Resurfacing of County Roads on a Term Contract

expired opportunity(Expired)
From: Gwinnett County(County)
BL017-21 INV

Basic Details

started - 13 Jan, 2021 (about 3 years ago)

Start Date

13 Jan, 2021 (about 3 years ago)
due - 18 Feb, 2021 (about 3 years ago)

Due Date

18 Feb, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
BL017-21 INV

Identifier

BL017-21 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.

January 27, 2021 INVITATION TO BID BL017-21 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the Resurfacing of 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 February 18, 2021 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 pre-bid conference is scheduled for 10:00 A.M. on February 08, 2021 at the Gwinnett County Purchasing Office, address listed above.
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 3:00 p.m. February 09, 2021. 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 per section 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 72 Ethics Affidavit, Page 73 References, Page 81 Bid Schedule, Pages 82-97 http://www.gwinnettcounty.com/ mailto:lindseygravitt@gwinnettcounty.com http://www.gwinnettcounty.com/ BL017-21 Page 2 RESURFACING OF 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. 2. Contractors bidding on more than one section must submit a bid bond for each section they are bidding. If contractor is low on more than one section but does not want to have multiple awards, contractor must state this in his bid in order not to forfeit bid bond. C. JOINT VENTURES AND SUB-CONTRACTING Joint Ventures between two contractors will NOT be allowed in any section. Subletting will be allowed up to 25% 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 each section. This will be based on the estimated combined tonnage for these items in each section. The contractor will have the option to apply this to any or all items listed in the schedule of items without exceeding the 25% of combined tonnage. Any subcontractor listed should be approved by Gwinnett County DOT prior to doing any work and be prequalified by 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. Each Section should be submitted in separate envelopes. 2. 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 BL017-21 Page 3 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. 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 will 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 one or all of those sections 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. BL017-21 Page 4 H. TERM Contract will begin on the issuance date of the Notice to Proceed and continue through December 31, 2021. 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 $500.00 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. For additional work, the contractor shall begin work within 14 calendar days from date of request and proceed without undue delay until work is completed. 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 I and II) and 12.5mm mixes for both the residential streets and major roads listed in the Schedule of Items for each resurfacing section successfully awarded. 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. 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 I and II) and 12.5mm mixes for both the residential streets and 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 $750.00 per calendar day per section awarded until such work is completed. c) Within 30 calendar days following the road patching and milling work, the contractor must place the 9.5 mm (Type I and II) and 12.5mm topping mixes for both residential streets and major roads listed in the Schedule or Items for each resurfacing section. Failure to reach the milestone in the time listed above will result in Liquidated Damages of $100.00 per calendar day per road until such work is completed. d) The work hours are as follows: Residential 9:00 AM - 6:00 PM 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. BL017-21 Page 5 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. 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. BL017-21 Page 6 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 each section includes estimated quantities for this work. 4. The work will be divided into three (3) sections: North, West, and South. 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, 2013 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 BL017-21 Page 7 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 75% 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 25% 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 20,000 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 for each Section (9.5mm mix Types I and 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 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. BL017-21 Page 8 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 13 Major roads as requested by the 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 thirteen (13) 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. Hamilton Mill Road Thompson Mill Road Hosea Road Sugarloaf Parkway Steve Reynolds Blvd Best Friend Road Peachtree Corners Circle Five Forks Trickum Road Arcado Road Best Friend Road Rosebud Road Cooper Road Cole Drive 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. Gwinnett County reserves the right to claim up to 10% of the total amount of existing asphalt concrete material removed by the contractor in the patching or milling operations of this contract. On those roads deemed feasible for such reclamation by the Engineer, the County shall provide trucks for direct loading from the milling machine. County will be required to provide a sufficient number of trucks so as to not hamper the contractor's operation. 10. 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, 2013 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 BL017-21 Page 9 for the public. 5. Milling cover up time is 30 days. The contractor must place the required topping mix for both residential streets and 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 and 6.5 foot milling machine to maximize efficiency. The intent is to use a 4 foot machine on major roads and a 6 foot machine on residential streets. 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. 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. BL017-21 Page 10 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. • 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. BL017-21 Page 11 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 b) in the bid unit price for "Shoulder Reconstruction". Failure to reach the milestone in the time listed above will result in Liquidated Damages of $50 per calendar day per road until such work is completed. c) 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. d) 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. e) 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. f) 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. g) 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. BL017-21 Page 12 h) 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. BL017-21 Page 13 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. BL017-21 Page 14 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. 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. BL017-21 Page 15 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. Payment will be per mile for all two-lane roads regardless of their width. Any multi-lane road will be paid per lane mile multiplied by the numbers of every two lanes. Payment shall include cleaning and filling of the cracks, as well as required traffic control and other items incidental to the crack-filling operation. 7. 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. 8. The sequencing of Asphalt-Rubber Crack fill work shall be done before topping of the 9.5mm (Type I and II) and/or 12.5mm topping mixes for both residential streets and major roads, but after the patching and milling work has been completed as listed in the Schedule or Items for each resurfacing section. M. HOT MIX RECYCLED ASPHALTIC CONCRETE 1. All work shall be performed in accordance with the Georgia Department of Transportation Standard Specifications-Section 402 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 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 2013 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. 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). BL017-21 Page 16 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 $100 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. BL017-21 Page 17 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. 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. BL017-21 Page 18 LARGE 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 $1,000,000 Owner's and Contractor's Protective policy with Gwinnett County Board of Commissioners as Named Insured (c) The following additional coverage 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 $5,000,000 limit of liability (a) The following additional coverage 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, tunnels, culverts and railroad crossings - limit at least as broad as contract amount 6. Gwinnett County Board of Commissioners should be shown as an additional insured on General Liability, Auto Liability and Umbrella Liability policies. 7. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 8. Certificate Holder should read: Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30046-6935 BL017-21 Page 21 9. Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-5 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-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-5 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. BL017-21 Page 22 DEPARTMENT OF TRANSPORTATION GWINNETT COUNTY SPECIAL PROVISION Section 150—Traffic Control Add the following: 150.1 GENERAL 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. 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. 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 shall be in effect for the duration of the project. 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. The Worksite Traffic Control Supervisor (WTCS) shall have a copy of Part VI 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. A. WORKER SAFETY APPAREL All workers, including emergency responders, within the right-of-way who are exposed either to traffic (vehicle using the highway for purpose of travel) or to work vehicles and construction equipment within the TTC zone shall wear high-visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSI/ISEA 107-2004 publication entitled “American National Standard for High- Visibility Safety Apparel and Headwear”, or equivalent revisions, and labeled as meeting the ANSI 107- 2004 standard performance for Class 2 or 3 risk exposure. Emergency and incident responders and law enforcement personnel within the TTC zone may wear high-visibility safety apparel that meets the performance requirements of the ANSI/ISEA 207-2006 publication entitled “American National Standard for High Visibility Public Safety Vests”, or equivalent revisions, and labeled as ANSI 207- 2006, in lieu of ANSI/ISEA 107-2004 apparel. Firefighters or other emergency responders working within the right-of-way and engaged in emergency operations that directly expose them to flame, fire, heat, and/or hazardous materials may wear retroreflective turn- out gear that is specified and regulated by other organizations, such as the National Fire Protection Association. B. WORKSITE TRAFFIC CONTROL SUPERVISOR ALL HIGHWAYS (ADDITIONAL REQUIREMENTS BELOW FOR INTERSTATES): The Contractor shall designate a qualified individual as the Worksite Traffic Control Supervisor (WTCS) who shall be responsible for selecting, installing and maintaining all traffic control devices in accordance with the Plans, Specifications, Special Provisions and the MUTCD. A written resume documenting the experience and credentials of the WTCS shall be submitted and accepted by the Engineer prior to beginning any work that involves traffic control. The WTCS shall be available on a twenty-four (24) http://mutcd.fhwa.dot.gov/ BL017-21 Page 23 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 VI of the MUTCD. In addition to the WTCS all other individuals making decisions regarding traffic control shall meet the training requirements of the Part VI of the MUTCD. 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. The 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 his duties shall be considered as non-performance under Subsection 150.08. 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 supervision, the Engineer may allow the Contractor’s Project Superintendent to serve as the WTCS as long as satisfactory results are obtained. CERTIFIED WORKSITE TRAFFIC CONTROL SUPERVISOR ADDITIONAL REQUIREMENTS FOR INTERSTATE AND LIMITED ACCESS HIGHWAYS: In addition to the requirements above, the WTCS shall have a minimum of one year’s experience directly related to work site traffic control in a supervisory or responsible capacity. 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. Any work performed on the interstate or limited access highway right-of-way that requires traffic control shall be supervised by the 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 150.08. C. TRAFFIC CONTROL DEVICES All traffic control devices used during the construction of a project shall meet the Standards utilized in the MUTCD, and shall comply with the requirements of these Specifications, Project Plans, and Special Provisions. All devices shall be tested at NCHRP Test Level III. Reference is made to Subsections 104.05, 107.07, and 107.09. http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15008%23X15008 http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15008%23X15008 http://tomcat2.dot.state.ga.us/thesource/pdf/specs/ss104.html#X10405 http://tomcat2.dot.state.ga.us/thesource/pdf/specs/ss107.html#X10707 http://tomcat2.dot.state.ga.us/thesource/pdf/specs/ss107.html#X10709 BL017-21 Page 24 D. REFLECTORIZATION REQUIREMENTS All rigid fluorescent orange construction warning signs (black on fluorescent orange) shall meet the reflectorization and color requirements of ASTM Type VII, VIII, IX or X regardless of the mounting height. Portable signs which have flexible sign blanks shall meet the reflectorization and color requirements of ASTM Type VI. Warning signs (W3-1a) for stop conditions that have rumble strips located in the travelway shall be reflectorized with ASTM Type IX fluorescent yellow sheeting. All other signs shall meet the requirements of ASTM Type III or IV except for “Pass With Care” and “Do Not Pass” signs which may be ASTM Type I unless otherwise specified. CHANNELIZATION DEVICES: Channelization devices shall meet the requirements of ASTM Type III or IV high intensity sheeting. E. IMPLEMENTATION REQUIREMENTS No work shall be started on any project phase until the appropriate traffic control devices have been placed in accordance with the Project requirements. Changes to traffic flow shall not commence unless all labor, materials, and equipment necessary to make the changes are available on the Project. When any shift or change is made to the location of traffic or to the flow patterns of traffic, including the pedestrian traffic, the permanent safety features shall be installed and fully operational before making the change. If staging or site conditions prevent the installation of permanent features then the equivalent interim devices shall be utilized. This work shall also include any necessary removal and reinstallation of guardrail panels to achieve the required panel lap to accommodate the appropriate shift and traffic flow including the final traffic flow configuration (The cost of performing this work shall be included in Traffic Control-Lump Sum). Any section of the work that is on new location shall have all permanent safety features installed and fully operational before the work is opened to traffic. Safety features shall include but are not limited to the following items: 1. Guardrail including anchors and delineation with properly lapped panels 2. Impact attenuators 3. Traffic signals 4. Warning devices 5. Pavement markings including words, symbols, stop bars, and crosswalks 6. Roadway signs including regulatory, warning, and guide Outdoor lighting shall be considered as a safety feature for welcome centers, rest areas, and weigh station projects. For typical roadway type projects new street lighting is not considered a safety feature unless specifically noted in the plans or in the special conditions. F. MAINTENANCE OF TRAFFIC CONTROL DEVICES Traffic control devices shall be in acceptable condition when first erected on the project and shall be maintained in accordance with Subsection 104.05 throughout the construction period. All unacceptable traffic control devices shall be replaced within 24 hours. When not in use, all traffic control devices shall be removed, placed or covered so as not to be visible to traffic. All construction warning signs shall be removed within seven calendar days after time charges are stopped or pay http://tomcat2.dot.state.ga.us/thesource/pdf/specs/ss104.html#X10405 BL017-21 Page 25 items are complete. If traffic control devices are left in place for more than ten days after completion of the Work, the Department shall have the right to remove such devices, claim possession thereof, and deduct the cost of such removal from any monies due, or which may become due, the Contractor. G. TRAFFIC INTERRUPTION RESTRICTIONS The Department reserves the right to restrict construction operations when, in the opinion of the Engineer, the continuance of the Work would seriously hinder traffic flow, be needlessly disruptive or unnecessarily inconvenience the traveling public. The Contractor shall suspend and/or reschedule any work when the Engineer deems that conditions are unfavorable for continuing the Work. Advanced notification requirements to the Contractor to suspend work will be according to the events and the time restrictions outlined below: Incident management No advanced notice required Threatening/Inclement weather 24 hours Holidays, sporting events, Three (3) calendar days unfavorable conditions If the work is suspended, the Contractor may submit a request for additional contract time as allowed under Section 108. The Department will review the request and may grant additional contract time as justified by the impact to the Contractor’s schedule. Compensation for loss of productivity, rescheduling of crews, rental of equipment or delays to the Contractor’s schedule will not be considered for payment. Additional contract time will be the only consideration granted to the Contractor. H. 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 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 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 not longer necessary for the satisfactory progress of the Work. Bypasses and detours shall meet the minimum requirements of Subsection 150.02.B.4. 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. http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15002B4%23X15002B4 BL017-21 Page 26 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 laneage 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. 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 copies of the above details shall be submitted to the Engineer for approval at least 14 days prior to the anticipated traffic shift. The Contractor shall have traffic control details for a traffic shift which has been approved by the Engineer prior to commencement of the physical shift. All preparatory work relative to the traffic shift, which does not interfere with traffic, shall be accomplished prior to the designated starting time. The Engineer and the Contractor’s representative will verify that all conditions have been met prior to the Contractor obtaining materials for the actual traffic shift. BL017-21 Page 27 150.2 TEMPORARY TRAFFIC CONTROL (TTC) ZONES: A. DEVICES AND MATERIALS: In addition to the other provisions contained herein, work zone traffic control shall be accomplished using the following means and materials: 1. Portable Advance Warning Signs Portable advance warning signs shall be utilized as per the requirements of the temporary traffic control plans. All signs shall meet the requirements of the MUTCD and shall be NCHRP 350 crashworthy compliant. 2. Arrow Panels Portable sequential or flashing arrow panels as shown in the Plans or Specifications for use on Interstate or multi-lane highway lane closure only, shall be a minimum size of 48” high by 96” wide with not less than 15 lamps used for the arrow. The arrow shall occupy virtually the entire size of the arrow panel and shall have a minimum legibility distance of one mile. The minimum legibility distance is that distance at which the arrow panel can be comprehended by an observer on a sunny day, or clear night. Arrow panels shall be equipped with automatic dimming features for use during hours of darkness. The arrow panels shall also meet the requirements for a Type C panel as shown in the MUTCD. The sequential or flashing arrow panels shall not be used for lane closure on two- lane, two-way highways when traffic is restricted to one-lane operations in which case, appropriate signing, flaggers and when required, pilot vehicles will be deemed sufficient. The sequential or flashing arrow panels shall be placed on the shoulder at or near the point where the lane closing transition begins. The panels shall be mounted on a vehicle, trailer, or other suitable support. Vehicle mounted panels shall be provided with remote controls. Minimum mounting height shall be seven feet above the roadway to the bottom of the panel, except on vehicle mounted panels which should be as high as practical. For emergency situations, arrow display panels that meet the MUTCD requirements for Type A or Type B panels may be used until Type C panels can be located and placed at the site. The use of Type A and Type B panels shall be held to the minimum length of time possible before having the Type C panel(s) in operation. The Engineer shall determine when conditions and circumstances are considered to be emergencies. The Contractor shall notify the Engineer, in writing, when any non-specification arrow display panel(s) is being used in the work. 3. Portable Changeable Message Signs Portable changeable message signs meeting the requirements of Section 632 and the MUTCD. Any PCMS in use that is not protected by positive barrier protection shall be delineated by a minimum of three drums that meet the requirement of Subsection 150.05.A.1. The drum spacing shall not exceed a maximum of ten (10’) feet as shown in Detail 150-PCMS. When the PCMS is within twenty (20’) feet of the opposing traffic flow, the trailing end of the PCMS shall be delineated with a minimum of three drums spaced in the same manner as the approach side of the PCMS. When not in use the PCMS shall be removed from the roadway unless protected by positive barrier protection. If the PCMS is protected by positive barrier protection the sign panel shall be turned away from traffic when not in use. http://tomcat2.dot.state.ga.us/thesource/pdf/specs/ss632.html http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X150pcms%23X150pcms BL017-21 Page 28 4. Channelization Devices Channelization devices shall meet the standards of the MUTCD and Subsection 150.05. 5. Temporary Barrier Temporary barrier shall meet the requirements of Section 620. 6. Temporary Traffic Signals Temporary traffic signals shall meet the requirements of Section 647 and the MUTCD. 7. Pavement Marking Pavement marking incorporated into the work shall comply with Subsections 150.04.A and 150.04.B. 8. Portable Temporary Traffic Control Signals The use off Portable Temporary Traffic Control Signals shall meet the following minimum requirements: Only two-lane two-way roadways will be allowed to utilize Portable Temporary Traffic Control Signals. All portable traffic control signals shall meet the physical display and operational requirements of conventional traffic signals described in the MUTCD. Each signal face shall have at least three lenses. The lenses shall be red, yellow, or green in color and shall give a circular type of indication. All lenses shall be twelve (12”) inches nominal in diameter. A minimum of two signal faces shall face each direction of traffic. A minimum of one signal head shall be suspended over the roadway travel lane in a manner that will allow the bottom of the signal head housing to be not less than seventeen (17’) feet above and not more than nineteen (19’) feet above the pavement grade at the center of the travel lane. The second signal head may be located over the travel lane with the same height requirements or the second signal head may be located on the shoulder. When the signal head is located on the http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15005%23X15005 http://tomcat2.dot.state.ga.us/thesource/pdf/specs/ss647.html http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15004A%23X15004A http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15004B%23X15004B BL017-21 Page 29 shoulder the bottom of the signal head housing shall be at least eight (8’) feet but not more than (15’) feet above the pavement grade at the center of highway. Advance warning signage and appropriate pavement markings shall be installed as part of the temporary signal operation. The signals shall be operated in a manner consistent with traffic requirements. The signals may be operated in timed-mode or in a vehicle-actuated mode. The signals shall be interconnected in a manner to ensure that conflicting movements cannot occur. To assure that the appropriate operating pattern including timing is displayed to the traveling public, regular inspections including the use of accurate timing devices shall be made by the Worksite Traffic Control Supervisor. If at any time any part of the system fails to operate within these requirements then the use of the signal shall be suspended and the appropriate flagging operation shall begin immediately. The Worksite Traffic Control Supervisor (WTCS) shall continuously monitor the portable traffic control signal to insure compliance with the requirements for maintenance under the MUTCD. The signal shall be maintained in a manner consistent with the intention of the MUTCD, with emphasis on cleaning of the optical system. Timing changes shall be made only by the WTCS. The WTCS shall keep a written record of all timing changes. The portable temporary signal shall have two power sources and shall be capable of running for seven calendar days continuously. The Contractor shall have an alternate temporary traffic control plan in the event of failure of the signal. 9. Rumble Strips Rumble strips incorporated into the work shall meet the requirements of Section 429 and the MUTCD. Existing rumble strips that are positioned in the traveled way to warn traffic of a stop condition shall be reinstalled based on the following requirements: INTERMEDIATE SURFACES: Intermediate surfaces that will be in use for more than forty-five (45) calendar days shall have rumble strips reinstalled on the traveled way in the area of a stop condition. Non-refundable deductions in accordance with Subsection 150.08 will be assessed for any intermediate surface in place for greater than 45 days without rumble strips. FINAL SURFACES: Rumble strips shall be installed on the final surface within fourteen (14) calendar days of the placement of the final surface in the area of the stop condition. Failure to install within fourteen (14) calendar days will result in assessment of non-refundable deductions in accordance with Subsection 150.08. Prior to the removal of any rumble strips located in the travelway, stop ahead (W3-1a) warning signs shall be double indicated ahead of the stop condition. These warning signs shall be a minimum of 48 inches by 48 inches. The reflectorization of the warning signs shall be as required by Subsection 150.01.D. These warning signs shall remain in place until the rumble strips have been reinstalled on the traveled way. Any existing warning signs for the stop ahead condition shall be removed or covered while the 48” X 48” (W3-1a) signs are in place. When the rumble strips have been reinstalled these warning signs should be promptly removed and any existing signage placed back in service. http://tomcat2.dot.state.ga.us/thesource/pdf/specs/ss429.html http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15008%23X15008 http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#X15001C%23X15001C BL017-21 Page 30 10. Guardrail When the removal and installation of guardrail is required as a part of the work the following time restrictions shall apply unless modified by the special conditions: MULTI-LANE HIGHWAYS: From the time that the existing guardrail or temporary positive barrier protection is removed the Contractor has fourteen (14) calendar days to install the new guardrail and anchors. During the interim, the location without guardrail shall be protected with drums spaced at a maximum spacing of twenty (20’) feet. The maximum length of rail that can be removed at any time without being replaced with positive barrier protection is a total of 2000 linear feet of existing rail or the total length of one run of existing rail, whichever is less. ALL OTHER HIGHWAYS: From the time that the existing guardrail is removed or from the time that temporary positive barrier protection is removed the Contractor has thirty (30) calendar days to install the new guardrail and anchors. During the interim, the location without guardrail shall be protected with drums spaced at a maximum spacing of twenty (20’) feet. The maximum length of rail that can be removed at any time without being replaced with positive barrier protection is a total of 1000 linear feet of existing rail or the total length of one run of existing rail, whichever is less. Based on existing field conditions, the Engineer may review the work and require that the guardrail be installed earlier than the maximum time allowed. ALL HIGHWAY: The Contractor shall install new guardrail such that traffic exposure to fixed objects is minimized. Within the same work day, temporary attenuators, as defined in Subsection 150.05.B, should be installed on the approach to fixed objects that can’t be protected with guardrail. Truck mounted attenuators may be used to shield exposed fixed objects for periods not to exceed forty- eight (48) hours. No separate payment will be made for truck mounted attenuators. When the roadway is open to traffic, guardrail panels shall be lapped to comply with the direction flow of traffic. Should the staging of the work require that the lap of the guardrail be changed, this work shall be completed before the roadway is opened to the traffic. The work to change the lap of any guardrail shall be included in Traffic Control- Lump sum. Failure to comply with the above time and quantity restrictions shall be considered as non- compliance under Subsection 150.08. 11. Stop Sign Regulated Intersections For intersections that utilize stop sign(s) to control the flow of traffic and to restrict the movement of vehicles, the stop sign(s) shall be maintained for the duration of the work or until such time that the stop condition is eliminated or until an interim or permanent traffic signal can be installed to provide proper traffic control. The traffic signal shall be installed and properly functioning before the removal of the existing stop sign(s) is permitted. If the existing intersection is enhanced traffic control features such as stop bars, double indicated stop signs, oversized signs, advanced warning stop ahead signs, rumble strips on the approaches or flashing beacons located overhead or on the shoulders then these features shall be maintained for the duration of the project or until the permanent traffic control plan has been implemented. Whenever the staging of the work requires that the traveled-way be relocated or realigned the Contractor shall reinstall all enhanced traffic control features noted above on the newly constructed sections of the work. The cost of relocating the stop bars, stop signs, advanced warning signs, the rumble strips and the flashing beacons shall be included in the price bid for Lump-Sum-Traffic Control unless individual pay items are included in the contract for rumble BL017-21 Page 31 strips and/or flashing beacons. When pay items are included in the contract for rumble strips or flashing beacons then these items will be paid per each. When staging requires the relocation or realignment of an existing stop condition it may be necessary to consider the addition of enhanced traffic control features even though none existed at the original location. Horizontal and vertical alignment changes at a new location may have decreased or restricted sight distance or the stop condition may occur sooner than in the previous alignment. If these conditions occur then the Engineer and/or the WTCS should consider additional measures to enhance the motorist’s awareness of the changes even though the staging plans may not address enhanced features. Stop signs should be a minimum of 36 inches for interim situations. The use of 48 inch stop signs may be warranted under project specific conditions. Flags may be used on interim/permanent stop signs that are mounted at seven (7’) feet in height for a short duration in order to direct additional attention to a new or relocated stop sign(s). Flags should not be used for durations exceeding two weeks unless unusual or site specify conditions warrant a longer period of time. The use of Type “A” flashing red light(s) attached to the stop sign(s) may be appropriate during the same period that the flags are in use to increase attention. The use of rumble strips and/or portable changeable message signs may be considered. The use of new rumble strips, where none previously existed, shall have the prior approval of District Traffic Operations before being included as part of the temporary traffic control plan. The message(s) displayed on any PCMS shall have the prior approval of the Engineer and the message(s) shall be included as part of the TTC plan for the interim staging. The placement of any additional interim ground-mounted signs and posts or stop bars shall be considered as incidental to the price bid for Lump Sum-Traffic Control. The installation of rumble strips, flashing beacons or the use of Portable Changeable Message Signs (PCMS) shall be considered as Extra Work unless pay items are included in the contract. B. WORK ZONE RESTRICTIONS 1. Interstate The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile of distance. 2. Non-Interstate Divided Highways The Contractor shall not simultaneously perform work on both the inside shoulder and outside shoulder on either direction of traffic flow when the Work is within 12 feet of the travel-way, unless such areas are separated by at least one-half mile distance in rural areas or at least 500 feet of distance in urban areas. 3. Non-Divided Highways a. The Contractor shall not simultaneously perform work on opposite sides of the roadway when the work is within 12 feet of the travel-way, unless such areas are separated by at least one- half mile of distance in rural areas or at least 500 feet of distance in urban areas. b. On two-lane projects where full width sections of the existing subgrade, base or surfacing are to be removed, and new base, subgrade, or surfacing are to be constructed, the Contractor shall maintain one-lane traffic through the construction area by removing and replacing the undesirable material for half the width of the existing roadway at a time. Replacement shall be made such that paving is completed to the level of the existing pavement in the adjacent lane by the end of the workday or before opening all the roadway to traffic. BL017-21 Page 30 4. All Highways a. There shall be no reduction in the total number of available traffic lanes that existed prior to construction except as specifically allowed by the Contract and as approved by the Engineer. b. Travelway Clearances: All portions of the work shall maintain the following minimum requirements: Horizontal: The combined dimensions of the paved shoulder and the roadway surface remaining outside the Work Zone shall be no less than sixteen (16) feet in width at any location. Vertical: The overhead clearance shall not be reduced to less than fifteen (15) feet at any location. The restrictions above apply to all shifts, lane closures, on-site detours and off site detours whether shown in the contract or proposed by the Contractor. It shall be the responsibility of the Contractor to verify that these minimum requirements have been met before proceeding with any phase of the Work. Two-lane two-way roadways may have temporary horizontal restrictions of less than sixteen (16) feet provided a flagger operation for one-way traffic is utilized to restrict access to the work area by over-width loads. The minimum horizontal clearance shall be restored before the flagging operation is removed. c. Highway Work Zone: All sections or segments of the roadway under construction or reconstruction shall be signed as a Highway Work Zone except non-state highway two-lane two-way resurfacing projects. Two conditions can be applied to a Highway Work Zone. Condition 1 is when no reduction in the existing speed limit is required. Condition 2 is when worksite conditions require a reduction of the speed limit through the designated Work Zone. Properly marking a Highway Work Zone shall include the following minimum requirements: 1. NO REDUCTION IN THE EXISTING POSTED SPEED LIMIT IN HIGHWAY WORK ZONE: a) Signage (Detail 150-HWZ-1) shall be posted at the beginning point of the Highway Work Zone warning the traveling public that increased penalties for speeding violations are in effect. The HWZ-2 sign shall be placed a minimum of six hundred (600’) feet in advance of the Highway Work Zone and shall not be placed more than one thousand (1000’) feet in advance of the Work Zone. If no speed reduction is required it is recommended that the HWZ-2 be placed at 750 feet from the work area between the ROAD WORK 500 FT. and the ROAD WORK 1000 FT. signs. HWZ-2 signs shall be placed at intervals not to exceed one mile for the length of the project. HWZ-2 signs should be placed on the mainline after all major intersections except State Routes. State Routes shall be signed as per the requirements for intersecting roadways below. b) The existing speed limit shall be posted at the beginning of the Work Zone. Existing Speed Limit signs (R2-1) shall be maintained. c) INTERSECTING ROADWAYS: Intersecting state routes shall be signed in advance of each intersection with the Work Zone with a HWZ-2 sign to warn motorists that increased fines are in effect. All other intersecting roadways that enter into a designated Highway Work Zone may be signed in advance of each intersection with http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#Xdetail150HWZ2%23Xdetail150HWZ2 http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#Xdetail150HWZ2%23Xdetail150HWZ2 http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#Xdetail150HWZ2%23Xdetail150HWZ2 http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#Xdetail150HWZ2%23Xdetail150HWZ2 http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#Xdetail150HWZ2%23Xdetail150HWZ2 BL017-21 Page 31 the Work Zone. When construction equipment and personnel are present in the intersection on the mainline of a multi-lane roadway, the intersecting side roads shall be signed in advance with HWZ-2 signs. As soon as the work operation clears the intersection the signage may be removed. d) Sign HWZ-3 shall be posted at the end of the Highway Work Zone indicating the end of the zone and indicating that increased penalties for speeding violations are no longer in effect. e) When a designated Highway Work Zone is no longer necessary all signs shall be removed immediately. 2. REDUCING THE SPEED LIMIT IN A HIGHWAY WORK ZONE: Highway Work Zone signs shall be posted as required in Condition 1 above. For limited access (interstate) highways and controlled access multi-lane divided highways the posted speed limit shall be reduced as required below. Speed Limit signage (R2-1) for the reduced speed limit shall be erected at the beginning of the work zone. Additional signs shall be placed to ensure that the maximum spacing of the reduced speed limit signs shall be no greater than one (1) mile apart. Existing speed limit signs shall be covered or removed. On multi-lane divided highways the speed limit signs shall be double indicated when the reduced speed is in use. When any one or more of the following conditions exist and the existing speed limit is 65 mph or 70 mph, the speed limit shall be reduced by 10 mph. If the existing speed limit is 60 mph, the speed limit should be reduced by 5 mph. If the existing speed limit is 55 mph or less, the Contractor can only reduce the speed limit with the prior approval of the Engineer. The reduction in the speed limit shall be no greater than 10 mph: a) Lane closure(s) of any type and any duration. b) The difference in elevation exceeds two inches adjacent to a travel lane as shown in Subsection 150.06, Detail 150-B, 150-C. c) Any areas where equipment or workers are within ten feet of a travel lane. d) Temporary portable concrete barriers located less than two (2’) feet from the traveled way. e) As directed by the Engineer for conditions distinctive to this project. When the above conditions are not present the speed limit shall be immediately returned to the existing posted speed limit. A speed reduction shall not be put in place for the entire length of the project unless conditions warranting the speed reduction are present for the entire project length. All existing speed limit signs within the temporary speed reduction zone shall be covered or removed while the temporary reduction in the speed limit is in effect. All signs shall be erected to comply with the minimum requirements of the MUTCD. As a minimum the following records shall be kept by the WTCS: a) Identify the need for the reduction. b) Record the time of the installation and removal of the temporary reduction. c) Fully describe the location and limits of the reduced speed zone. d) Document any accident that occurs during the time of the reduction. http://tomcat2.dot.state.ga.us/thesource/pdf/special_provisions/shelf/sp150.html#Xdetail150HWZ2%23Xdetail150HWZ2 http://tomcat

Gwinnett County GA 30024Location

Address: Gwinnett County GA 30024

Country : United StatesState : Georgia

You may also like

Street Resurfacing & Sidewalk Reconstruction Project Year 2 - Contract 2

Due: 07 May, 2024 (in 4 days)Agency: City Of Albany

Wells Road Resurfacing

Due: 03 May, 2024 (Today)Agency: Huron County

Fourth Plain - Ft. Vancouver Way to Andresen Road NHS Resurfacing Project

Due: 14 May, 2024 (in 11 days)Agency: City of Vancouver

Please Sign In to see more like these.

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