2 Shoulder Construction Not Included as a Part of the Contract 150.3.12 Work Zone Law Enforcement 150.4 Measurement 150.4.01 Traffic Control Items A. Traffic Control B. Changeable Message Sign, Portable C. Flashing Beacon Assembly D. Pavement Markings E. Portable Impact Attenuators F. Signs 1. Interim Ground Mounted or Interim Overhead Special Guide Signs 2. Remove And Reset Existing Special Guide Signs, Ground Mount or Overhead 3. Modify Special Guide Signs, Ground Mount or Overhead G. Temporary Audible Information Device H. Temporary Barrier I. Temporary Curb Cut Wheelchair Ramps J. Temporary Guardrail Anchorage, Type 12 K. Temporary Walkways with Detectable Edging L. Traffic Signal Installation - Temporary M. Work Zone Law Enforcement 150.5 Reserved 150.6 Special Conditions 150.7 Payment 150.7.01 Enforcement and Adjustments BL016-23 Page 26 150.1.03 Related References A. Standard Specifications Section 104 - Scope of Work Section 105 - Control of Work - Legal Regulations and Responsibility to the Public Section 107 - Legal Regulations and Responsibly to the Public Section 108 - Prosecution and Progress Section 209 - Subgrade Construction Section 400 - Hot Mix Asphaltic Concrete Construction Section 441 - Miscellaneous Concrete Section 429 - Rumble Strips Section 620 - Temporary Barrier Section 632 - Portable Changeable Message Signs Section 641 - Guardrail Section 647 - Traffic Signal Installation Section 648 - Traffic Impact Attenuator Section 652 - Painting Traffic Stripe Section 653 - Thermoplastic Traffic Stripe Section 654 - Raised Pavement Markers Section 656 - Removal of Pavement Markings Section 657 - Preformed Plastic Pavement Markings Section 658 - Standard and Wet Weather Polyurea Traffic Stripe Section 659 - Hot Applied Preformed Plastic Pavement Markings Section 911 - Sign Posts Section 912 - Sign Blanks and Panels Section 913 - Reflectorizing Materials http://www.dot.ga.gov/PartnerSmart/Business/Source/specs/DOT2013.pdf BL016-23 Page 27 B. Referenced Documents ASTM D4956-13 (Retro-reflectivity) American Traffic Safety Services Association (ATSSA) Construction Detail A-3 Curb Cut (Wheelchair) Ramps Concrete Sidewalk Details Construction Detail A-4 Detectable Warning Surface Truncated Dome Size, Spacing and Alignment Requirements Construction Detail T-3A (Type 7, 8, and 9 Square Tube Post Installation Detail) GDOT Signing and Marking Design Guidelines Georgia Standard 4000W “Lengths of Advancement, Clear Zone Distances, Fill Height Embankment” Georgia Standard 4960 “Temporary Barrier (End Treatment Options)” Georgia Standard 9102 “Traffic Control Detail for Lane Closure on Two-Lane Highway” Georgia Standard 9106 “Traffic Control Detail for Lane Closure on Multi-Lane Divided Highway” Georgia Standard 9107 “Traffic Control Detail for Lane Closure on Multi-Lane Undivided Highway” Georgia Standard 9121 “Tapers, Signs, and Markings for Passing Lanes” Manual for Assessing Safety Hardware (MASH) Manual on Uniform Traffic Control Devices (MUTCD) National Cooperative Highway Research Program (NCHRP) 350 National Safety Council Quality Product List #29 (QPL-29) Reflective Sheeting Quality Product List #34 (QPL-34) Work Zone Traffic Control Devices (Drums, Type III Barricades, Vertical Panels, and Portable Sign Systems) Quality Product List #35 (QPL-35) Drive Type Galvanized Steel Sign Posts Quality Product List #46 (QPL-46) Traffic Pavement Markings Quality Product List #64 (QPL-64) Attenuator Units (Compression Crash Cushion) and Guardrail End Treatments Quality Product List #76 (QPL-76) Raised Pavement Markers and Channel Markers Quality Product List #79 (QPL -79) Portable Arrow Boards Quality Product List #82 (QPL -82) “Portable Changeable Message Signs” Utility Accommodation Policy and Standards Manual Work Zone Safety and Mobility Policy http://safety.fhwa.dot.gov/roadway_dept/night_visib/sign_visib/sheetguide/ http://www.atssa.com/ http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/A-3_A-3.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/A-4.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/T03a.pdf http://www.dot.ga.gov/PartnerSmart/DesignManuals/smguide/GDOT%20SIGNING%20AND%20MARKING%20DESIGN%20GUIDELINES.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/4000W_4000w.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/4960.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/9102.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/9106.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/9107.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/9121.pdf http://mutcd.fhwa.dot.gov/ http://mutcd.fhwa.dot.gov/ http://www.nsc.org/pages/home.aspx http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl29.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl34.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl34.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl35.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl46.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl64.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl76.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl79.pdf http://www.dot.ga.gov/PartnerSmart/Materials/Documents/qpl82.pdf http://www.dot.ga.gov/PartnerSmart/utilities/Documents/2016_UAM.pdf http://www.dot.ga.gov/PartnerSmart/Training/Documents/WZS/WorkZoneSafety/images/WorkZoneSafetyandMobilityPolicyRevwiithsubpartK.DOCX BL016-23 Page 28 150.1.04 Submittals/Preconstruction A. Worksite Traffic Control Supervisor The Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor (WTCS). The WTCS shall be responsible for selecting, installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Special Provisions and the MUTCD. The WTCS shall be currently certified by the American Traffic Safety Services Association (ATSSA) Work Site Traffic Supervisor Certification program or the National Safety Council Certification program. On-line classes will not be accepted. The WTCS shall be available on a twenty-four (24) hour basis to perform his duties. If the work requires traffic control activities to be performed during the daylight and nighttime hours, it may be necessary for the Contractor to designate an alternate WTCS. An alternate WTCS must meet the same requirements and qualifications as the primary WTCS and be accepted by the Engineer prior to beginning any traffic control duties. The Worksite Traffic Control Supervisor’s traffic control responsibilities shall have priority over all other assigned duties. As the representative of the Contractor, the WTCS shall have full authority to act on behalf of the Contractor in administering the TTC Plan. The WTCS shall have appropriate training in safe traffic control practices in accordance with Part 6 of the MUTCD. In addition to the WTCS, all other individuals making decisions regarding traffic control shall meet the training requirements of the Part 6 of the MUTCD. The Worksite Traffic Control Supervisor (WTCS) shall have a copy of Part 6 of the MUTCD and the Contract on the job site. Copies of the current MUTCD may be obtained from the FHWA web page at http://mutcd.fhwa.dot.gov. The WTCS shall supervise the initial installation of traffic control devices. The Engineer, prior to the beginning of construction, will review the initial installation. Modifications to traffic control devices as required by sequence of operations or staged construction shall be reviewed by the WTCS. Any work performed on the interstate or limited access highway right-of-way that requires traffic control shall be supervised by a submitted/approved certified Worksite Traffic Control Supervisor. No work requiring traffic control shall be performed unless the certified WTCS is on the worksite. Failure to maintain a Certified Worksite Traffic Control Supervisor on the work will be considered as non-performance under Subsection 150.7.01. The WTCS or alternate WTCS shall be available on a full-time basis to maintain traffic control devices with access to all personnel, materials, and equipment necessary to respond effectively to an emergency situation within forty-five (45) minutes of notification of the emergency. The WTCS shall regularly perform inspections to ensure that traffic control is maintained. Unless modified by the special conditions or by the Engineer, routine deficiencies shall be corrected within a twenty-four (24) hour period. Failure to comply with these provisions shall be grounds for dismissal from the duties of WTCS and/or removal of the WTCS from the project. Failure of the WTCS to execute their duties shall be considered as non- performance under Subsection 150.7.01. The designated Contractor's representative charged with the responsibility for traffic control on this project will review the project at least twice a week after dark, but prior to midnight to ensure that all traffic control devices have been installed and maintained properly and is adequate to provide the necessary protection to the traffic in addition to the normal daily maintenance. The Traffic Control Inspection Report, (TC-1) for the after dark reviews will be submitted outlining the findings and recommended corrections including the specified time frame for accomplishing this work. The written reports are to be submitted weekly every Monday (for the previous week) to: Atlas Technical Consultants, LLC. 2450 Commerce Avenue, Suite 100 Duluth, Georgia 30096 Attention: Mr. Hank Collins http://www.atssa.com/ http://www.atssa.com/ http://mutcd.fhwa.dot.gov/ BL016-23 Page 29 TRAFFIC CONTROL INSPECTION REPORT (TC-1) Project No.: County: Contractor: Date: Daytime: Nighttime: PURPOSE: To provide adequate warning, delineation, and channelization to assist in guiding road users in advance of and through the work zone by utilizing proper pavement markings, signs, and other MUTCD compliant devices. RESPONSIBILITY: The Worksite Traffic Control Supervisor (WTCS) has the duty of ensuring that all traffic control devices are installed and maintained according to the requirements of the Traffic Control Plan. DEFICIENCIES: Items noted below required corrective measures be performed with the next hours/days. LOCATION DESCRIPTION ACTION REQUIRED (use additional sheets if needed) Signature: WTCS or DOT performing inspection DOT inspection presented to WTCS Date: Time: TO BE COMPLETED BY THE WTCS The attached deficiencies were corrected by Date: Time: Signature Return TC-1 to DOT inspector. The WTCS certifies that all traffic control devices in use on the project are MASH/NCHRP 350 crashworthy compliant. Page 1 of 2 (TC-1) BL016-23 Page 30 N U S Traffic Control Checklist Satisfactory Unsatisfactory Non-applicable Signs • Are the signs correctly installed? • Signs are in place according to TTC plans. Signs are plumb and level. Signs are at the proper height. • Are the signs visible and readable to the public both daytime and nighttime? • Is retroreflectivity good? • Are signs not in use including PCMS properly stored? TTC Devices • Are they MASH/NHCRP 350 approved? Do they meet MUTCD and Special Provision 150 requirements? • Are they installed according to manufacture recommendation? • Are they in acceptable/marginal condition? Are they stable? Is the retroreflectivity good? Clear Zone • Are all material and equipment stored beyond the clear zone? • If stored in clear zone, are they protected by positive barrier? • Are drop-off marked and healed according to Special Provision 150? Positive Barriers • Are the barriers in acceptable/marginal condition and FHWA approved? • Are the barrier reflectors proper and in good condition? • Do the barriers extend to the proper advancement length? Are the tapers according to GA Standards? Attenuators and Guardrails • Are the proper attenuators assemblies in use? • Gating Is the recovery area free of debris and provide the necessary recovery area? • Is the assembly in accordance with manufacture recommendation? • Are the guardrails properly anchor and/or attached to the barrier? • Are shoes and transition sections in accordance with Standards? Pavement Markings • Are the pavement making visible and legible? • Can they be seen during the daytime and nighttime? • Are there no conflicting pavement markings? • Are the pavement markings including RPM installed and maintained according to section 150? Page 2 of 2 (TC-1) N U S N U S N U S N U S N U S BL016-23 Page 31 The Engineer will periodically review the work for compliance with the requirements of the TTC plan. On projects where traffic control duties will not require full time WCTS supervision, the Engineer may allow the Contractor’s Project superintendent, foreman, subcontractor, or other designated personnel to serve as the WTCS as long as satisfactory results are obtained. Nevertheless, the individual shall meet the requirements and perform the duties of a WTCS. B. Sequence of Operations Any Sequence of Operations provided in this Contract in conjunction with any staging details which may be shown in the plans, is a suggested sequence for performing the Work. It is intended as a general staging plan for the orderly execution of the work while minimizing the impact on pedestrian facilities, mainline, cross- streets and side streets. The Contractor shall develop detailed staging and temporary traffic control plans for performing specific areas of the Work including but not limited to all traffic shifts, detours, bridge widenings, paces, or other activities that disrupt traffic or pedestrian flow. The Engineer may require detailed staging and TTC plans for lane closures or disruption to pedestrian facilities. These plans shall be submitted for approval at least two (2) weeks prior to the scheduled date of the activity. Activities that have not been approved at least seven (7) days prior to the scheduled date shall be rescheduled. Where traffic is permitted through the work area under stage construction, the Contractor may choose to construct, at no additional expense to the Department, temporary on-site bypasses or detours in order to expedite the work. Plans for such temporary bypasses or detours shall be submitted to the Engineer for review and approval thirty (30) calendar days prior to the proposed construction. Such bypasses or detours shall be removed promptly when in the opinion of the Engineer; they are no longer necessary for the satisfactory progress of the Work. Bypasses and detours shall meet the minimum requirements of Subsection 150.3.01.D. As an option to the Sequence of Operations in the Contract, the Contractor may submit an alternative Sequence of Operations for review and approval. Alternate Sequence of Operations for pedestrian facilities shall be in compliance with the MUTCD and ADA. Pedestrian needs identified in the preconstruction phase shall be included in the proposed alternate plan. The Department will not pay, or in any way, reimburse the Contractor for claims arising from the Contractor’s inability to perform the Work in accordance with the Sequence of Operations provided in the Contract or from an approved Contractor alternate. The Contractor shall secure the Engineer’s approval of the Contractor’s proposed plan of operation, sequence of work and methods of providing for the safe passage of vehicular and pedestrian traffic before it is placed in operation. The proposed plan of operation shall supplement the approved traffic control plan. Any major changes to the approved TTC plan, proposed by the Contractor, shall be submitted to the Department for approval. Some additional traffic control details will be required prior to any major shifts or changes in traffic. The traffic control details shall include, but not be limited to, the following: 1. A detailed drawing showing traffic locations and lanes for each step of the change. 2. The location, size, and message of all signs required by the MUTCD, Plan, Special Provisions, and other signs as required to fit conditions. Any portable changeable message signs used shall be included in the details. 3. The method to be used in, and the limits of, the obliteration of conflicting lines and markings. 4. Type, location, and extent of new lines and markings. BL016-23 Page 32 5. Horizontal and vertical alignment and superelevation rates for detours, including cross-section and profile grades along each edge of existing pavement. 6. Drainage details for temporary and permanent alignments. 7. Location, length, and/or spacing of channelization and protective devices (temporary barrier, guardrail, barricades, etc.) 8. Starting time, duration and date of planned change. 9. For each traffic shift, a paving plan, erection plan, or work site plan, as appropriate, detailing workforce, materials, and equipment necessary to accomplish the proposed work. This will be the minimum resource allocation required in order to start the work. A minimum of three (3) copies of the above details shall be submitted to the Engineer for approval at least fourteen (14) days prior to the anticipated traffic shift. The Contractor shall have traffic control details for a traffic shift which has been approved by the Engineer prior to commencement of the physical shift. All preparatory work relative to the traffic shift, which does not interfere with traffic, shall be accomplished prior to the designated starting time. The Engineer and the Contractor’s representative will verify that all conditions have been met prior to the Contractor obtaining materials for the actual traffic shift. C. Pedestrian Considerations All existing pedestrian facilities, including access to transit stops, shall be maintained. Where pedestrian routes are closed, alternate routes shall be provided. Closures of existing, interim and final pedestrian facilities shall have the prior written approval of the Engineer. When existing pedestrian facilities are disrupted, closed or relocated in a TTC zone, the temporary facilities shall be detectable and shall include accessibility features consistent with the features present in the existing pedestrian facility. Pedestrian facilities are considered improvements and provisions made to accommodate or encourage walking. Whenever a sidewalk is to be closed, the Engineer shall notify the maintaining agency two (2) weeks prior to the closure. Prior to closure, detectable barriers (that are detectable by a person with a visual disability traveling with the aid of a long cane), as described by the MUTCD, shall be placed across the full width of the closed sidewalk. Barriers and channelizing devices used along a temporary pedestrian route shall be in compliance with the MUTCD. Temporary Traffic Control devices used to delineate a Temporary Traffic Control Zone Pedestrian Walkway shall be in compliance with Subsection 150.3.01.A. Appropriate signs as described in the MUTCD shall be maintained to allow safe passage of pedestrian traffic or to advise pedestrians of walkway closures (Refer to MUTCD Figures TA-28 and TA-29 for guidance). Advance closure signing should be placed at intersections rather than midblock locations so that pedestrians are not confronted with midblock work sites that will induce them to attempt skirting the work site or making a midblock crossing. Temporary Traffic Control devices and construction material shall not intrude into the usable width of the pedestrian walkway. Signs and other devices shall be placed such that they do not narrow or restrict any pedestrian passage to less than forty-eight inches (≥ 48”). 1. Pedestrian Signage A pedestrian walkway shall not be severed or relocated for non-construction activities, such as parking for construction vehicles and equipment. Movement by construction vehicles and equipment across designated pedestrian walkways should be minimized. When necessary, construction activities shall be controlled by flaggers. Pedestrian walkways shall be kept free of mud, loose gravel or other debris. When temporary covered walkways are used, they shall be lighted during nighttime hours. When temporary traffic barrier is used to separate pedestrian and vehicular traffic, the temporary barrier shall meet NCHRP-350 Test Level Three. The barrier ends shall be protected in accordance with Georgia BL016-23 Page 33 Standard 4960. Curbing shall not be used as a substitute for temporary traffic barriers when temporary traffic barriers are required. Tape, rope or plastic chain strung between temporary traffic control devices are not considered as detectable and shall not be used as a control for pedestrian movements. The WTCS shall inspect the activity area daily to ensure that effective pedestrian TTC is being maintained. The inspection of TTC for pedestrian traffic shall be included as part of the TC-1 report. 2. Temporary Pedestrian Facilities Temporary pedestrian facilities shall be detectable and include accessibility features consistent with the features present in the existing pedestrian facility. The geometry, alignment and construction of the facility should meet the applicable requirements of the “Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)”. a. Temporary Walkways with Detectable Edging A smooth, continuous hard surface (firm, stable and slip resistant) shall be provided throughout the entire length of the temporary pedestrian facility. Compacted soils, sand, crushed stone or asphaltic pavement millings shall not be used as a surface course for walkways. Temporary walkways shall include detectable edging as defined in the MUTCD. When temporary traffic barrier is included as a pay item in the contract and where locations identified on the plans for positive protection will also allow them to serve as pedestrian detectable edging, payment will be made for the temporary traffic barrier in accordance with Section 620. No payment will be made for temporary walkways with Detectable Edging where existing pavements or existing edging (that meets the requirements of MUTCD) are utilized as temporary walkways. Payment for temporary detectable edging, including approved barriers and channelizing devices, installed on existing pavements shall be included in Traffic Control-Lump Sum. Regardless of the materials used, temporary walkways shall be constructed with sufficient thickness and durability to withstand the intended use for the duration of the construction project. If concrete or asphalt is used as the surface course for the walkway, it shall be a minimum of one and one-half inches (≥ 1-1/2”) thick. Temporary walkways constructed across unimproved streets and drives shall be a minimum thickness of four inches (≥ 4”) for concrete and three inches (≥ 3”) for asphalt. Joints formed in concrete sidewalks shall be in accordance with Section 441 Concrete surfaces shall have a broom finish. If plywood is used as a walkway, it must be a minimum of three quarters of an inch (≥ 3/4”) thick, pressure treated and supported with pressure treated longitudinal joists spaced a maximum of sixteen inches (≤ 16”) on center. The plywood shall be secured to the joist with galvanized nails or galvanized deck screws. Nails and screws shall be countersunk to prevent snagging or tripping the pedestrians. A slip resistant friction course shall be applied to any plywood surface that is used as a walkway. Any slip resistant material used shall have the prior written approval of the engineer. The contractor may propose alternate types of Temporary Walkways provided that the contractor can document that the proposed walkway meets the requirements of the “Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)”. Alternate types of Temporary Walkways shall have the prior written approval of the engineer. Temporary walkways shall be constructed and maintained so there are no abrupt changes in grade or terrain that could cause a tripping hazard or could be a barrier to wheelchair use. The contractor shall construct and maintain the walkway to ensure that joints in the walkway have a vertical difference in elevation of no more than one quarter (≤ 1/4”) of an inch and that the horizontal joints have gaps no greater than one half (≤ 1/2”) of an inch. The grade of the temporary walkway should parallel the grade of the existing walkway or roadway and the cross slope should be no greater than two percent (≤ 2%). http://www.dot.ga.gov/PartnerSmart/Business/Source/specs/DOT2013.pdf http://www.dot.ga.gov/PartnerSmart/Business/Source/specs/DOT2013.pdf BL016-23 Page 34 A width of sixty inches (60”), if practical, should be provided throughout the entire length of any temporary walkway. The temporary walkway shall be a minimum width of forty eight inches (48”). When it is not possible to maintain a minimum width of sixty inches (60”) throughout the entire length of temporary walkway, a sixty inch (60”) by sixty inch (60”) passing space should be provided at least every two hundred feet (200 ft.), to allow individuals in wheelchairs to pass. Temporary walkways shall be constructed on firm subgrade. Compact the subgrade according to Section 209. Furnish and install any needed temporary pipes prior to constructing any walkway to ensure positive drainage away from or beneath the temporary walkway. Once the walkway is no longer required, remove any temporary materials and restore the area to the original conditions or as shown in the plans. b. Temporary Curb Cut Wheelchair Ramps Temporary curb cut wheelchair ramps shall be constructed in accordance with Section 441 and Construction Detail A-3 Curb Cut (Wheelchair) Ramps Concrete Sidewalk Details. Ramps shall also include a detectable warning surface in accordance with Construction Detail A-4 Detectable Warning Surface Truncated Dome Size, Spacing and Alignment Requirements. Other types of material for the construction of the temporary curb cut wheelchair ramps, including the detectable warning surface, may be used provided the contractor can provide documentation that the material to be used meets the requirements of the “Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)”. When a wheelchair ramp is no longer required, remove the temporary materials and restore the area to existing conditions or as shown in the plans. For the items required to restore the area to original conditions or as shown in the plans, measures for payment shall be covered by contract pay items. If pay items are not included in the contract, then payment for these items shall be included in Traffic Control-Lump Sum. c. Temporary Audible Information Device Temporary audible information devices, when shown in the plans, shall be installed in compliance with the “Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG)”. The devices shall be installed in accordance with the manufacturer’s recommendations. Prior to installation, the contractor shall provide the engineer with a set of manufacturer’s drawings detailing the proper installation procedures for each device. When no longer required, the devices shall remain the property of the contractor. 150.2 Materials and Traffic Control Devices 150.2.01 Traffic Control Devices A. NCHRP 350 and MASH All devices shall be certified in accordance with the Manual for Assessing Safety Hardware (MASH) Test Level 3 and/or the National Cooperative Highway Research Program (NCHRP) 350 Test Level 3 as applicable unless modified by this Special Provision. In addition, temporary work zone devices, including portable barriers, manufactured after December 31, 2019, must have been successfully tested under 2016 edition of MASH requirements. Such devices manufactured on or before this date, and successfully tested under either NCHRP Report 350 or the 2009 edition of MASH, may continue to be used throughout their normal service lives. http://www.dot.ga.gov/PartnerSmart/Business/Source/specs/DOT2013.pdf http://www.dot.ga.gov/PartnerSmart/Business/Source/specs/DOT2013.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/A-3_A-3.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/A-3_A-3.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/A-4.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/A-4.pdf http://mydocs.dot.ga.gov/info/gdotpubs/ConstructionStandardsAndDetails/A-4.pdf BL016-23 Page 35 B. Approval All traffic control devices with applicable Qualified Products List (QPL) categories shall come from the appropriate QPL list. Products not on the QPL may be used with an approval letter from the Georgia Department of Transportation Office of Materials and Testing. If there are no applicable QPL, the Contractor shall provide proof of MASH/NCHRP 350 certification. The proof may be a letter or written statement from the manufacturer that the product is MASH/NCHRP 350 approved. Decal certifications are not proof of certification and are not required. C. Quality Guidelines for All Temporary Traffic Devices All traffic control devices found to be unacceptable in accordance with the current ATSSA, “Quality Guidelines for Temporary Traffic Devices and Features” regardless of total numbers shall be replaced within twenty-four (24) hours unless stated otherwise in the specifications, in the contract, or as directed by the Engineer. 150.2.02 Retroreflectivity Requirements A. Signs Reflective sheeting should meet the requirements of Section 913 and QPL-29 All construction warning signs (black on fluorescent orange) shall meet the minimum reflectivity and color requirements of ASTM D4956 Type XI regardless of the mounting height. All other signs reflectorization shall be in accordance with the plans, contract, and “GDOT Signing and Marking Design Guidelines”. B. Channelization Devices Reflective sheeting sho

Gwinnett County GA 30024Location

Address: Gwinnett County GA 30024

Country : United StatesState : Georgia

You may also like

T-2024-001 Rothesay Asphalt Resurfacing Project 2024 - NB

Due: 29 Apr, 2024 (in 3 days)Agency: Government of New Brunswick

Y--GAOA Weaver Creek 2 Culvert Replacement

Due: 27 Apr, 2024 (Tomorrow)Agency: INTERIOR, DEPARTMENT OF THE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.