Loading...
HomeMy Public PortalAbout12-0648 City of Tybee CITY OF TYBEE ISLAND BUILDING PERMIT DATE ISSUED: 12-6-2012 PERMIT#: 120648 WORK DESCRIPTION 14TH TO 16TH IMPROVEMENT PROJ WORK LOCATION 14TH TO 16TH STREET OWNER NAME 6124 CITY OF TYBEE ADDRESS PO BOX 2749 CITY,ST,ZIP TYBEE ISLAND GA 31328-2749 PHONE NUMBER CONTRACTOR NAME 6124 CITY OF TYBEE ADDRESS PO BOX 2749 CITY STATE ZIP TYBEE ISLAND GA 31328-2749 FLOOD ZONE BUILDING VALUATION SQUARE FOOTAGE OCCUPANCY TYPE U TOTAL FEES CHARGED $ 0.00 PROPERTY IDENTIFICATION# PROJECT VALUATION $140,000.00 THE CITY WILL BE PLANTING DONATED PALM TREES TOTAL BALANCE DUE: $ 0.00 It is understood that if this permit is granted the builder will at all times comply with the zoning,subdivision,flood control,building,fire,soil and sedimentation,wetlands,marshlands protection and shore protection ordinances and codes whether local,state or federal,including all environmental laws and regulations when applicable,subsequent owners should be informed that any alterations to the property must be approved by the issuance of another building permit. Permit holder agrees to hold the City of Tybee Island harmless on any construction covered by this permit. This permit must be posted in a conspicuous location in the front of building and protected from the weather. If this permit is not posted work will be stopped. The building contractor will replace curb paving and gutter broken during construction. This permit will be voided unless work has begun within six months of the date of issuance. Signature of Building Inspector or Authorized Agent: 1,/v . �( . /it 4 P.0.Box 2749-403 Butler Avenue,Tybee Island,Georgia 31328 (912)786-4573-FAX(912)786-9539 www.cityoftybee.org /a?- ©6f fi� � City of Tybee Island, Georgia ' i 912-472-5033 or 912-472-5031 - Fax 912-786-9539 R by, APPLICATION FOR BUILDING PERMIT Property Address: Ht 4-0 ' (Q 61-re_QA} Name Mailing Address Telephone Home: Owner ,� 0-(9 T. .i___- _ Cell: Architect or Engineer ' ,1 (( Office: Contractor t\-U W 11I r ct m S Cell: (Check all that apply) ❑ Single Family ❑ Discovery/Tearout ❑ Demolition of Structure ❑ Duplex ❑ Footprint Changes- ❑ Other ❑ Multi-Family units new square feet ❑ Commercial units / heated/cooled Details of Project: 1 �� (D --- 5 4. Pj4-I e r A yen ueJ �m p r O Ver - -a+- ?roc) e.c_`� Estimated Cost of Construction: $ I40+ Q 0 0 (materials + labor+ profit/overhead) If applicable, attach a copy of the certified elevation certificate and/or survey of the property. Depending upon the scope of the work, two sets of construction drawings and/or a site plan may be required. Year Built: Listed on National Historic Register or located within a National Historic District? Y / N *Buildings older than 50 years may be eligible to be listed on the State/National Register. With this designation, you may be eligible to take advantage of various tax incentive programs while preserving the heritage of Tybee Island. *Also see the Tybee Island Land Development Code Article 14: Historic Preservation During construction: On-site restroom facilities will be provided through . Construction debris will be disposed by by means of . I understand that I must comply with zoning,flood damage control, building,fire, shore protection and wetland ordinances, FEMA regulations and all applicable codes and regulations. I realize that I must ensure the adequacy of drainage of this property so that surrounding property is in no way adversely affected as required by Article 16, Stormwater Management. I accept responsibility for any corrective action that may be necessary to restore drainage impaired by this •ermitted construction. Date: 12 5-1 2 Signature of Applicant: o`•--i FEES Printed Name — Permit Inspections AA Note: A permit normally takes 7 to 10 days to process Cap Cost Rec Water Tap Approvals: Signature Date Sewer Stub `' VI Planning &Zoning Manager Eng. Fees M Building Official Aid to Const. Water/Sewer Storm/Drainage City Manager f1 a-14-1 LJ `6l b e. (C,Lr,.`4-, •S TOTAL CI o n Q al -1-t'e.sz-S . LEAD-BASED PAINT RRP RULES Ordinary renovation and maintenance activities can create dust that contains lead. Contractors who perform renovation, repairs, and painting jobs in pre-1978 housing and child-occupied facilities must, before beginning work, provide owners, tenants, and child-care facilities with a copy of EPA's lead hazard information pamphlet Renovate Right: Important Lead Hazard information for Families, Child Care Providers, and Schools. Contractors must document compliance with this requirement. After April 22, 2010, federal law will require you to be certified and to use lead-safe work practices. Georgia Environmental Protection Division Lead-Based Paint and Asbestos Program (404) 363-7026. Projects must be done by a Certified Lead Renovation Firm AND a Certified Renovator When disturbing lead-based painted or coated surfaces or components more than 6 ft2 per interior room or 20 ft2 of exterior surfaces AND all window replacements and partial demolitions of any size. * * * * * * * * **** * * ** * * * ** Asbestos/Environmental Notification to Georgia EPD for Projects Involving Demolition, Wrecking, or Renovation The undersigned hereby acknowledges that the issuance of this permit does not in any way grant permission to the owner, owner's representative, or permit holder to proceed with demolition, wrecking, or renovation of a structure prior to the filing of any required ten (10) day "Project Notification for Asbestos Renovation Encapsulation or Demolition" form in accordance with the Georgia Asbestos Rules. The Georgia Environmental Protection Division administers the rules. In most cases, the rules require both the owner and the involved contractors to assure the portion of the building involved in the project is thoroughly inspected by an Accredited Asbestos Inspector for materials that contain asbestos; and the removal of the asbestos before renovation, wrecking, or demolition begins almost without exemption. Georgia EPD requires a completed demolition notification from be submitted 10 workings days in advance even if no asbestos is present in the building. Further guidance for regulatory compliance and contact telephone numbers are provided by the brochures entitled Asbestos & Renovation and Asbestos and Demolition. Other environmental issues such as asbestos removal techniques, lead abatement, ground contamination, or unusual site conditions may have EPD regulations that could affect the project. * * * * ** * * * ** * * * ** * * * ** BMPs While BMP deficiencies are not necessarily the fault of the owner or his agent, BMPs are their responsibility. Two areas of deficiencies are in the most basic and common BMPs; Co — Construction Exit and Sd1 — Sediment Barrier. Correct installation information can be found in the Field Manual for Erosion and Sediment Control in Georgia, Fourth Edition 2002, Georgia Soil and Water Conservation Commission; http://www.gaswcc.org/docs/field_manual_4ed.pdf. Problems with the Co is not limited to the installation, but to material. The stone will be a representation of 1.5"-3.5" stone or larger. Type A sediment barriers have been installed where Type C is required and shown on the permit drawings. Where two rows are called for they will be installed with a separation that allows for the first one to fail (fall over) without impacting the second one. The complete assembly and installation must be compliant; steel or wood posts, post spacing, Type C or A. Signature for receipt of Lead Paint, Asbestos, and BMP notices. Date Printed Name MAYORS, on CITY MANAGER Jason Buelterman ©4l, Diane Schleicher CITY COUNCIL ,� CLERK OF COUNCIL Wanda Doyle,Mayor Pro Tern LeViner Barry Brown Jan Fox " CITY ATTORNEY Bill Garbett �• :r Edward M.Hughes tv Tom Grooveriot3tov '‘ w Paul Wolff CITY OF TYBEE ISLAND City Council Agenda Item Request Agenda Item Requests and supporting documentation must be submitted to the Clerk of Council by 4:00PM on the Thursday prior to the next scheduled Council meeting. If this form is received after the deadline,the item will be listed on the next scheduled agenda. Council Meeting Date for Request: November 8th, 2012 Approval of lowest qualified bid for Butler Avenue Pedestrian Safety Project: CSTEE- 0008-00(997) P.I. 0008997 Chatham—AD Williams Construction, Company, Inc., Savannah, GA- $140,000 City Council to approve lowest qualified bidder and contract project and to approve amending the FY 13 budget - $125,000 to 100-00-33-4400 (Grant Revenues) and $125,000 to 340-00-33-1001 (TE/Butler Grant Fund). This is a reimbursement grant program. 8.21.12 - $13,274.15 PO#13-20312 for FY 13 for balance of engineering contract: $13,274.15 11.1.12 - Bid Amount from AD Williams: $140,000.00 Total Anticipated Cost in FY13 $153,274.15 SPLOST amount for project budgeted in FY 13: $31,200.00 TE Grant funds Available for Reimbursement by GDOT during and after construction: $125,000.00 Total FY 13 Budget: $156,200.00 Budget Line Item Number (if applicable): 320-49-54-2500 and 340-00-33-1001 (TE/Butler Grant Fund) and 100-00-33-4400 (Grant Revenues) Paper Work: X_Attached* Audio/Video Presentation** Submitted by: Diane D. Schleicher Phone/Email: dsch @cityoftybee.org Comments: Date given to Clerk of Council 11.1.12 * * * P.O. Box 2749—403 Butler Avenue,Tybee Island,Georgia 31328-2749 *Certified (866) 786-4573—FAX(866) 786-5737 City of Ethics y� www.cityoftybee.org Course Summary Page 12 of 37 Protection of environment An action which is taken or assistance which is provided pursuant to section 5170a, 5170b, 5172, or 5192 of this title, including such assistance provided pursuant to the procedures provided for in section 5189 of this title, which has the effect of restoring a facility substantially to its condition prior to the disaster or emergency, shall not be deemed a major Federal action significantly affecting the quality of the human environment within the meaning of the National Environmental Policy Act of 1969 (83 Stat. 852) [42 U.S.C. § 4321 et seq.]. Nothing in this section shall alter or affect the applicability of the National Environmental Policy Act of 1969 or other F deral actions taken under this chapter or any other provision of law. Lesson Summary You have completed Lesson of the course. You should ow be able to describe the: o Goals of NEPA. o Elements of a good scope of wa k. o Levels of NEPA review. Lesson 3: Other Environmental Laws Lesson Overview i This lesson introduces environmental laws and regu 1tions typically encountered on FEMA-funded projects. At the end of this lesson, you should be able to: o Describe FEMA's responsibilities under,�rarious biologica , coastal, water resource, pollution control, debris management, and socioeconor�r,{(ic laws. o Identify FEMA actions that trigger reAiew under certain environmental laws. o Outline applicant and sub-applica it roles and responsibilities fo compliance with environmental laws, Executive Orders (EOs), and reg ations. Biological Laws This lesson will cover the foil ing biological laws and how they apply to the FEMA mission: o Endangered Species A (ESA) o Fish and Wildlife Coo dination Act (FWCA) o Migratory Bird Tre y Act (MBTA) o Bald and Golden agle Protection Act (BGEPA) o Magnuson-Ste ens Fishery Conservation and Management Act o EO 13112, IAvasive Species Endangered Species Act Enacted in 1973, the Endangered Species Act (ESA): http://emilms.fema.gov/is253 a/EHPsummary.htm 09/27/2012 IKEIVED to_ ! 2- prof BID PROPOSAL City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: Ms. Diane Schleicher PROJECT TITLE: SR 26/BUTLER AVENUE FROM CS 809114TH STREET TO CS 804/TYBRISA STREET CSTEE-0008-00(997) SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to SR 26/Butler Avenue from CS 809114th Street to CS 804/Tybrisa Street, CSTEE-0008-00(997) dated August,2012, and Addendum No.(s) ,and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified,needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 BID SCHEDULE CSTEE-0008-00(997) P.I. No. 0008997 Tybee Island, Georgia August, 2012 Unit Total Item Description Unit Quantity Price Price ROADWAY 150-1000 Traffic Control CSTEE-0008-00(997) LS Lump 210-0100 Grading Complete CSTEE-0008-00(997) LS Lump 441-0016 Driveway Concrete 6 in. TK SY 237 _ 441-4050 Concrete Valley Gutter, 8 in. SY 185 441-6222 Concrete Curb and Gutter, 8 in x 30 in., TP 2 LF 1,740 610-6515 Remove Highway Signs, STD EA 27 611-5551 Reset Sign EA 27 647-1000 Traffic Signal Installation No. 1 LS Lump 702-1020 Saba! Palmetto EA 30 900-0039 Brick Pavers SF 5,700 TOTAL,ALL WORK $ 2 For and in consideration of the sum of$1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids,the Undersigned agrees to execute within ten days a Contract(Form of Agreement between Contractor and Owner)for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications,both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 90 consecutive calendar days. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as determined by GDOT Section 108.08 for each consecutive calendar day of delay. Enclosed herewith is a Bid Bond in the amount of Dollars($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond,the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure;otherwise the obligation of the Bid Bond will be null and void. 3 The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. FAX NO. WHEN ORGANIZED WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Street Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 4 1.61119 HUSSEY, GAY, BELL & DEYOUNG, INC. CONSULTING ENGINEERS ESTABLISHED 1958 A Bell Company TRANSMITTAL To: Ms. Diane Schleicher/ City Manager Date: 10/3/2012 City of Tybee Island 403 Butler Avenue Tybee Island, GA 31328 (912) 786-4573 Re: SR 26/Butler Avenue for CS 809/14th Street to CS 804/Tybrisa Street For the City of Tybee Island - CSTEE-0008-00(997) PI No. 0008997 Job #: 112199694.13 cc: Inman Beasley Bill Nicholson We are transmitting Fl herewith, ❑ under separate cover, the following: ITEM TRANSMITTED BY Prints Hand/Messenger Copies Date Description Action 1 Set 9/20/2012 Plans For Your Use 1 8/2012 Specifications For Your Use 1 Bid Documents For Your Use Remarks: Ms. Schleicher, Attached are specified documents for the above referenced project. Thank you Hussey, Gay, Bell & DeYoung, Inc. Signed: 7,7; Janet T. Go y E-Mail:jgodfrey @hgbd.com Attachments: 329 COMMERCIAL DRIVE(31406)•P.O.BOX 14247•SAVANNAH,GEORGIA 31416-1247•TELEPHONE 912.354.4626•FACSIMILE 912.354.6754 CONTRACT DOCUMENTS for SR 26/BUTLER AVENUE FROM CS 809/14TH STREET TO CS 804/TYBRISA STREET CSTEE-0008-00(997) PI NO. 0008997 for the CITY OF TYBEE ISLAND Chatham County, Georgia August, 2012 Prepared by: A Bell Cunipwn HUSSEY, GAY, BELL & DEYOUNG, INC. Consulting Engineers Savannah, Georgia TABLE OF CONTENTS PAGE NUMBERS PART I-BIDDING REQUIREMENTS Advertisement for Bids 2 Pages Instructions and Information to Bidders 4 Pages Bid Proposal 4 Pages PART II- CONTRACT FORMS Contract Form 2 Pages Payment Bond 3 Pages Performance Bond 3 Pages PART III- SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 00700 General Conditions 00700-1 thru 00700-62 01002 Special Conditions 01002-1 thru 01002-10 01150 Measurement and Payment 01150-1 thru 01150-2 Required Contract Provisions Wage Rate Determination Special Provisions and Supplemental Specifications All work on this project will be done in compliance with the 2001 edition of the Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems, the Supplemental Specifications Book, current edition, and applicable special provisions. These documents are incorporated into this document by reference and are in place of project specific specifications. NOTICE TO CONTRACTORS AND INVITATION/ADVERTISEMENT FOR BIDS Sealed bids will be received for SR 26/Butler Avenue from CS 809114th Street to CS 804/Tybrisa Street in the Tybee Island City Hall until 2:00 P.M. (Local Time), Thursday, November 1, 2012, at which time they will be publicly opened and read. The work under this Contract will consist generally of the following: Construction of approximately 1,740 feet of concrete curb and gutter within the limits of existing pavements, 5,700 square feet of pavers on existing shoulder and associated traffic control,grading and ancillary construction. All work on the project will be done in compliance with the 2001 Edition of the Georgia Department of Transportation Standard Specifications, the 2008 Edition of the Supplemental Specifications Book, and applicable special provisions and supplemental specifications. The Plans and Contract Documents are available for inspection at the office of Hussey,Gay, Bell&DeYoung,Inc.,Consulting Engineers,329 Commercial Drive,Suite 200,Savannah,Georgia. One(1) set of Plans and Contract Documents may be obtained by application, accompanied by a check or money order in the amount of $75.00 payable to Hussey, Gay, Bell &DeYoung, Inc.,P.O.Box 14247,Savannah,Georgia,31416(329 Commercial Drive,31406). No refund will be made for returned documents. All questions concerning the plans,Specifications and other Contract Documents should be directed to Hussey,Gay,Bell&DeYoung,Inc. Consulting Engineers, P.O. Box 14247,Savannah, Georgia, 31416, telephone (912) 354-4626. Bids must be accompanied by a certified check or Bid Bond in the amount of five percent of the amount bid. The successful bidder must be able to provide a Payment Bond and Performance Bond within ten days of Notice of Award. The Performance Bond shall be 100% of the contract amount,while the Payment Bond shall be 110% of the contract amount. This contract has a DBE goal of five percent(5%). Bidders submitting bids over$2,000,000 should be prequalified with GDOT. Bidders submitting bids$2,000,000 or less should be prequalified or registered subcontractors with GDOT. The provisions of the Davis Bacon Act will apply. The City of Tybee Island,in accordance with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252 42 USC 2000d-42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary,Part 21,nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement that minority business enterprises will be afforded full opportunity to submit bids in 1 response to this invitation and will not be discriminated against on the grounds of race, color sex or national origin in construction for an award. A pre-bid conference will be held at the Tybee Island City Hall at 10:00 a.m. on October 23, 2012. Project definitions will be discussed and bidder's questions answered. The City of Tybee Island reserves the right to reject any or all bids and to waive technicalities and informalities. City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 2 INSTRUCTION AND INFORMATION FOR BIDDERS 1. BASIS OF CONTRACT: See Invitation/Advertisement for Bids and proposal Form. 2. BID SECURITY: See Invitation/Advertisement for Bids and Proposal Form. 3. USE OF GDOT SPECIFICATIONS: The project will be constructed in accordance with the pertinent technical specifications found in the current edition of the Georgia Department of Transportation Standard Specifications for the Construction of Transportation Systems. All measures regarding materials or execution contained in these specifications will be enforced unless special approval is given by the City for alternate means. The contractor shall be responsible for obtaining a copy of these specifications and for familiarizing himself and his forces with their requirements. The DBE Goals form, Federal Aid Certification, Non-Collusion Certification, and the Georgia Security and Immigration Compliance Act Affidavit included in these bid documents must be completed by the bidder and must be submitted with the bid. Bids which are not accompanied by these documents cannot be considered for award. The prime contractor and all subcontractors must be certified by the Georgia Department of Transportation. 4. INTERPRETATIONS: No oral interpretation will be made to bidders as to the meaning of the Plans. Requests for interpretation of Plans must be made in writing to the Engineer not later than 7(seven)days prior to the date set for receipt of proposals, and failure on the part of the successful bidder to do so shall not relieve him as Contractor of the obligation to execute such work in accordance with a later interpretation by the Engineer. All interpretations made to bidders will be issued in the form of addenda to the plans and specifications and will be sent to all bidders. Such addenda are to be covered in the proposal, and in closing the Contract they will become a part thereof. 5. BIDDERS TO INVESTIGATE: Bidders are required to submit their proposals upon the following express conditions,which shall apply to and become part of every bid received, viz: Each Bidder must satisfy himself and form his own opinion by personal examination of the location and ground of the proposed work, and by such other means as he may desire,as to the actual conditions and requirements of the work, including the materials to be excavated; must make his own interpretations and satisfy himself by his own investigations and research regarding labor and materials needed, and shall make his bid in sole reliance thereon. Any information or data furnished by the Owner or its employees for the convenience of any bidder is not guaranteed. 1 6. PROPOSALS: Proposals will be opened and read as stated in the Invitation/Advertisement for Bids. All bids must be submitted on the Bid Proposal Form furnished to the Bidder as a part of these documents and must be signed. All blanks on the proposal form must be filled in. Numbers shall be written in English words and in Arabic Numerals, and the completed form shall be without interlineation, alteration, or erasure. Failure to submit a proposal in the form requested or the inclusion of any condition, alternate, limitation or provision not called for will render the bid irregular and shall be considered sufficient cause for rejection of a bid. Failure to complete entries in all blanks in the proposal form shall be considered sufficient cause for rejection of a proposal. All addenda issued shall be acknowledged in the place so designated. All alternates,if any, shall be bid on; the term "no bid" shall not be used. In the event that the Bidder does not desire to make a change in price from his Base Bid for any given alternate,he shall so indicate by using the words "no change." Proposals shall close with legal name of Bidder and be executed by one legally authorized to bind the bidding firm to a contract. Bid Security,made payable to the Owner,shall be in the amount of five percent(5%)of the Base Bid. Security shall be a Bid Bond issued by a surety licensed to conduct business in state where project is located, and shall have attached Power of Attorney certifying bond signee. A proposal cannot be withdrawn after it is filed,unless Bidder makes written request to the Owner prior to time set for opening of bids, or unless the Owner fails to accept bid within 60 days after date fixed for opening of bids. If any bidder refuses to enter into a contract, the Owner will retain his Bid Security as liquidated damages but not as a penalty. Submittal: The Proposal,in duplicate,and a single copy of the Bid Security together with the Power of Attorney shall be contained in a sealed envelope bearing the Bidder's name and utility contractor's license number clearly addressed to the Owner as indicated on the Proposal Form. In addition, in large letters on both the front and back of the envelope, the following shall appear: "PROPOSAL FOR CONSTRUCTION. DO NOT OPEN UNTIL (INSERT TIME) O'CLOCK, (INSERT DATE)" not later than the date and hour named therein. After that time, no proposals will be received or withdrawn. 7. FORM OF AGREEMENT: Form of Agreement will be on the enclosed Form in the Bid Documents. 8. AWARD: If the contract is awarded, it will be awarded to the lowest reliable bidder whose proposal shall have met all the prescribed requirements. The Owner reserves the right to reject any or all bids and to waive technicalities and informalities. 2 The Owner reserves the right to select the alternates to be used in determining the lowest bid. If such bid exceeds such amount,the Owner may reject all bids. The Owner will decide which is the lowest qualified bidder, and in determining such bidder,the following elements will be considered for each bidder: a. Maintains a permanent place of business. b. Has adequate plant equipment and personnel to perform the work properly and expeditiously. c. Has suitable financial status to meet obligations incident to the work. d. Has appropriate technical experience. 9. CONTRACTOR TO BE SATISFACTORY TO OWNER: The Contract will not be awarded to any bidder or bidders who have failed in any contractual obligations to the Owner,or who has on any previous contract performed in a manner unsatisfactory to the Owner, either as to the character of the work, the fulfillment of guarantees or the time consumed in its completion. The three low bidders shall,upon written request and prior to the letting of a contract,furnish the Owner with the following information relative to his own business and that of each of the subcontractors named in his Bid Proposal. (a) A statement of his experience,including a list ofprojects for which he or his firm was a responsible contractor or subcontractor; such lists shall indicate the name or identification and location of each project, the year it was completed, a brief description and the approximate dollar value of the work for which he was responsible. (b) A statement of experience of each subcontractor named in his Bid Proposal; each statement shall include a list of projects for which the named subcontractor was a responsible contractor or subcontractor; such lists shall include the name or identification and location of each project, the year is was completed, a brief description and the approximate dollar value of the work for which the named subcontractor was responsible. (c) The amount of capital and equipment the Bidder has available for the work of the project. (d) The amount of capital and equipment each of the named subcontractors has available for the work of the project. (e) A statement showing the financial assets and liabilities of the Bidder,certified to by a Certified Public Accountant. (f) A statement from each of the named subcontractors showing his assets and liabilities, certified by a Certified Public Accountant. 3 10. LIQUIDATED DAMAGES: Liquidated damages as determined from GDOT Section 108.08 will be assessed for each consecutive calendar day of delay in the completion of the work not excusable as provided in the Special Conditions (Section 01002) and the Bid Proposal. 11. SURETY AND INSURANCE COMPANIES: The Contract provides that the surety and insurance companies must be acceptable to the Owner. To avoid inconvenience, any bidder or subcontractor should confer with the Owner to determine whether the surety or insurance companies expected to be used on the work are acceptable to the Owner. (See Section 00700, Article 5.) 12. PRECONSTRUCTION CONFERENCE: The selected contractor will be required to attend a preconstruction conference between the contractor,the City of Tybee Island and the GDOT Area office. The GDOT Area Engineer and the DBE firms to be used on the project as identified on the DBE Goals Form are to be invited to ensure that the firms are known to all parties and steps are taken to assure their use on the project. 4 BID PROPOSAL City of Tybee Island P.O. Box 2749 Tybee Island, Georgia 31328 ATTENTION: Ms. Diane Schleicher PROJECT TITLE: SR 26/BUTLER AVENUE FROM CS 809114TH STREET TO CS 804/TYBRISA STREET CSTEE-0008-00(997) SUBMITTED BY: Gentlemen: Having carefully examined the Plans, Specifications and other Contract Documents relating to SR 26/Butler Avenue from CS 809114th Street to CS 804/Tybrisa Street, CSTEE-0008-00(997) dated August,2012, and Addendum No.(s) ,and also having carefully inspected the premises and the conditions affecting the work, the undersigned hereby proposes and agrees to furnish all materials, labor skill, equipment, tools and other things of every kind and description specified,needed or used for the complete execution of all work covered by and in conformity with the aforesaid Plans, Specifications and other Contract Documents prepared by HUSSEY, GAY, BELL & DEYOUNG, INC., Consulting Engineers (hereinafter called the "Engineer") and all Amendments and Addenda thereto, for the sums hereinafter stated. SCHEDULE OF BID PROPOSAL: Bidder must fill in unit prices in figures, make extensions of each item and total as indicated. For complete information concerning these items, see Plans and Specifications. 1 BID SCHEDULE CSTEE-0008-00(997) P.I. No. 0008997 Tybee Island, Georgia August, 2012 Item Description Unit Quantity Unit Total Price Price ROADWAY 150-1000 Traffic Control CSTEE-0008-00(997) LS Lump 210-0100 Grading Complete CSTEE-0008-00(997) LS Lump 441-0016 Driveway Concrete 6 in. TK SY 237 441-4050 Concrete Valley Gutter, 8 in. SY 185 441-6222 Concrete Curb and Gutter, 8 in x 30 in., TP 2 LF 1,740 610-6515 Remove Highway Signs, STD EA 27 611-5551 Reset Sign EA 27 647-1000 Traffic Signal Installation No. 1 LS Lump 702-1020 Sabal Palmetto EA 30 900-0039 Brick Pavers SF 5,700 TOTAL,ALL WORK $ 2 For and in consideration of the sum of$1.00, the receipt of which is hereby acknowledged, the Undersigned agrees that this proposal may not be revoked or withdrawn after the time set for the opening of bids but shall remain open for acceptance for a period of sixty days following such time. In case he be notified in writing by mail, telegraph, or delivery of the acceptance of the Proposal within sixty days after the time set for the opening of bids,the Undersigned agrees to execute within ten days a Contract(Form of Agreement between Contractor and Owner)for the work for the above stated compensation and at the same time to furnish and deliver to the Owner a Performance Bond and Payment Bond in accordance with the instructions bound in the specifications,both in an amount equal to 100 percent of the contract sum. The Undersigned agrees to commence actual physical work on the site with an adequate force and equipment within ten days of a date to be specified in a written order from the Owner and to complete fully all work within 90 consecutive calendar days. The Undersigned Bidder agrees to pay to the Owner, Liquidated Damages as determined by GDOT Section 108.08 for each consecutive calendar day of delay. Enclosed herewith is a Bid Bond in the amount of Dollars($ ) being not less than 5 percent of the Base Bid. The Bid Bond must be submitted on a form acceptable to the Owner. The Undersigned agrees that the above stated amount is the proper measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execute the Contract and to furnish the performance Bond and Payment Bond in case this proposal is accepted and further agrees to the following: If this Proposal is accepted within 60 days after the date set for the opening of bids and the Undersigned fails to execute the Contract within 10 days after written notice of such acceptance or if he fails to furnish both a Performance Bond and Payment Bond,the obligation of the Bid Bond will remain in full force and effect and the money payable thereon shall be paid into the funds of the Owner as Liquidated Damages for such failure;otherwise the obligation of the Bid Bond will be null and void. 3 The Bidder submits the following statement of Bidder's qualifications. BIDDER'S QUALIFICATIONS NAME OF BIDDER STREET ADDRESS TELEPHONE NO. FAX NO. WHEN ORGANIZED WHERE INCORPORATED LICENSED TO DO BUSINESS IN THE STATE OF The foregoing statement of qualifications is submitted under oath: Respectfully submitted, Name: Street Address: By: Title: The legal name of the Bidder is: (Attach satisfactory evidence of the authority of the officer, or officers, signing on behalf of a corporation.) 4 CONTRACT FORM THIS AGREEMENT made the day of in the year Two Thousand Twelve by and between hereinafter called the Contractor and the City of Tybee Island hereinafter called the Owner. WITNESSETH,that the Contractor and the Owner for the consideration hereinafter named agree as follows: ARTICLE 1. The Contractor agrees to provide all the materials,equipment and labor necessary for the complete construction of all the work shown on the Plans and described in the Contract Documents prepared by Hussey,Gay,Bell&DeYoung,Inc.,for SR 26/Butler Avenue from CS 809114th Street to CS 804/Tybrisa Street, CSTEE-0008-00(997)and to do everything required by the Documents and Plans. ARTICLE 2. The Contractor agrees that the work contemplated by the Contract shall be entirely completed on or before ARTICLE 3. The Owner agrees to pay the Contractor in current funds for the performance of this Contract the sum of Dollars ($ ) subject to additions and deductions as provided for in the Documents and to make payments on account of the Contract as provided for in the Documents, except as hereinafter stated: 1 The Contractor and the Owner for themselves, their successors, executors, administrators and assigns hereby agree to the full performance of the covenants herein contained. IN WITNESS WHEREOF they have hereunto set their hands and seals the day and year first above written. In the presence of: CONTRACTOR: Corporate Seal: Witness: By: Witness: Attest: OWNER: Seal: Witness: By: Witness: Attest: 2 PAYMENT BOND THIS BOND IS EXECUTED TOGETHER WITH ANOTHER BOND IN FAVOR OF THE OWNER AS OBLIGEE CONDITIONED UPON PERFORMANCE OF THE CONTRACT. KNOW ALL MEN BY THESE PRESENTS: That (include address) as principal (hereinafter referred to as "Principal"), and as Surety (hereinafter referred to as "Surety"), are held and firmly bound unto as Obligee(hereinafter referred to as"Owner"), for the use and benefit of claimants defined,hereinafter,in the amount of Dollars ($ ) to which payment principal and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has entered into a contract with Owner dated for the in accordance with Plans and Contract Documents prepared by Hussey,Gay,Bell&DeYoung,Inc., Consulting Engineers, Savannah, Georgia which contract is incorporated herein by reference and made a part hereof, and is hereinafter referred to as the Contract. NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if the Principal shall promptly make payment to all claimants as hereinafter defined,for all labor and materials supplied in the prosecution of the work provided for in said Contract,then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. The said surety to this bond, for value received,hereby stipulates and agrees that no change or changes, extension or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work to be performed thereunder, or the specifications or plans accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or plans. 2. A claimant is defined as any subcontractor and any person supplying labor, materials, machinery, or equipment in the prosecution of the work provided for in said Contract. 3. Every person entitled to the protection hereunder and who has not been paid in full for labor or materials furnished in the prosecution of the work referred to in said bond before the expiration of 1 a period of ninety days after the day on which the last of the labor was done or performed by him,or materials or equipment or machinery was furnished or supplied by him for which such claim is made, or when he has completed his subcontract for which claim is made, shall have the right to sue on such payment bond for the amount,or the balance thereof,unpaid at the time of the commencement of such action and to prosecute such action to final execution and judgement for the sum or sums due him;provided,however,that any person having direct contractual relationship with a subcontractor, but no contractual relationship express or implied with the contractor furnishing said payment bond shall have the right of action upon the said payment bond upon giving written notice to said contractor within ninety days from the day on which such person did or performed the last of the labor,or furnished the last of the materials or machinery or equipment for which such claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished or supplied or for whom the labor was performed or done;provided further that nothing contained herein shall limit the right of action to said 90 day period. Notice may be served by depositing a notice,registered mail,postage prepaid, duly addressed to the Contractor at any place he maintains an office or conducts his business, or his residence, in any post office or branch post office or any letter box under the control of the Post Office Department or,notice maybe served in any manner authorized by law to serve summons or process. Every suit instituted under this Section shall be brought in the name of the claimant without Owner being made a party thereto. The official who has the custody of said bond is authorized and directed to furnish, to any person making application therefore who submits an affidavit that he had supplied labor or materials for such Work and payment therefore has not been made, or that he is being sued on any such bond, a copy of such bond and the contract for which it was given, certified by the official who has custody of said bond;this copy shall be primary evidence of said bond and contract and shall be admitted in evidence without further proof. Applicants shall pay for such certified copies and such certified statements such fees as the official fixes to cover the cost of preparation thereof,but in no case shall the fee exceed the fees which the clerks of the superior courts are permitted to charge for similar copies. 4. No action can be instituted on this bond after one year from the date of the final certificate of the Engineer. 5. Further,this bond shall be considered the same as a bond furnished under Section 13-10 and 36-91 et. seq., of the Official Code of Georgia Annotated, as amended, and all provisions of law pertaining to bonds furnished under said Section shall pertain hereto. 2 Signed and sealed this day of A.D. 2012. IN THE PRESENCE OF: (SEAL) (Principal) (Title) (SEAL) (Surety) (Title) 3 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS That (include Address) as Principal (hereinafter referred to as "Principal"), and (Legal Title and Address of Surety) as Surety (hereinafter referred to as "Surety"), are held and firmly bound unto , as Oblige (hereinafter referred to as "Owner"), in the amount of Dollars ($ ), to which payment Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the above bounden Principal has entered into a contract with Owner dated for in accordance with Drawings and Contract Documents prepared by Hussey, Gay, Bell & DeYoung, Inc., Consulting Engineers, Savannah, Georgia, which contract is incorporated herein by reference and made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Contractor shall promptly and faithfully perform and comply with the terms and conditions of said contract; and shall indemnify and save harmless the Owner against and from all costs, expenses, damages, injury or loss to which said Owner may be subjected by reason of any wrong doing, including patent infringement, misconduct, want of care or skill, default or failure of performance on the part of said Principal, his agents, subcontractors or employees, in the execution or performance of said contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. The said Surety to this bond, for value received, hereby stipulates and agrees that no change or changes, extension or extensions of time. alteration or alterations or addition or additions to the terms of the contract or to the work to be performed hereunder, or the specifications or Drawings accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or Drawings. 1 2. If pursuant to the contract documents the Contractor shall be declared in default by the Owner under the aforesaid Contract, the Surety shall promptly remedy the default or defaults or shall promptly perform the Contract in accordance with its terms and conditions. It shall be the duty of the Surety to give an unequivocal notice in writing to the Owner within twenty-five (25) days after receipt of a declaration of default of the Surety's election either to remedy the default or defaults promptly or to perform the contract promptly, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to the Owner immediately upon completion of(a) the remedy and/or correction of each default, (b) the remedy and/or correction of each item of condemned work, (c) the furnishing of each omitted item of work, and (d) the performance of the contract. The Surety shall not assert solvency of its Principal as justification for its failure to give notice of election or for its failure to promptly remedy the default or defaults or perform the contract. 3. Supplementary to and in addition to the foregoing, whenever the Owner shall notify the Surety that the Owner has notice that the Contractor has failed to pay any subcontractor, materialman, or laborer for labor or materials certified by the Contractor as having been paid for by the Contractor, the Surety shall, within 30 days of receipt of such notice, cause to be paid any unpaid amount for such labor or materials. 4. It is expressly agreed by the Principal and the Surety that the Owner, if he desires to do so, is at liberty to make inquiries at any time of subcontractors, laborers, materialmen, or other parties concerning the status of payments for labor, materials, or services furnished in the prosecution of the work. 5. The Surety agrees that other than as is provided in this bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d)render any service, (e) furnish any papers or documents, or(f)take any action of any nature or description which is not required of the Owner to be done under the contract documents. 6. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the legal successors of the Owner. 2 Signed and sealed this day of A.D. 2012. IN THE PRESENCE OF: (SEAL) (Principal) (Title) (SEAL) (Surety) (Title) 3 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the controlling Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by ,,o ACEC4 AMERICAN COUNCIL OP ENGINEERING COMPANIES ASCE American Society Profess s i Society of Professional Engineers of Civil Engineers ------------_..---._._.._....-----__ Professional Engineers in Private Practice AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIA'1'ED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by CONSTRUCTION SPECIFICATIONS INSTITUTE EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525, 2007 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the Narrative Guide to the EJCDC Construction Documents (EJCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C-800, 2007 Edition). Copyright© 2007 National Society of Professional Engineers 1420 King Street,Alexandria,VA 22314-2794 (703) 684-2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W., Washington,DC 20005 (202) 347-7474 www.acec.org American Society of Civil Engineers 1801 Alexander Bell Drive,Reston,VA 20191-4400 (800) 548-2723 www.asce.org Associated General Contractors of America 2300 Wilson Boulevard, Suite 400,Arlington,VA 22201-3308 (703) 548-3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four EJCDC sponsoring organizations and held in trust for their benefit by NSPE. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. 9.02 Visits to Site 37 9.03 Project Representative 38 9.04 Authorized Variations in Work 38 9.05 Rejecting Defective Work 38 9.06 Shop Drawings, Change Orders and Payments 39 9.07 Determinations for Unit Price Work 39 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work 39 9.09 Limitations on Engineer's Authority and Responsibilities 39 9.10 Compliance with Safety Program 40 Article 10-Changes in the Work; Claims 40 10.01 Authorized Changes in the Work 40 10.02 Unauthorized Changes in the Work 41 10.03 Execution of Change Orders 41 10.04 Notification to Surety 41 10.05 Claims 41 Article 11 -Cost of the Work; Allowances; Unit Price Work 42 11.01 Cost of the Work 42 11.02 Allowances 45 11.03 Unit Price Work 45 Article 12-Change of Contract Price; Change of Contract Times 46 12.01 Change of Contract Price 46 12.02 Change of Contract Times 47 12.03 Delays 47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work 48 13.01 Notice of Defects 48 13.02 Access to Work 48 13.03 Tests and Inspections 49 13.04 Uncovering Work 49 13.05 Owner May Stop the Work 50 13.06 Correction or Removal of Defective Work 50 13.07 Correction Period 50 13.08 Acceptance of Defective Work 51 13.09 Owner May Correct Defective Work 52 Article 14-Payments to Contractor and Completion 52 14.01 Schedule of Values 52 14.02 Progress Payments 52 14.03 Contractor's Warranty of Title 55 14.04 Substantial Completion 55 14.05 Partial Utilization 56 14.06 Final Inspection 57 14.07 Final Payment 57 14.08 Final Completion Delayed 58 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 14.09 Waiver of Claims 58 Article 15—Suspension of Work and Termination 59 15.01 Owner May Suspend Work 59 15.02 Owner May Terminate for Cause 59 15.03 Owner May Terminate For Convenience 60 15.04 Contractor May Stop Work or Terminate 60 Article 16—Dispute Resolution 61 16.01 Methods and Procedures 61 Article 17—Miscellaneous 61 17.01 Giving Notice 61 17.02 Computation of Times 62 17.03 Cumulative Remedies 62 17.04 Survival of Obligations 62 17.05 Controlling Law 62 17.06 Headings 62 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment—The form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder—The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements—The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order—A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim—A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract—The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements,whether written or oral. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 62 12. Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price—The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor—The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work—See Paragraph 11.01 for definition. 17. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer—The individual or entity named as such in the Agreement. 20. Field Order—A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements—Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste—The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act(42 USC Section 6903)as amended from time to time. 24. Laws and Regulations; Laws or Regulations—Any and all applicable laws,rules,regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 26.Milestone—A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 27. Notice of Award—The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed—A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner—The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs—Polychlorinated biphenyls. 31. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 32. Progress Schedule—A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project—The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual—The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s)of contents. 35. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative—The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 39. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 40. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Site—Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion—The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work—Work to be paid for on the basis of unit prices. 50. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive—A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 4 of 62 addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). EJCDC C-700 Standard General Conditions of the Construction Contract Copyright CO 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 E. Furnish, Install, Perform, Provide: 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location)ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services,materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times;Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 62 2.04 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference;Designation of Authorized Representatives A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A,procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on EJCDC C-700 Standard General Conditions of the Construction Contract Copyright CO 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 62 Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner,Engineer, or any of their officers, directors, members,partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby(except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized,by one or more of the following ways: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 62 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60-day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members,partners, employees, agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions, or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 62 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith(except as aforesaid)until receipt of written order to do so. B. Engineer's Review: After receipt of written notice as required by Paragraph 4.03.A,Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing(with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however,to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 62 contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including Owner,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 62 consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 14 of 62 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby(except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5—BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney-in-fact signed each bond. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.B, Contractor shall promptly notify Owner and Engineer and shall,within 20 days after the event giving rise to such notification,provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.B and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage which are sustained: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 17 of 62 a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located,including loss of use resulting therefrom; and 6. claims for damages because of bodily injury or death of any person or property damage arising out of the ownership,maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; 3. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorsement that the coverage afforded will not be canceled,materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 5. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supplementary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee; 2. be written on a Builder's Risk "all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage(other than that caused by flood), and such other perils or causes of loss as may be specifically required by the Supplementary Conditions. 3. include expenses incurred in the repair or replacement of any insured property(including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other loss payee to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such equipment breakdown insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 members, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under this Paragraph 5.06, Owner shall, if possible,include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Waiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors and Engineer, and all other individuals or entities identified in the Supplementary Conditions as loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 62 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof; and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Insurance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non-conformance with the Contract Documents,the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.B. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of 62 interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Engineer in the design or specification of a specific means,method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner's written consent(which will not be unreasonably withheld) given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Engineer for acceptance(to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or-Equal"Items: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 23 of 62 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of Substantial Completion on time, b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 24 of 62 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified, and b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Engineer may require Contractor to furnish additional data about the proposed substitute item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by a Change Order in the case of a substitute and an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner)resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity(including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 25 of 62 required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reasonable objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued. No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Engineer, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others,the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design,process,product, or device specified in the Contract Documents,but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supplementary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 62 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim maybe made therefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 62 by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein,whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 62 shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part,by Contractor, any Subcontractor, Supplier,or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If Engineer determines that a change in the Contract Documents is EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria,materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 31 of 62 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Engineer for review and approval of each such variation. D. Engineer's Review: 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and approval will not extend to means,methods, techniques, sequences, or procedures of construction(except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Engineer and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Engineer; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members,partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work,provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property(other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them maybe liable . EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps,Drawings, opinions, reports, surveys, Change Orders,designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents,then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner's employees,proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 35 of 62 B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful action or inactions. ARTICLE 8—OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements;Reports and Tests A. Owner's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any,with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 36 of 62 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly,but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work, Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated,installed, or completed. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 38 of 62 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. 9.07 Determinations for Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Engineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data)upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question. B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim maybe made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's Authority and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 39 of 62 exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative,if any, and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10—CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 10.02 Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.D. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations,but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Engineer and the other party to the Contract promptly(but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 62 shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.O1.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal (unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part; 2. approve the Claim; or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph 11.01.B, and shall include only the following items: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts,rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer,which bids, if any,will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 44 of 62 limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs 11.O1.A. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor(less any applicable trade discounts)of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 45 of 62 the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 C. Contractor's Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.A.3,the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5, and 11.01.B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e,inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 47 of 62 neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner,Engineer, and their officers, directors, members,partners, employees, agents, consultants, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 48 of 62 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections,tests,or approvals required by the Contract Documents except: 1. for inspections,tests,or approvals covered by Paragraphs 13.03.0 and 13.03.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer,be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 49 of 62 C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof; Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof; until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion(or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement(including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 13.09 Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work, or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction,removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment(but not more often than once a month), Contractor shall submit to Engineer for review an EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 52 of 62 Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: 1. Engineer will,within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations of the executed Work as an experienced and qualified design professional, and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3. By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 62 involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.D)become due, and when due will be paid by Owner to Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 54 of 62 D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor,when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1 and subject to interest as provided in the Agreement. 14.03 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's notification, Owner, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. C. If Engineer considers the Work substantially complete, Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will, within 14 days after submission of the tentative certificate to Owner, notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will, within said 14 days, execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial Completion,Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 56 of 62 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment: 1. After Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.6; b. consent of the surety,if any,to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Application and Acceptance: 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 57 of 62 documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At the same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages,will become due and will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 58 of 62 ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of Engineer;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.B and 15.02.C, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. 15.03 Owner May Terminate For Convenience A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Work or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or(ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or(iii) Owner fails for 30 days EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy,if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless,within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 62 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 62 of 62 SECTION 01002 SPECIAL CONDITIONS 1. COMMENCEMENT AND COMPLETION OF WORK: The Contractor shall commence work under this contract within 10 calendar days after notice to proceed and shall diligently prosecute said work so as to complete the entire project and place it in use within 90 calendar days after notice to proceed. 2. SCOPE OF THE WORK: The work to be done hereunder includes the furnishing of all necessary machinery, equipment,tools, labor and other construction means, and all materials and equipment required to perform all work as set forth and called for by the Plans and Contract Documents and including the placing of the entire project into satisfactory operation. 3. LOCATION: The work under this Contract will be located in the City of Tybee Island, Chatham County, Georgia as shown on the Plans. 4. EXTENSION OF TIME AND FAILURE TO COMPLETE ON TIME: Any and all extensions of time shall be in accordance with the General Conditions,except as otherwise hereinafter provided. Failure to complete the Project on or before the stipulated completion date will result in the assessment of liquidated damages; such damages shall include the cost of engineering, inspection and testing, together with any fines or penalties incurred by the Owner for non-compliance with water quality requirements or effluent limitations in the amount determined by GDOT Section 108.08. 5. SANITARY REGULATIONS: The Contractor shall provide adequate sanitary conveniences for use of those employed on the work and their use shall be strictly enforced. Such conveniences shall be made available when the first employees arrive on the site and shall be removed after the departure of the last employees from the job. The facilities shall be maintained at such points and in such manner as approved,and the Engineer shall have the right to inspect such facilities to determine whether or not sanitary requirements have been complied with. 6. ENVIRONMENTAL IMPACT: The Contractor shall conduct all his operations so as to minimize, to the greatest extent possible, adverse environmental impact. 01002-1 a) Noise. All equipment and machinery shall be provided with exhaust mufflers maintained in good working order so as to reduce operating noise to minimum levels. In addition, operation of equipment and machinery shall be limited to daylight hours, except with the permission of the Engineer,based on critical need for the operation. b) Dust/Smoke. All equipment movements shall be accompanied by a minimum of dust. Traveled surfaces and earthwork shall be maintained in a moist condition to avoid the generation of dust or the airborne movement of particulate matter under all prevailing atmospheric conditions. Burning operations will be conducted only with written permission of the Owner and/or appropriate regulatory agency. The Contractor shall be responsible for obtaining all permits and complying with all codes, ordinances and regulations pertaining to the burning. c) Traffic. Trucks carrying spoil,fill,concrete or other material shall be routed over roads which will result in the least effect on traffic and nuisance to the public. All material shall be loaded in a manner which will preclude the loss of any portion of the load in transit, including covering, if necessary. d) Siltation. All points of concentrated runoff from rainfall shall be visually monitored to determine that no eroded material from the construction site is leaving the Owner's property. Measures shall be taken to promptly eliminate such a deposition if occurring, including the installation of detention basins. 7. STORAGE OF MATERIALS: The Contractor shall arrange his plant and store his materials as compactly as practicable at points convenient for the Contractor and which do not damage the work or interfere with the operation of the existing plant or with work of other contractors or with free access to all parts of the site and to utility installations. Materials shall be so stored as to facilitate inspection and to insure preservation of their quality and fitness for use. They shall be placed on wooden platforms or other clean surfaces and not on the ground and shall be placed under cover. 8. UTILITIES: Utilities such as sewer, water and electric lines encountered in the work shall be protected from injury and maintained in service until moved or replaced as required under this Contract or by others as the case may be, or abandoned lines as may be necessary for the proper construction and use of the new work. 01002-2 1 9. ADJUSTMENT OF DISCREPANCIES: In all cases of discrepancies between the various dimensions and details shown on drawings, or between the drawings and these specifications, the more expensive construction shall be estimated before construction is started, the matter shall be submitted to the Engineer for clarification. Without such a decision,discrepancies shall be adjusted by the Contractor at his own risk and in settlement of any complications arising from such adjustment, the Contractor shall bear all of the extra expense involved. 10. TESTING: All testing is to meet the requirements outlined in the GDOT Sampling, Testing and Inspection Guide. Further, the contractor must use suppliers on the appropriate GDOT Qualified Products List(QPL). Testing shall be conducted in accordance with the following sections except as may be superseded by the above: a) Laboratory Tests. Laboratory tests shall be conducted and test reports submitted where this type of test is specified. All laboratory tests shall be made by a reputable independent laboratory. These tests shall be performed in accordance with ASTM Standards,if specified,or other applicable standards if no reference is included. The Contractor shall arrange for all tests of preliminary samples of materials and mixtures, in order to determine suitability of source and for initial design mixes of concrete. The cost of these preliminary tests shall be included in the lump sum price of the contract and no additional payment will be made. Routine tests of materials incorporated into the project will be performed by an independent testing laboratory. Samples shall be provided by the Contractor. The Contractor will pay for all concrete cylinder tests and preliminary tests to determine initial design mixes. Soils tests for gradation, moisture content and density will be paid for by the Contractor and will be included in the price for the appropriate item in the Bid Proposal for the number of tests specified in the technical sections of this Specification. b) Field Tests. Field tests of mechanical and electrical equipment,piping systems,electrical systems, control systems,ventilation systems,heating systems,water mains,pressure mains,sewers,drains, and similar facilities shall be conducted where this type of test is specified. Field tests include determination of performance, capacity, efficiency, function, tightness,leakage or other special requirements. These tests shall be performed in accordance with applicable standards and test codes. 01002-3 Field tests shall be set up and accomplished by the Contractor who shall provide all tools,equipment,instruments,personnel and other facilities required for the satisfactory completion of each test. The cost of field tests shall be included in the unit price for the appropriate item in the Bid Schedule and no additional payment will be made for field testing. 11. REFERENCE STANDARDS: Reference to the standards of any technical society,organization,or association,or to codes of local or state authorities, shall mean the latest standard, code, specification,or tentative standard adopted and published at the date of taking bids, unless specifically stated otherwise. 12. PROJECT MANAGEMENT: The Contractor shall schedule and coordinate the work of the Contractor and all subcontractors and others involved to maintain the accepted progress schedule. His duties shall also include the planning of the work,the scheduling of ordering and delivery of materials,and checking and control of all work under this Contract. Construction schedules shall be submitted to the Engineer for review prior to the start of any work. Schedules shall be verified or updated as necessary on a monthly basis. The Contractor shall be responsible for complete supervision and control of his subcontractors as though they were his own forces. Notice to the Contractor shall be considered notice to all affected subcontractors. The Contractor shall appoint a qualified representative to act as the Project Coordinator,or Superintendent, who shall be responsible for coordinating all work and providing liaison with the Engineer and the Owner. The Project Coordinator or Superintendent shall, in addition, plan the work, schedule the ordering and delivery of materials, and check and control the various phases of the construction of all work under this Contract. The Project Coordinator or Superintendent shall,in all matters,represent the Contractor at the sites of the work in the absence of a Corporate Officer or Principal of the firm. The Project Coordinator or Superintendent shall not be changed unless the project Coordinator or Superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. 13. RESTORATION: The Contractor shall conduct his operations so that restoration of roadways,driveways,curb and gutter, ditches and easements progresses along with the work. If the Engineer determines that inadequate progress is being made with the restoration, he may shut down the Contractor's pipe laying operation until the restoration is caught up with the pipe installation. Reasonable care shall be taken during construction to avoid damage to vegetation. Ornamental shrubbery and tree branches shall be temporarily tied back, where appropriate, to 01002-4 minimize damage. Trees which receive damage to branches shall be trimmed to those branches to improve the appearance of the tree. Tree trunks receiving damage from equipment shall be treated with a tree dressing. 14. EXISTING UTILITIES: All known utility facilities are shown schematically on the plans and are not necessarily accurate in location as to plan or elevation. Utilities such as service lines or unknown facilities not shown on the plans will not relieve the Contractor of his responsibility under this requirement except as noted below. "Existing Utility Facilities" means any utility that exists on the project in its original,relocated or newly installed position. The Contractor shall contact all owners of utilities including gas companies, electric companies,telephone companies,cable television companies and governmental units prior to starting any excavation on the project and shall request that they locate and mark their respective facilities. The Contractor will not be held responsible for the cost of repairs to damaged underground facilities,other than service lines from the street mains to abutting property,when such facilities are not shown on the plans or the utility does not properly locate its lines and their existence is unknown to the Contractor prior to damages occurring, provided that the Engineer determines that the Contractor has otherwise fully complied with the Specifications. Payment for the cost of repairs will be as defined in Article 4 of the General Conditions. 15. DELAY AND EXTENSION OF TIME: If the Contractor is delayed at any time in the progress of the work by an act of neglect of the Owner or his employees or by any other Contractor employed by the Owner,or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any cause beyond the Contractor's control,or by any cause which the Engineer shall decide to justify the delay, then the time for completion shall be extended for such reasonable time as the Engineer may decide. Delays resulting from site conditions unforeseen by the Owner and Contractor, errors, or omissions in the Plans or Specifications, such omissions lines not shown or incorrectly shown, and which cause an interruption in the orderly progress of the work, while awaiting a decision for change in the work, relocation of the utility or other corrective action by persons other than the Contractor's forces shall be justification for an extension of the Contract time except where the total elapsed time resulting from such delay is less than four hours. Delays exceeding four hours in length shall result in an extension of a minimum of one day. Time extensions will not be granted,however, in cases where the Contractor is able, without undue hardship, to shift his work crew to other productive work on the same project, in the same general work area. Nothing herein shall relieve the Contractor from making reasonable and careful investigation of site conditions. 01002-5 II Remobilization-In the event conditions arise as set forth above that necessitate a Contractor to move his work force away from the job site,he will after notice from the Engineer,have five days to remobilize his work force. Time charges will resume when the work force returns or at the end of five days, whichever is sooner. Notice of such delay shall be made in writing to the Engineer not more than thirty days after occurrence of such delay. Otherwise,no extension will be granted during the life of the Contract for such delay. 16. MAINTENANCE DURING CONSTRUCTION: The Contractor shall maintain the work from the beginning of construction operations until final acceptance of the project. This maintenance shall constitute continuous and effective work prosecuted day by day with adequate equipment and forces to the end that the site and structures thereon are kept in satisfactory condition at all times, including satisfactory signing or marking as appropriate and control of traffic where required by use of traffic control devices as required by the State in which this project is located. Upon completion of the work,the Contractor shall remove all construction signs and barriers before final acceptance of the Project. While undergoing improvements,the roads shall be kept open to all traffic by the Contractor. The Contractor shall keep the portion of the Project being used by public traffic, whether it be through or local traffic, in such condition that traffic will be adequately accommodated. The Contractor shall bear all cost of signs and markings as required and other maintenance work during construction and before the Project is accepted and of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary without direct compensation. 17. FAILURE TO MAINTAIN ROADWAYS AND STRUCTURES: If, at any time, the Contractor fails to properly maintain roadways and structures, the Engineer will immediately notify the Contractor of such non-compliance. If the Contractor fails to remedy the unsatisfactory maintenance within 48 hours after receipt of such notice,the Engineer may immediately arrange for maintenance of the work, and the entire cost of this maintenance will be deducted from monies due or to become due the Contractor under the Contract. As an alternative to the Engineer's maintaining the work, all the items and quantities of work done, but not properly maintained,may be deducted from the current progress estimate,even if such items have been paid for in a previous estimate. 18. FLAGGING TRAFFIC: Competent, courteous, and neat flagmen shall be provided and available at all times when required. A sufficient number of flagmen shall be provided to stop traffic, advise the public of delays occasioned, and keep traffic in their respective lanes along the project. Red flags, not less than 24 inches by 24 inches and mounted on a staff at least 36 inches long may be substituted for paddles in emergency situations only. Flagmen will wear high visibility colored hat and vest while flagging. 01002-6 C. The limits of liability for the insurance required by paragraph 5.04 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation, and related coverages under paragraphs 5.04.A. 1 and A.2 of the General Conditions. a. State: Statutory b. Applicable Federal (e.g., Longshoreman's): Statutory c. Employer's Liability Statutory 2. Contractor's General Liability under paragraphs 5.04.A.3 through A.6 of the General Conditions which shall include completed operations and product liability coverages and eliminate the exclusion with respect to property under the care, custody and control of the Contractor: a. General Aggregate $1,000,000 b. Products - Completed Operations Aggregate $1,000,000 c. Personal and Advertising Injury $1,000,000 d. Each Occurrence (Bodily Injury and Property Damage) $1,000,000 e. Property Damage liability insurance will provide Explosion, Collapse, and Underground coverages where applicable. f. Excess or Umbrella Liability 1) General Aggregate $1,000,000 2) Each Occurrence $1,000,000 3. Automobile Liability under paragraph 5.04A.6 of the General Conditions: a. Bodily Injury: Each person $1,000,000 Each accident $1,000,000 01002-9 b. Property Damage: Each Accident $1,000,000 c. Combined Single Limit of $1,000,000 4. The Contractual Liability coverage required by paragraph 5.04.B.4 of the General Conditions shall provide coverage for not less than the following amounts: a. Bodily Injury: Each Accident $1,000,000 Annual Aggregate $1,000,000 7b. Property Damage: Each Accident Included above Annual Aggregate Included above 01002-10 SECTION 01150 MEASUREMENT AND PAYMENT 1. SCOPE: Under this heading shall be included the methods of measurement and payment for items of work under this Contract. 2. ESTIMATED QUANTITIES: All estimated quantities for unit price items,stipulated in the Bid Proposal,or other Contract Documents, are approximate and are to be used as a basis for estimating the probable cost of the work and for comparing the bids submitted for the Project. The actual amounts of work done and materials furnished under price items may differ from the estimated quantities. The basis ofpayment for work and materials will be the actual amount of work done and material furnished. The Contractor agrees to make no claim for damages, anticipated profits or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the estimated amounts included in the Bid Proposal. The Contractor will not be paid for any work which exceeds 25 percent of the quantity set forth in the Bid Schedule without a change order issued before the work is performed unless specifically ordered in writing by the Engineer. The Contractor will provide assistance to the Engineer to check quantities and elevations when so requested. 3. TRAFFIC CONTROL: Payment will be at the lump sum price in the Bid Proposal and shall include furnishing all flagmen, temporary signing and marking, and barricades needed for the project. This shall also include preparing the project traffic control plan and keeping it up to date and coordinating road closures with the appropriate agencies. 4. GRADING COMPLETE: Grading shall include all project excavation, compaction and finish grading,on and off site borrow and earth fill to meet finish grades,all clearing and removals not specifically listed in the Bid Schedule, testing, bonds and insurance, and all miscellaneous items not included elsewhere in this Bid Schedule to complete this project in accordance with the Contract Plans and Documents. Payment shall be lump sum to include all labor, materials and equipment to perform the work. 5. DRIVEWAY CONCRETE, 6 IN.: Measurement will be on the basis of the actual amount of driveway installed as shown on the plans or as directed by the Engineer. Payment will be at the unit price in the Bid Proposal and shall include all labor, materials and equipment needed to perform the work. 6. CONCRETE VALLEY GUTTER: Measurement will be on the basis of the actual amount of valley gutter installed as shown on the plans or as directed by the Engineer. Payment shall be at the unit price in the Bid Proposal and shall include all labor, materials and equipment needed to perform the work. 01150-1 7. REMOVE HIGHWAY SIGN: Payment shall be at the unit price in the Bid Proposal and shall include all material, equipment and labor required to remove the existing highway sign. 8. CURB AND GUTTER: Measurement shall be on the basis of the actual amount of curb and gutter installed per plan as directed by the engineer. Payment shall be at the unit price in the Bid Proposal and shall include all labor, material and equipment required to install the curbs. 9. RESET SIGN: Payment shall be at the unit price in the Bid Proposal and shall include all material, equipment and labor required to reset the existing sign at a location directed by the Engineer. 10. PAVERS: Measurement shall be on the basis of the actual area of pavers installed as shown on the plans or directed by the Engineer. Payment shall be at the unit price in the Bid Proposal and shall include all labor,materials and equipment needed to install the pavers. 11. SABAL PALMETTO: Measurement should be on the basis of the actual number of palm trees planted as shown on the plans or directed by the Engineer. Payment will be at the unit price in the Bid Proposal and should include all material, equipment and labor required to install the tree, maintain it until acceptance and provide the warranty in the specifications. 12. TRAFFIC SIGNAL INSTALLATION: Payment shall be at the lump sum price in the Bid Proposal and shall include all labor, equipment and materials required to complete the work associated with the existing traffic signal as defined on the plans. 01150-2 Required Contract Provisions for Bid Manuals for TE Funded Construction Contracts (8-14-2012) 1. Bidder Qualifications Notice 2. Bid Rigging Notice 3. FHWA-1273, Required Contract Provisions Federal-Aid Construction Contracts, Revised May 1, 2012 4. Appendix A, Notice to Contractors, Compliance with Title VI of the Civil Rights Act of 1964 for Federal-Aid Contracts 5. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity 6. Standard Federal Equal Employment Opportunity Construction Contract Specifications 7. Georgia Department of Transportation, Disadvantaged Business Enterprise Program, Criteria for Acceptability, December 7, 2009 8. Instructions for List of DBE Participants and DBE Goals Form 9. Instructions for reporting DBE participation Revised 06-01-2010 and DBE Participation Form, Revised 09/30/11 10. Special Provision, Prompt Payment, November 19, 2006 11. Required Contract Provisions, Buy America, Revised June 9, 1995, and Convict Produced Materials, Revised September 6, 1993 12. Federal Aid Certification,August 23, 2001 a. Equal Employment Opportunity b. Examination of Plans and Specifications c. Conflict of Interest d. Drug Free workplace e. Non-Collusion Certification 13. Georgia Security and Immigration Compliance Act Affidavit, Revised 8/22/2011 Note: If any portion of the project is located within the right of way of a Federal-aid highway (any road functionally classified other than a rural minor collector or local road) or is linked to a Federal-aid highway, Davis Bacon wage rates apply to the project. The applicable wage rate determination posted on the Davis Bacon web site of the U.S. Department of Labor http://www.wdol.gov/dba.aspx#0 applies to this project. If a modification is posted less than 10 days before the opening of bids, it shall be effective unless the Sponsor finds that there is not a reasonable time still available before bid opening to notify bidders of the modification and a report of the finding is inserted in the contract file (29 CFR 1.6(c)(3)). NOTICE TO ALL BIDDERS ALL BIDDERS SUBMITTING BIDS IN EXCESS OF $2,000,000 SHALL BE PRE-QUALIFIED WITH THE GEORGIA DEPARTMENT OF TRANSPORTATION (GDOT). ALL BIDDERS SUBMITTING BIDS $2,000,000 OR LESS SHALL BE REGISTERED SUBCONTRACTORS OR PRE-QUALIFIED WITH THE GDOT. SUBCONTRACTORS SHALL BE PRE-QUALIFIED OR REGISTERED WITH THE GDOT. IF CONSTRUCTION WORK INVOLVES WELDED STRUCTURES, SUCH AS BRIDGES, THE MANUFACTURER OF THE STRUCTURE SHALL BE ON THE GDOT QPL LIST 60. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (DOT) operates the above toll-free "hotline" Monday through Friday, 8:00 AM to 5:00 PM, Eastern Time. Anyone with the knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse, and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. FHWA-1273— Revised May 1,2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General 3. A breach of any of the stipulations contained in these II. Nondiscrimination Required Contract Provisions may be sufficient grounds for III. Nonsegregated Facilities withholding of progress payments,withholding of final IV. Davis-Bacon and Related Act Provisions payment,termination of the contract,suspension/debarment V. Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI. Subletting or Assigning the Contract VII. Safety:Accident Prevention 4. Selection of Labor:During the performance of this contract, VIII. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal-aid Pollution Control Act highway unless it is labor performed by convicts who are on X. Compliance with Governmentwide Suspension and parole,supervised release,or probation. The term Federal-aid Debarment Requirements highway does not include roadways functionally classified as XI. Certification Regarding Use of Contract Funds for local roads or rural minor collectors. Lobbying ATTACHMENTS II. NONDISCRIMINATION A.Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are Development Highway System or Appalachian Local Access applicable to all Federal-aid construction contracts and to all Road Contracts(included in Appalachian contracts only) related construction subcontracts of$10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply,engineering,or architectural service contracts. I. GENERAL In addition,the contractor and all subcontractors must comply 1. Form FHWA-1273 must be physically incorporated in each with the following policies:Executive Order 11246,41 CFR 60, construction contract funded under Title 23(excluding 29 CFR 1625-1627,Title 23 USC Section 140,the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973,as amended(29 USC 794),Title VI contractor(or subcontractor)must insert this form in each of the Civil Rights Act of 1964,as amended,and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21,26 and 27;and 23 CFR subcontracts(excluding purchase orders,rental agreements Parts 200,230,and 633. and other agreements for supplies or services). The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1.4(b)and,for all construction contracts exceeding$10,000, order,rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60-4.3. subcontractor,lower-tier subcontractor or service provider. Note:The U.S.Department of Labor has exclusive authority to Form FHWA-1273 must be included in all Federal-aid design- determine compliance with Executive Order 11246 and the build contracts,in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60,and 29 subcontracts(excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FHWA have purchase orders,rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design-builder shall be responsible Title 23 USC Section 140,the Rehabilitation Act of 1973,as for compliance by any subcontractor,lower-tier subcontractor amended(29 USC 794),and Title VI of the Civil Rights Act of or service provider. 1964,as amended,and related regulations including 49 CFR Parts 21,26 and 27;and 23 CFR Parts 200,230,and 633. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents,however,the The following provision is adopted from 23 CFR 230,Appendix Form FHWA-1273 must be physically incorporated(not A,with appropriate revisions to conform to the U.S. referenced)in all contracts,subcontracts and lower-tier Department of Labor(US DOL)and FHWA requirements. subcontracts(excluding purchase orders,rental agreements and other agreements for supplies or services related to a 1.Equal Employment Opportunity:Equal employment construction contract). opportunity(EEO)requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth 2. Subject to the applicability criteria noted in the following under laws,executive orders,rules,regulations(28 CFR 35, sections,these contract provisions shall apply to all work 29 CFR 1630,29 CFR 1625-1627,41 CFR 60 and 49 CFR 27) performed on the contract by the contractor's own organization and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractor's provisions prescribed herein,and imposed pursuant to 23 immediate superintendence and to all work performed on the U.S.C. 140 shall constitute the EEO and specific affirmative contract by piecework,station work,or by subcontract. action standards for the contractor's project activities under 1 this contract.The provisions of the Americans with Disabilities 4.Recruitment:When advertising for employees,the Act of 1990(42 U.S.C. 12101 et seq.)set forth under 28 CFR contractor will include in all advertisements for employees the 35 and 29 CFR 1630 are incorporated by reference in this notation:"An Equal Opportunity Employer." All such contract.In the execution of this contract,the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area from requirement activities of EEO: which the project work force would normally be derived. a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract, meet this requirement,the contractor will identify sources of potential minority group employees,and establish with such b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed,and that employees are treated during b. In the event the contractor has a valid bargaining employment,without regard to their race,religion,sex,color, agreement providing for exclusive hiring hall referrals,the national origin,age or disability. Such action shall include: contractor is expected to observe the provisions of that employment,upgrading,demotion,or transfer;recruitment or agreement to the extent that the system meets the contractor's recruitment advertising;layoff or termination;rates of pay or compliance with EEO contract provisions. Where other forms of compensation;and selection for training, implementation of such an agreement has the effect of including apprenticeship,pre-apprenticeship,and/or on-the- discriminating against minorities or women,or obligates the job training." contractor to do the same,such implementation violates Federal nondiscrimination provisions. 2. EEO Officer:The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants for employment. administering and promoting an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do applicants will be discussed with employees. so. 5.Personnel Actions:Wages,working conditions,and 3. Dissemination of Policy:All members of the contractor's employee benefits shall be established and administered,and staff who are authorized to hire,supervise,promote,and personnel actions of every type,including hiring,upgrading, discharge employees,or who recommend such action,or who promotion,transfer,demotion,layoff,and termination,shall be are substantially involved in such action,will be made fully taken without regard to race,color,religion,sex,national cognizant of,and will implement,the contractor's EEO policy origin,age or disability. The following procedures shall be and contractual responsibilities to provide EEO in each grade followed: and classification of employment. To ensure that the above agreement will be met,the following actions will be taken as a a. The contractor will conduct periodic inspections of project minimum: sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then not less often than once every six months,at which time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer. c. The contractor will periodically review selected personnel b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of given a thorough indoctrination by the EEO Officer,covering discrimination. Where evidence is found,the contractor will all major aspects of the contractor's EEO obligations within promptly take corrective action. If the review indicates that the thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed,such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection women. with its obligations under this contract,will attempt to resolve such complaints,and will take appropriate corrective action d. Notices and posters setting forth the contractor's EEO within a reasonable time. If the investigation indicates that the policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion of each investigation,the contractor will inform e. The contractor's EEO policy and the procedures to every complainant of all of their avenues of appeal. implement such policy will be brought to the attention of employees by means of meetings,employee handbooks,or 6.Training and Promotion: other appropriate means. a. The contractor will assist in locating,qualifying,and increasing the skills of minorities and women who are 2 applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an b. Consistent with the contractor's work force requirements undue hardship. and as permissible under Federal and State regulations,the contractor shall make full use of training programs,i.e., 9.Selection of Subcontractors,Procurement of Materials apprenticeship,and on-the-job training programs for the and Leasing of Equipment:The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race,color,religion,sex, special provision for training is provided under this contract, national origin,age or disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors,including procurement of materials and special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U.S.C.140(a). administration of this contract. c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this requirements for each. contract. d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such training and promotion. 10.Assurance Required by 49 CFR 26.13(b): 7.Unions:If the contractor relies in whole or in part upon unions as a source of employees,the contractor will use good a. The requirements of 49 CFR Part 26 and the State faith efforts to obtain the cooperation of such unions to DOT's U.S.DOT-approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference. the contractor,either directly or through a contractor's association acting as agent,will include the procedures set b. The contractor or subcontractor shall not discriminate on forth below: the basis of race,color,national origin,or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop,in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions,joint training programs aimed administration of DOT-assisted contracts. Failure by the toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract,which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11.Records and Reports:The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race,color,religion,sex,national origin,age or requirements. Such records shall be retained for a period of disability. three years following the date of the final payment to the contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the information to the contractor,the contractor shall so certify to following: the contracting agency and shall set forth what efforts have been made to obtain such information. (1)The number and work hours of minority and non- minority group members and women employed in each work d. In the event the union is unable to provide the contractor classification on the project; with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement,the contractor will, (2)The progress and efforts being made in cooperation through independent recruitment efforts,fill the employment with unions,when applicable,to increase employment vacancies without regard to race,color,religion,sex,national opportunities for minorities and women;and origin,age or disability;making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union (3)The progress and efforts being made in locating,hiring, to provide sufficient referrals(even though it is obligated to training,qualifying,and upgrading minorities and women; provide exclusive referrals under the terms of a collective bargaining agreement)does not relieve the contractor from the b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project,indicating the number of minority,women,and pursuant to Executive Order 11246,as amended,and these non-minority group employees currently engaged in each work special provisions,such contractor shall immediately notify the classification required by the contract work. This information is contracting agency. to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of 8. Reasonable Accommodation for Applicants/ the last payroll period preceding the end of July. If on-the-job Employees with Disabilities: The contractor must be familiar training is being required by special provision,the contractor 3 will be required to collect and report training data. The of paragraph 1.d.of this section;also,regular contributions employment data should reflect the work force on board during made or costs incurred for more than a weekly period(but not all or any part of the last payroll period preceding the end of less often than quarterly)under plans,funds,or programs July. which cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate III.NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to This provision is applicable to all Federal-aid construction skill,except as provided in 29 CFR 5.5(a)(4).Laborers or contracts and to all related construction subcontracts of mechanics performing work in more than one classification $10,000 or more. may be compensated at the rate specified for each classification for the time actually worked therein:Provided, The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the employees are provided in such a manner that segregation on time spent in each classification in which work is performed. the basis of race,color,religion,sex,or national origin cannot The wage determination(including any additional classification result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.13.of this use by written or oral policies nor tolerate such use by section)and the Davis-Bacon poster(WH-1321)shall be employee custom. The contractor's obligation extends further posted at all times by the contractor and its subcontractors at to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where services at any location,under the contractor's control,where it can be easily seen by the workers. the facilities are segregated. The term"facilities"includes waiting rooms,work areas,restaurants and other eating areas, b.(1)The contracting officer shall require that any class of time clocks,restrooms,washrooms,locker rooms,and other laborers or mechanics,including helpers,which is not listed in storage or dressing areas,parking lots,drinking fountains, the wage determination and which is to be employed under the recreation or entertainment areas,transportation,and housing contract shall be classified in conformance with the wage provided for employees. The contractor shall provide separate determination.The contracting officer shall approve an or single-user restrooms and necessary dressing or sleeping additional classification and wage rate and fringe benefits areas to assure privacy between sexes. therefore only when the following criteria have been met: IV. DAVIS-BACON AND RELATED ACT PROVISIONS (i)The work to be performed by the classification requested is not performed by a classification in the wage This section is applicable to all Federal-aid construction determination;and projects exceeding$2,000 and to all related subcontracts and lower-tier subcontracts(regardless of subcontract size). The (ii)The classification is utilized in the area by the requirements apply to all projects located within the right-of- construction industry;and way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as (iii)The proposed wage rate,including any bona fide local roads or rural minor collectors,which are exempt. fringe benefits,bears a reasonable relationship to the Contracting agencies may elect to apply these requirements to other projects. wage rates contained in the wage determination. The following provisions are from the U.S.Department of (2)If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5"Contract provisions and employed in the classification(if known),or their related matters"with minor revisions to conform to the FHWA- representatives,and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of the action taken shall be sent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division,Employment Standards Administration,U.S.Department of Labor, a. All laborers and mechanics employed or working upon Washington,DC 20210.The Administrator,or an authorized the site of the work,will be paid unconditionally and not less representative,will approve,modify,or disapprove every often than once a week,and without subsequent deduction or additional classification action within 30 days of receipt and rebate on any account(except such payroll deductions as are so advise the contracting officer or will notify the contracting permitted by regulations issued by the Secretary of Labor officer within the 30-day period that additional time is under the Copeland Act(29 CFR part 3)),the full amount of necessary. wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less (3)In the event the contractor,the laborers or mechanics than those contained in the wage determination of the to be employed in the classification or their representatives, Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed hereof,regardless of any contractual relationship which may classification and wage rate(including the amount be alleged to exist between the contractor and such laborers designated for fringe benefits,where appropriate),the and mechanics. contracting officer shall refer the questions,including the views of all interested parties and the recommendation of the Contributions made or costs reasonably anticipated for bona contracting officer,to the Wage and Hour Administrator for fide fringe benefits under section 1(b)(2)of the Davis-Bacon determination.The Wage and Hour Administrator,or an Act on behalf of laborers or mechanics are considered wages authorized representative,will issue a determination within paid to such laborers or mechanics,subject to the provisions 30 days of receipt and so advise the contracting officer or 4 will notify the contracting officer within the 30-day period that Bacon Act,the contractor shall maintain records which show additional time is necessary. that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the (4)The wage rate(including fringe benefits where laborers or mechanics affected,and records which show the appropriate)determined pursuant to paragraphs 1.b.(2)or costs anticipated or the actual cost incurred in providing such 1.b.(3)of this section,shall be paid to all workers performing benefits.Contractors employing apprentices or trainees under work in the classification under this contract from the first approved programs shall maintain written evidence of the day on which work is performed in the classification. registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and c.Whenever the minimum wage rate prescribed in the trainees,and the ratios and wage rates prescribed in the contract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination b.(1)The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent thereof. the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be d.If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3)(i),except that full social other third person,the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals.Instead the payrolls shall only need to reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee under a plan or program,Provided,That the Secretary of e.g.,the last four digits of the employee's social security Labor has found,upon the written request of the contractor, number).The required weekly payroll information may be that the applicable standards of the Davis-Bacon Act have submitted in any form desired.Optional Form WH-347 is been met.The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division to set aside in a separate account assets for the meeting of Web site at http://www.dol.gov/esalwhd/forms/wh347instr.htm obligations under the plan or program. or its successor site.The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social 2. Withholding security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the State DOT,the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor,withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract,or any other Federal requirements.It is not a violation of this section for a prime contract with the same prime contractor,or any other federally- contractor to require a subcontractor to provide addresses and assisted contract subject to Davis-Bacon prevailing wage social security numbers to the prime contractor for its own requirements,which is held by the same prime contractor,so records,without weekly submission to the contracting agency.. much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2)Each payroll submitted shall be accompanied by a including apprentices,trainees,and helpers,employed by the "Statement of Compliance,"signed by the contractor or contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the required by the contract. In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic,including any apprentice,trainee,or certify the following: helper,employed or working on the site of the work,all or part of the wages required by the contract,the contracting agency may,after written notice to the contractor,take such action as (i)That the payroll for the payroll period contains the may be necessary to cause the suspension of any further information required to be provided under§5.5(a)(3)(ii)of payment,advance,or guarantee of funds until such violations Regulations,29 CFR part 5,the appropriate information is have ceased. being maintained under§5.5(a)(3)(i)of Regulations,29 CFR part 5,and that such information is correct and 3. Payrolls and basic records complete; (ii)That each laborer or mechanic(including each a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and during apprentice,and trainee)employed on the contract during the payroll period has been paid the full weekly preserved for a period of three years thereafter for all laborers wages earned,without rebate,either directly or indirectly, and mechanics working at the site of the work.Such records and that no deductions have been made either directly or shall contain the name,address,and social security number of indirectly from the full wages earned,other than each such worker,his or her correct classification,hourly rates permissible deductions as set forth in Regulations,29 CFR of wages paid(including rates of contributions or costs part 3; anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B)of the Davis-Bacon Act),daily and weekly number of hours worked, (Hi)That each laborer or mechanic has been paid not deductions made and actual wages paid.Whenever the less than the applicable wage rates and fringe benefits or Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that cash equivalents for the classification of work performed, the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination any costs reasonably anticipated in providing benefits under a incorporated into the contract. plan or program described in section 1(b)(2)(B)of the Davis- 5 (3)The weekly submission of a properly executed rate specified in the applicable wage determination. certification set forth on the reverse side of Optional Form Apprentices shall be paid fringe benefits in accordance with WH-347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program.If the "Statement of Compliance"required by paragraph 3.b.(2)of apprenticeship program does not specify fringe benefits, this section. apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable (4)The falsification of any of the above certifications may classification.If the Administrator determines that a different subject 4)The the contractor of any of the subcontractor to civil or certifications may practice prevails for the applicable apprentice classification, prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in accordance with that determination. title 31 of the United States Code. In the event the Office of Apprenticeship Training,Employer c.The contractor or subcontractor shall make the records and Labor Services,or a State Apprenticeship Agency required under paragraph 3.a.of this section available for recognized by the Office,withdraws approval of an inspection,copying,or transcription by authorized apprenticeship program,the contractor will no longer be permitted to utilize apprentices at less than the applicable representatives of the contracting agency,the State DOT,the predetermined rate for the work performed until an acceptable FHWA, or the Department of Labor,and shall permit such program is approved. representatives to interview employees during working hours on the job.If the contractor or subcontractor fails to submit the required records or to make them available,the FHWA may, b.Trainees(programs of the USDOL). after written notice to the contractor,the contracting agency or the State DOT,take such action as may be necessary to Except as provided in 29 CFR 5.16,trainees will not be cause the suspension of any further payment,advance,or guarantee of funds.Furthermore,failure to submit the required permitted to work at less than the predetermined rate for the records upon request or to make such records available may work performed unless they are employed pursuant to and be grounds for debarment action pursuant to 29 CFR 5.12. individually registered in a program which has received prior approval,evidenced by formal certification by the U.S. Department of Labor,Employment and Training 4. Apprentices and trainees Administration. a.Apprentices(programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Apprentices will be permitted to work at less than the Employment and Training Administration. predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specified apprenticeship program registered with the U.S.Department of in the approved program for the trainee's level of progress, Labor,Employment and Training Administration,Office of expressed as a percentage of the journeyman hourly rate Apprenticeship Training,Employer and Labor Services,or with specified in the applicable wage determination.Trainees shall a State Apprenticeship Agency recognized by the Office,or if a be paid fringe benefits in accordance with the provisions of the person is employed in his or her first 90 days of probationary trainee program.If the trainee program does not mention employment as an apprentice in such an apprenticeship fringe benefits,trainees shall be paid the full amount of fringe program,who is not individually registered in the program,but benefits listed on the wage determination unless the who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that Training,Employer and Labor Services or a State there is an apprenticeship program associated with the Apprenticeship Agency(where appropriate)to be eligible for corresponding journeyman wage rate on the wage probationary employment as an apprentice. determination which provides for less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee The allowable ratio of apprentices to journeymen on the job rate who is not registered and participating in a training plan site in any craft classification shall not be greater than the ratio approved by the Employment and Training Administration shall permitted to the contractor as to the entire work force under be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. the registered program.Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise excess d f t any do iper performing rming work the job site a employed as stated above,shall be paid not less than the ll be of the ratio permitted the under the registered erate program applicable wage rate on the wage determination for the shall be paid not less than the work actually wage ratd on the classification of work actually performed.In addition,any wage determination for the work actually performed. apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program,the contractor will no for the work actually performed.Where a contractor is longer be permitted to utilize trainees at less than the performing construction on a project in a locality other than applicable predetermined rate for the work performed until an that in which its program is registered,the ratios and wage acceptable program is approved. rates(expressed in percentages of the journeyman's hourly rate)specified in the contractor's or subcontractor's registered c.Equal employment opportunity.The utilization of program shall be observed. apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity Every apprentice must be paid at not less than the rate requirements of Executive Order 11246,as amended,and 29 specified in the registered program for the apprentice's level of CFR part 30. progress,expressed as a percentage of the journeymen hourly 6 d. Apprentices and Trainees(programs of the U.S.DOT). Apprentices and trainees working under apprenticeship and V. CONTRACT WORK HOURS AND SAFETY skill training programs which have been certified by the STANDARDS ACT Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not The following clauses apply to any Federal-aid construction subject to the requirements of paragraph 4 of this Section IV. contract in an amount in excess of$100,000 and subject to the The straight time hourly wage rates for apprentices and overtime provisions of the Contract Work Hours and Safety trainees under such programs will be established by the Standards Act.These clauses shall be inserted in addition to particular programs.The ratio of apprentices and trainees to the clauses required by 29 CFR 5.5(a)or 29 CFR 4.6. As journeymen shall not be greater than permitted by the terms of used in this paragraph,the terms laborers and mechanics the particular program. include watchmen and guards. 5.Compliance with Copeland Act requirements. The 1.Overtime requirements. No contractor or subcontractor contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require 3,which are incorporated by reference in this contract. or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any 6.Subcontracts. The contractor or subcontractor shall insert workweek in which he or she is employed on such work to Form FHWA-1273 in any subcontracts and also require the work in excess of forty hours in such workweek unless such subcontractors to include Form FHWA-1273 in any lower tier laborer or mechanic receives compensation at a rate not less subcontracts.The prime contractor shall be responsible for the than one and one-half times the basic rate of pay for all hours compliance by any subcontractor or lower tier subcontractor worked in excess of forty hours in such workweek. with all the contract clauses in 29 CFR 5.5. 2.Violation;liability for unpaid wages;liquidated 7.Contract termination:debarment. A breach of the damages. In the event of any violation of the clause set forth contract clauses in 29 CFR 5.5 may be grounds for termination in paragraph(1.)of this section,the contractor and any of the contract,and for debarment as a contractor and a subcontractor responsible therefor shall be liable for the subcontractor as provided in 29 CFR 5.12. unpaid wages.In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory,to such 8.Compliance with Davis-Bacon and Related Act District or to such territory),for liquidated damages.Such requirements. All rulings and interpretations of the Davis- liquidated damages shall be computed with respect to each Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 individual laborer or mechanic,including watchmen and are herein incorporated by reference in this contract. guards,employed in violation of the clause set forth in paragraph(1.)of this section,in the sum of$10 for each 9.Disputes concerning labor standards.Disputes arising calendar day on which such individual was required or out of the labor standards provisions of this contract shall not permitted to work in excess of the standard workweek of forty be subject to the general disputes clause of this contract.Such hours without payment of the overtime wages required by the clause set forth in paragraph(1.)of this section. disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5,6,and 7.Disputes within the meaning of this clause include disputes 3.Withholding for unpaid wages and liquidated damages. between the contractor(or any of its subcontractors)and the The FHWA or the contacting agency shall upon its own action contracting agency,the U.S.Department of Labor,or the or upon written request of an authorized representative of the employees or their representatives. Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the 10.Certification of eli ibili contractor or subcontractor under any such contract or any g �' other Federal contract with the same prime contractor,or any other federally-assisted contract subject to the Contract Work a.By entering into this contract,the contractor certifies that Hours and Safety Standards Act,which is held by the same neither it(nor he or she)nor any person or firm who has an prime contractor,such sums as may be determined to be interest in the contractors firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor or be awarded Government contracts by virtue of section 3(a)of subcontractor for unpaid wages and liquidated damages as the Davis-Bacon Act or 29 CFR 5.12(a)(1). provided in the clause set forth in paragraph(2.)of this section. b.No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue 4.Subcontracts. The contractor or subcontractor shall insert of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). in any subcontracts the clauses set forth in paragraph(1.) through(4.)of this section and also a clause requiring the c.The penalty for making false statements is prescribed in the subcontractors to include these clauses in any lower tier U.S.Criminal Code, 18 U.S.C.1001. subcontracts.The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(1.)through(4.)of this section. 7 evidenced in writing and that it contains all pertinent provisions VI.SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract. This provision is applicable to all Federal-aid construction 5.The 30%self-performance requirement of paragraph(1)is contracts on the National Highway System. not applicable to design-build contracts;however,contracting agencies may establish their own self-performance 1.The contractor shall perform with its own organization requirements. contract work amounting to not less than 30 percent(or a greater percentage if specified elsewhere in the contract)of the total original contract price,excluding any specialty items VII.SAFETY:ACCIDENT PREVENTION designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such T his provision is applicable to all Federal-aid specialty items performed may be deducted from the total construction contracts and to all related subcontracts. original contract price before computing the amount of work required to be performed by the contractor's own organization 1. In the performance of this contract the contractor shall (23 CFR 635.116). comply with all applicable Federal,State,and local laws governing safety,health,and sanitation(23 CFR 635).The a. The term"perform work with its own organization"refers contractor shall provide all safeguards,safety devices and to workers employed or leased by the prime contractor,and protective equipment and take any other needed actions as it equipment owned or rented by the prime contractor,with or determines,or as the contracting officer may determine,to be without operators. Such term does not include employees or reasonably necessary to protect the life and health of equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to agents of the prime contractor,or any other assignees. The protect property in connection with the performance of the term may include payments for the costs of hiring leased work covered by the contract. employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased 2. It is a condition of this contract,and shall be made a employees may only be included in this term if the prime condition of each subcontract,which the contractor enters into contractor meets all of the following conditions: pursuant to this contract,that the contractor and any subcontractor shall not permit any employee,in performance (1)the prime contractor maintains control over the of the contract,to work in surroundings or under conditions supervision of the day-to-day activities of the leased which are unsanitary,hazardous or dangerous to his/her employees; health or safety,as determined under construction safety and (2)the prime contractor remains responsible for the quality health standards(29 CFR 1926)promulgated by the Secretary of the work of the leased employees; of Labor,in accordance with Section 107 of the Contract Work (3)the prime contractor retains all power to accept or Hours and Safety Standards Act(40 U.S.C.3704). exclude individual employees from work on the project;and (4)the prime contractor remains ultimately responsible for 3.Pursuant to 29 CFR 1926.3,it is a condition of this contract the payment of predetermined minimum wages,the that the Secretary of Labor or authorized representative submission of payrolls,statements of compliance and all thereof,shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry b."Specialty Items"shall be construed to be limited to work out the duties of the Secretary under Section 107 of the that requires highly specialized knowledge,abilities,or Contract Work Hours and Safety Standards Act(40 equipment not ordinarily available in the type of contracting U.S.C.3704). organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. VIII.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2.The contract amount upon which the requirements set forth in paragraph(1)of Section VI is computed includes the cost of T his provision is applicable to all Federal-aid material and manufactured products which are to be construction contracts and to all related subcontracts. purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3.The contractor shall furnish(a)a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm,has full authority to by engineers,contractors,suppliers,and workers on Federal- direct performance of the work in accordance with the contract aid highway projects,it is essential that all persons concerned requirements,and is in charge of all construction operations with the project perform their functions as carefully,thoroughly, (regardless of who performs the work)and(b)such other of its and honestly as possible. Willful falsification,distortion,or own organizational resources(supervision,management,and misrepresentation with respect to any facts related to the engineering services)as the contracting officer determines is project is a violation of Federal law. To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts,Form FHWA-1022 shall be posted on each 4.No portion of the contract shall be sublet,assigned or Federal-aid highway project(23 CFR 635)in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned contracting officer,or authorized representative,and such with the project: consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the 18 U.S.C.1020 reads as follows: contracting agency has assured that each subcontract is 8 'Whoever,being an officer,agent,or employee of the United covered transaction.The prospective first tier participant shall States,or of any State or Territory,or whoever,whether a submit an explanation of why it cannot provide the certification person,association,firm,or corporation,knowingly makes any set out below.The certification or explanation will be false statement,false representation,or false report as to the considered in connection with the department or agency's character,quality,quantity,or cost of the material used or to determination whether to enter into this transaction.However, be used,or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed,or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans,maps,specifications,contracts,or costs from participation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation;or c.The certification in this clause is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes any false statement,false agency determined to enter into this transaction.If it is later representation,false report or false claim with respect to the determined that the prospective participant knowingly rendered character,quality,quantity,or cost of any work performed or to an erroneous certification,in addition to other remedies be performed,or materials furnished or to be furnished,in available to the Federal Government,the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation;or d.The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom representation as to material fact in any statement,certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federal-aid participant learns that its certification was erroneous when Roads Act approved July 1,1916,(39 Stat.355),as amended submitted or has become erroneous by reason of changed and supplemented; circumstances. Shall be fined under this title or imprisoned not more than 5 e.The terms"covered transaction,""debarred," years or both." "suspended,""ineligible,""participant,""person," "principal," and"voluntarily excluded,"as used in this clause,are defined in 2 CFR Parts 180 and 1200. "First Tier Covered IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions"refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant(such as the prime or general contract). "Lower Tier Covered This provision is applicable to all Federal-aid construction Transactions"refers to any covered transaction under a First contracts and to all related subcontracts. Tier Covered Transaction(such as subcontracts). "First Tier Participant"refers to the participant who has entered into a By submission of this bid/proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract,or subcontract,as appropriate,the bidder,proposer, funds(such as the prime or general contractor). "Lower Tier Federal-aid construction contractor,or subcontractor,as Participant"refers any participant who has entered into a appropriate,will be deemed to have stipulated as follows: covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors and suppliers). 1.That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an f.The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that,should the proposed covered transaction be or Section 306 of the Clean Air Act. entered into,it shall not knowingly enter into any lower tier 2.That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph(1)of this Section X in suspended,declared ineligible,or voluntarily excluded from every subcontract,and further agrees to take such action as participation in this covered transaction,unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. g.The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X.CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment,Suspension,Ineligibility SUSPENSION,INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions," EXCLUSION provided by the department or contracting agency,entering into this covered transaction,without modification,in all lower This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier contracts,design-build contracts,subcontracts,lower-tier covered transactions exceeding the$25,000 threshold. subcontracts,purchase orders,lease agreements,consultant contracts or any other covered transaction requiring FHWA h.A participant in a covered transaction may rely upon a approval or that is estimated to cost$25,000 or more— as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, 1.Instructions for Certification—First Tier Participants: debarred,or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals,as well as a.By signing and submitting this proposal,the prospective the eligibility of any lower tier prospective participants,each first tier participant is providing the certification set out below. participant may,but is not required to,check the Excluded Parties List System website(https://www.epls.nov/),which is b.The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this 9 i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, require the establishment of a system of records in order to including suspension and/or debarment. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c.The prospective lower tier participant shall provide is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings, submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of j.Except for transactions authorized under paragraph(f)of changed circumstances. these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d.The terms"covered transaction,""debarred," person who is suspended,debarred,ineligible,or voluntarily "suspended,""ineligible,""participant,""person,""principal," excluded from participation in this transaction,in addition to and"voluntarily excluded,"as used in this clause,are defined other remedies available to the Federal Government,the in 2 CFR Parts 180 and 1200. You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a or default. copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or **** subgrantee of Federal funds and a participant(such as the prime or general contract). "Lower Tier Covered Transactions" 2. Certification Regarding Debarment,Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion—First Tier Transaction(such as subcontracts). "First Tier Participant" Participants: refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier its knowledge and belief,that it and its principals: Participant"refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower (1) Are not presently debarred,suspended,proposed for Tier Participants(such as subcontractors and suppliers). debarment,declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal e.The prospective lower tier participant agrees by department or agency; submitting this proposal that,should the proposed covered transaction be entered into,it shall not knowingly enter into (2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred,suspended,declared ineligible,or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction,unless connection with obtaining,attempting to obtain,or performing authorized by the department or agency with which this a public(Federal,State or local)transaction or contract under transaction originated. a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement,theft,forgery, f.The prospective lower tier participant further agrees by bribery,falsification or destruction of records,making false submitting this proposal that it will include this clause titled statements,or receiving stolen property; "Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification,in all lower tier covered transactions and civilly charged by a governmental entity(Federal,State or in all solicitations for lower tier covered transactions exceeding local)with commission of any of the offenses enumerated in the$25,000 threshold. paragraph(a)(2)of this certification;and g.A participant in a covered transaction may rely upon a (4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered application/proposal had one or more public transactions transaction that is not debarred,suspended,ineligible,or (Federal,State or local)terminated for cause or default. voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous.A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification,such prospective debarred,or otherwise ineligible to participate in covered participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals,as well as the eligibility of any lower tier prospective participants,each 2.Instructions for Certification-Lower Tier Participants: participant may,but is not required to,check the Excluded Parties List System website(httos://www.epls.gov/),which is (Applicable to all subcontracts,purchase orders and other compiled by the General Services Administration. lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and h.Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause.The a.By signing and submitting this proposal,the prospective knowledge and information of participant is not required to lower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i.Except for transactions authorized under paragraph a of was entered into.If it is later determined that the prospective these instructions,if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification,in addition to other remedies available to the person who is suspended,debarred,ineligible,or voluntarily Federal Government,the department,or agency with which excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the 10 department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1.The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred,suspended,proposed for debarment, declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2,Where the prospective lower tier participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. XI.CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000(49 CFR 20). 1.The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: a.No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. b.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 2.This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. 3.The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such recipients shall certify and disclose accordingly. 11 ATTACHMENT A-EMPLOYMENT AND MATERIALS 6.The contractor shall include the provisions of Sections 1 PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is,or reasonably may be,done as on-site work. ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1.During the performance of this contract,the contractor undertaking to do work which is,or reasonably may be,done as on-site work,shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated,or the subregion,or the Appalachian counties of the State wherein the contract work is situated,except: a.To the extent that qualified persons regularly residing in the area are not available. b.For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c.For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract,provided that the number of nonresident persons employed under this subparagraph(1c)shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work,except as provided in subparagraph(4)below. 2.The contractor shall place a job order with the State Employment Service indicating(a)the classifications of the laborers,mechanics and other employees required to perform the contract work,(b)the number of employees required in each classification,(c)the date on which the participant estimates such employees will be required,and(d)any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work,the information submitted by the contractor in the original job order is substantially modified,the participant shall promptly notify the State Employment Service. 3.The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who,in his opinion,are not qualified to perform the classification of work required. 4.If,within one week following the placing of a job order by the contractor with the State Employment Service,the State Employment Service is unable to refer any qualified job applicants to the contractor,or less than the number requested,the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate,the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate,notwithstanding the provisions of subparagraph(1c) above. 5. The provisions of 23 CFR 633.207(e)allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 12 12-15-2008 APPENDIX A NOTICE TO CONTRACTORS COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 FOR FEDERAL-AID CONTRACTS During the performance of this Contract,the Contractor,for itself, its assignees and successors in interest(hereinafter referred to as the"Contractor"), agrees as follows: 1. Compliance with Regulations: The Contractor will comply with the Regulations of the Department of Transportation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation(Title 49,Code of Federal Regulations,Part 21,hereinafter referred to as the"Regulations"), which are herein incorporated by reference and made a part of the Contract. 2. Nondiscrimination: The Contractor,with regard to the work performed by it afterward and prior to completion of the contract work,will not discriminate on the ground of race,color,national origin,disability,sex,or age in the selection and retention of subcontracts including procurements of materials and leases of equipment. This will be done in accordance with Title VI of the Civil Rights Act of 1964 and other Non-Discrimination Authorities i.e., Section 504 of the 1973 Rehabilitation Act,the 1973 Federal-Aid Highway Act,the 1975 Age Discrimination Act,and the Americans with Disabilities Act of 1990. The Contractor will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when contract covers a program set forth in Appendix B of the Regulations. In addition,the Contractor will not participate either directly or indirectly in discrimination prohibited by 23 CFR 710.405 (b). 3. Solicitations for subcontracts, including procurements of materials and equipment: In all solicitations,either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or equipment,each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Contract and the Regulations relative to nondiscrimination on the ground of race, color,national origin,disability,sex or age. A-I 4. Information and Reports: The Contractor will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto,and will permit access to its books,records, accounts,other sources of information,and its facilities as may be determined by the Department of Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations,orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information,the Contractor shall so certify to the Department of Transportation,or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract,the Department of Transportation shall impose such Contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including,but not limited to: (a) withholding of payments to the Contractors under the Contract until the Contractor complies, and/or (b) Cancellation,termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraph(1)through(6) in every subcontract,including procurements of materials and leases of equipment,unless exempt by the Regulations,orders or instruction issued pursuant thereto. The Contractor will take such action with respect to any subcontract or procurement as the Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided,however,that in the event a Contractor becomes involved in,or is threatened with,litigation with a subcontractor or supplier as result of such direction,the Contractor may request the State to enter into such Iitigation to protect the interests of the State,and, in addition,the Contractor may request the United States to enter into such litigation to protect the interest of the United States. A-2 2/26/09 FEDERAL REGISTER/VOL.45,NO. 194/FRIDAY,OCTOBER 3, 1980/NOTICES NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY(EXECUTIVE ORDER 11246)(43 FR 14895) 1. The Offeror's or Bidder's attention is called to the"Equal Opportunity Clause" and the"Standard Federal Equal Employment Opportunity Construction Contract Specifications"set forth herein. 2. The goals and timetables for minority and female participation expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered areas,are as follows: GOALS FOR FEMALE PARTICIPATION APPENDIX A (43 FR 19473) The following goals and timetables for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of$10,000. The goals are applicable to the contractor's aggregate on-site construction workforce whether or not part of that workforce is performing work on a Federal of federally-assisted construction contract or subcontract. Area covered: Goals for Women apply nationwide. Goals and timetables Timetable Goals (percent) 4-1-78 to 3-31-79 3.1 4-1-79 to 3-31-80 5.0 4-1-80 Until Further Notice 6.9 GOALS FOR MINORITY PARTICIPATION Appendix B-80 Until further notice,the following goals for minority utilization in each construction craft and trade shall be included in all Federal or federally assisted construction contracts and subcontracts in excess of$10,000 to be performed n the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction workforce,regardless of whether or not part of that workforce is performing wok on a Federal,federally assisted or non- federally related project,contact or subcontract. FEDERAL REGISTER/VOL.45,NO. 194/FRIDAY,OCTOBER 3, 1980/NOTICES Construction contractors which are participating in an approved Hometown Plan(see 41 CFR 60-4-5)are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the areas covered by the Hometown Plan. With regard to all their other covered construction work,such contractors are required to comply with the applicable SMSA or EA goal contained in this appendix B-80. FEDERAL REGISTER/VOL.45,NO. 194/FRIDAY,OCTOBER 3, 1980/NOTICES State Goal (percent) Georgia: 035 Augusta,GA: SMSA Counties: 0600 Augusta,GA-SC 27.2 GA Columbia; GA Richmond, SC Aiken; Non-SMSA Counties 32.-8 GA Burke;GA Emanuel; GA Glascock;GA Jefferson; GA Jenkins; GA Lincoln; GA McDuffie,GA Talleferro; GA Warren; GA Wilkes; SC Allendale; SC Bamburg; SC Barnwell; SC Edgefield; SC McCormick; 036 Atlanta,GA: SMSA Counties: 0520 Atlanta,GA 21.2 GA Butts; GA Cherokee;GA Clayton; GA Cobb;GA DeKalb; GA Douglas; GA Fayette,GA Forsyth;GA Fulton; GA Gwinnett; GA Henry;GA Newton; GA Paulding;GA Rockdale; GA Walton Non-SMSA Counties 19.5 GA Banks; GA Barrow;GA Bartow;GA Carroll;GA Clarke; GA Coweta;GA Dawson; GA Elbert;GA Fannin; GA Floyd;GA Franklin; GA Gilmer;GA Gordon; GA Greene; GA Habersham;GA Hall;GA Haralson; GA Hart;GA Heard;GA Jackson;GA Jasper;GA Lamar;GA Lampkin; GA Madison; GA Morgan;GA Oconee,GA Oglethorpe; GA Pickins,GA Pike;GA Polk; GA Rabun;GA Spalding; GA Stephens; GA Towns; GA;Union;GA Upson White 037 Columbus,GA: SMSA Counties: 1800 Columbus,GA—AL 29.6 Al Russell; GA Chattahoochee;GA Columbus FEDERAL REGISTER/VOL.45,NO. 194/FRIDAY,OCTOBER 3, 1980/NOTICES Non-SMSA Counties . . . 31.6 Al Chambers;AJ Lee; GA Harris; GA Marion; GA Meriwether;GA Quitman; GA Schley;GA Stewart;GA Sumter;GA Talbot: GA Troup; GA Webster 038 Macon,GA: SMSA Counties: 4680 Macon,GA . . 27.5 GA Bibb;GA Houston; GA Jones; GA Twiggs Non-SMSA Counties . 31.7 GA Baldwin;GA Bleckley;Crawford;GA Crisp; GA Dodge;GA Dooly;GA Hancock;GA Johnson; GA Laurens; GA Macon; GA Monroe;GA Peach; GA Pulaski; GA Putman; GA Taylor;GA Telfair; GA Treutlan;GA Washington;GA Wheeler; GA Wilcox;GA Wilkinson 039 Savannah,GA: SMSA Counties: 7520 Savannah,GA 30.6 GA Bryan;GA Chatham; GA Effingham Non-SMSA Counties . 29.8 GA Appling;GA Atkinson; GA Bacon,GA Bulloch;GA Candler;GA Coffee; GA Evans;GA Jeff Davis;GA Liberty; GA Long; GA McIntosh; GA Montgomery; GA Screven; GA Tattnall;GA Toombs; GA Wayne; SC Beaufort;SC Hampton; SC Jasper 040 Albany,GA: SMSA Counties: 0120 Albany,GA 32.1 GA Dougherty; GA Lee Non-SMSA Counties 31.1 GA Baker;GA Ben Hill;GA Berrien;GA Brooks;GA Calhoun;GA Clay;GA Clinch; GA Colquitt;GA Cook; GA Decatur;GA Early; GA Echols;GA Grady; GA Irwin; GA Lanier;GA Lowndes;GA Miller;GA Mitchell; GA Randolph; GA Seminole;GA Terrell; GA Thomas; GA Tift; GA Turner;GA Worth Florida: 041 Jacksonville FL: Non-SMSA Counties 22.2 GA Brantley; GA Camden;GA Charlton;GA Glynn; GA Pierce; GA Ware DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) (43 FR 14895) 1. As used in these specifications: a. "Covered area"means the geographical area described in the solicitation from which this contract resulted; b. "Director"means Director,Office of Federal Contract Compliance Programs,United States Department of Labor,or any person to whom the Director delegated authority; c. "Employer Identification Number"means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return,U.S.Treasury Department Form 941. d. "Minority"includes: (i) Black(all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic(all persons of Mexican,Puerto Rican,Cuban,Central or South American or other Spanish Culture or origin,regardless of race); (iii) Asian and Pacific Islander(all persons having origins in any of the original peoples of the Far East,Southeast Asia,the Indian Subcontinent,or the Pacific Islands);and (iv) American Indian or Alaskan Native(all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor,or any Subcontractor at any tier,subcontracts a portion of the work involving any construction trade,it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating(pursuant to 41 CFR 60-4.5)in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association,its affirmative action obligations on all work in the Plan area(including goals and timetables)shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause,and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contact resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA 5. Neither the provisions of any collective bargaining agreement,nor the failure by a union with whom the Contractor has a collective bargaining agreement,to refer either minorities or women shall excuse the Contractor's obligations under these specifications,Executive Order 11246,nor the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period,and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training,subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S.Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully,and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment,intimidation,and coercion at all sites,and in all facilities at which the Contractor's employees are assigned to work. The Contractor,where possible,will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen,superintendents,and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment,with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources,provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available,and maintain a record of the organization's responses. c. Maintain a current file of the names,addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union,a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or,if referred,not employed by the Contractor,this shall be documented in the file with the reason therefore,along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor,or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minority and women,including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs,especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing the notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations;by including it in any policy manual and collective bargaining agreement;by publicizing it in the company newspaper,annual report,etc.;by specific review of the policy with all management personnel and with all minority and female employees at least once a year,and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA g. Review,at least annually,the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring,assignment,layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents,General Foremen,etc.prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings,persons attending,subject matter discussed,and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media,specifically including minority and female news media,and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts,both oral and written,to minority,female and community organization,to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source,the Contractor shall send written notification to organizations such as the above,describing the-openings,screening procedures,and test to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and,where reasonable,provide after school,summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct,at least annually,an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for,through appropriate training,etc.such opportunities. m. Ensure that seniority practices,job classifications,work assignments and other personnel practices,do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensue that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single- user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers,including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review,at least annually of all supervisors'adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations(7a through p). The efforts of a contractor association,joint contractor- union,contactor-community,or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group,makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry,ensures that the concrete DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to met its individual goals and timetables,and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply,however,is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however,is required to provide equal employment opportunity and to take affirmative action for all minority groups,both male and female,and all women,both minority and non-minority, Consequently,the Contractor may be in violation of the Executive Oder if a particular group is employed in a substantially disparate manner(for example,even though the Contractor has achieved its goals for women generally,the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race,color,religion,sex,or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause,including suspension,termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246,as amended,and its implementing regulations,by the Office of Federal Contract Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246,as amended. 13. The Contractor,in fulfilling its obligations under these specifications,shall implement specific affirmative action steps,at least as extensive as those standards prescribed in paragraph 7 of these specifications,so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order,the implementing regulations,or these specifications,the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out,to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name,address,telephone numbers,construction trade,union affiliation if any,employee identification number when assigned,social security number,race,sex,status(e.g.,mechanic,apprentice,trainee,helper, or laborer),dates of changes in status,hours worked per week in the indicated trade,rate of pay,and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form;however,to the degree that existing records satisfy this requirement,contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents(e.g.,those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Revised:December 7,2009 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA DISADVANTAGED BUSINESS ENTERPRISE PROGRAM CRITERIA FOR ACCEPTABILITY The purpose of this special provision is to establish criteria for acceptability of DBE firms for work performed on this contract. The intent is to ensure all participation counted toward fulfillment of the DBE goals is(1)real and substantial,(2)actually performed by viable, independent DBE owned firms,and(3)in accordance with the spirit of the applicable laws and regulations. The policy of the Georgia Department of Transportation is to ensure compliance with Title VI of the Civil Rights Act of 1964,49 Code of Federal Register,Part 26 and related statutes and regulations in all program activities. To this end the Georgia Department of Transportation shall not discriminate on the basis of race,color,sex or national origin in the award,administration and performance of any Georgia Department of Transportation assisted contract or in the administration of its Disadvantaged Business Enterprise Program. The Georgia Department of Transportation shall take all necessary and reasonable steps to ensure nondiscrimination. DBE payments and commitments for Federal-aid projects shall be separate and distinct and cannot be transferred or combined in any matter. The DBE Goal specified in the contract will be a percentage representing the DBE Race Conscious Participation.The Contractor will strive to achieve an additional percentage, cumulatively amounting but not limited to 2 percent in his/her contracts for all projects during the course of the current State Fiscal Year,in order to meet the overall Georgia Department of Transportation DBE goal. 1 DBE PROCEDURES: The Contractor shall develop techniques to facilitate DBE participation in subcontracting activities. These techniques include: (A) Arranging solicitations,time for the presentation of quotes, quantities, specifications,and delivery schedules to facilitate the participation of DBEs. (B) Providing assistance to DBEs in overcoming barriers such as the inability obtaining bonding,financing,or technical assistance. DBE DIRECTORY: The Department has available a directory or source list to facilitate identifying DBEs with capabilities relevant to general contracting requirements and to particular solicitations. The Department will make the directory available to bidders and proposers in their efforts to meet the DBE requirements. The directory or listing includes firms which the Department has certified to be eligible DBEs in accordance with 49 CFR Part 26. GOAL FOR PARTICIPATION: If a percentage goal for DBE participation in this contract is set forth elsewhere in this proposal,the Contractor shall complete the DBE GOALS Form included in the proposal. The Contractor is encouraged to make every effort to achieve the goal set by the Department. However,if the Contractor cannot find sufficient DBE participants to meet the goal established by the Department,the Depaitment will consider for award a proposal with less participation than the established goal if: (A) The bidder can demonstrate no greater participation could be obtained. This should be well documented by demonstrating the Contractor's actions through good faith efforts. The following is a list of types of actions which the Department will consider as part of the Contractor's good faith efforts to obtain DBE participation. This is not intended to be a mandatory checklist nor intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. (1) Soliciting through all reasonable and available means(e.g. attendance at pre-bid meetings,advertising and/or written notices)the interest of all certified DBEs who have the capability to perform the work of the contract. The Contractor must solicit this interest within sufficient time to allow the DBEs to respond to the 2 solicitation. The Contractor must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. (2) Selecting portions of the work to be performed by DBEs in order to increase the likelihood the DBE goals will be achieved. This includes,where appropriate,breaking out contract work items into economically feasible units to facilitate DBE participation,even when the Contractor might otherwise prefer to perform these work items with its own forces. (3) Providing interested DBEs with adequate information about the plans,specifications, and requirements of the contract in a timely manner to assist DBEs participants in responding to a solicitation. (4) (a) Negotiating in good faith with interested DBEs. Contractor(s)are responsible to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names,addresses,and telephone numbers of DBEs that were considered;a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. (b) Contractor(s)using good business judgment would consider a number of factors in negotiating with subcontractors,including DBE subcontractors,and would take a firm's price and capabilities as well as contract goals into consideration. However,the fact there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a bidder's failure to meet the contract DBE goal, as long as such costs are reasonable. Also, 3 the ability or desire of a Contractor to perform the work of a contract with its own organization does not relieve the Contractor of the responsibility to make good faith efforts. Contractors are not,however,required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. (5) Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor's standing within its industry,membership in specific groups,organizations,or associations and political or social affiliations(for example union vs.nonunion employee status)are not legitimate causes for the rejection or non solicitation of bids in the Contractor's efforts to meet the project goal. (6) Making efforts to assist interested DBEs in obtaining bonding,lines of credit,or insurance as required by the contractor. (7) Making efforts to assist interested DBEs in obtaining necessary equipment,supplies,materials,or related assistance or services. (8) Effectively using the services of available minority/women community organizations;minority/women Contractors' groups; local,state,and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBE's. (B) The participation proposed by the low bidder is not substantially less than the participation proposed by the other bidders on the same contract. If no percentage goal is set forth in the proposal,the contractor may enter a proposed DBE participation. This voluntary DBE participation will count as race neutral DBE participation. Prime Contractor shall report race-neutral participation in accordance with the DBE Monthly Report requirements shown in this document. To be eligible for award of this contract, All bidders will be required to submit the following information to the Department by the close of business on the 3rd working day following opening of the bid as a matter of bidder responsibility. 4 (1) The names and addresses of DBE firms committed to participate in the Contract; (2) A description of the work each DBE will perform; (3) The dollar amount of the participation of each DBE firm participating; (4) Written documentation of the bidder's commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; (5) Written confirmation from the DBE committed to participating in the contract, as provided in the prime contractor's commitment. (6) If the contract goal is not met,evidence of good faith efforts must be provided. Failure by a bidder to furnish the above information may subject the bid to disqualification. Also failure by the bidder to submit satisfactory evidence of good faith efforts may subject the bid to disqualification. Award of a contract by the Department to a Prime Contractor who has listed DBE participants with the bid may not constitute final approval by the Department of the listed DBE. The Department reserves the right to approve or disapprove a Disadvantaged firm after a review of the Disadvantaged firm's proposal participation. Payment to the Contractor under the contract may be withheld until final approval of the listed DBEs is granted by the Department. If the Contractor desires to substitute a DBE in lieu of those listed in the proposal,a letter of concurrence shall be required from the listed DBE prior to approval of the substitution,unless this requirement is waived by the Department. Agreements between bidder and a DBE in which promises not to provide Subcontracting quotations to other bidders are prohibited. DEFINITION: For the purposes of this provision,the following definitions will apply: Disadvantaged Business Enterprise or DBE means a for-profit small business concern— (1) Ensuring at least 51 percent owned by one or more individuals who are both socially and economically disadvantaged or,in the case of a corporation, in which 51 percent of the stock is owned by one or more such individuals; and 5 (2) Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own the business. Good Faith Efforts means efforts to achieve a DBE goal or other requirement of this part which, by their scope,intensity,and appropriateness to the objective,can reasonably be expected to fulfill the program requirement. Joint Venture means an association of a DBE firm and one or more other firms to carry out a single,for-profit business enterprise,for which the parties combine their property,capital, efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of the work of the contract and whose share in the capital contribution, control, management,risks,and profits of the joint venture are commensurate with its ownership interest. Socially and Economically Disadvantaged Individual means any individual who is a citizen(or lawfully admitted permanent resident)of the United States and who is— (1) Any individual who the Department finds to be a socially and economically disadvantaged individual on a case-by-case basis. (2) Any individual in the following groups,members of which are reputably presumed to be socially and economically disadvantaged. (i) "Black Americans,"which includes persons having origins,in any of the Black racial groups of Africa; (ii) "Hispanic Americans,"which includes persons of Mexican,Puerto Rican,Cuban,Dominican,Central or South American,or other Spanish or Portuguese culture or origin,regardless of race; (iii) "Native Americans,"which includes persons who are American Indians,Eskimos,Aleuts,or Native Hawaiians; (iv) "Asian-Pacific Americans,"which includes persons whose origins are from Japan,China,Taiwan,Korea,Burma(Myanmar),Vietnam,Laos, Cambodia(Kampuchea),Thailand,Malaysia, Indonesia,the Philippines,Brunei, Samoa,Guam,the U.S.Trust Territories of the Pacific Islands(Republic of Palau),the 6 Commonwealth of the Northern Marianas Islands,Macao,Fiji,Tonga, Kiribati,Juvalu,Nauru,Federated States of Micronesia,or Hong Kong; (v) "Subcontinent Asian Americans,"which includes persons whose origins are from India,Pakistan,Bangladesh,Bhutan,the Maldives Islands,Nepal or Sri Lanka; (vi) Women; (vii) Any additional groups whose members are designated as socially and economically disadvantaged by the SBA,at such time as the SBA designation becomes effective. (3) GDOT will presume that such persons are socially and economically disadvantaged only to the extent permitted by applicable federal law. Race-conscious measure is one focused specifically on assisting only DBEs, including women- owned DBEs. Race-neutral measure is one being,or can be,used to assist all small businesses. For the purposes of this part,race-neutral includes gender-neutrality. DISCRIMINATION PROHIBITED: No person shall be excluded from participation in, denied the benefits of,or otherwise discriminated against in connection with the award and performance of this contract on the grounds of race,color, sex or national origin. The following assurance becomes a part of this contract and must be included in and made a part of each subcontract the prime contractor enters into with their subcontractors(49 CFR 26.13): "The contractor, and/or subcontractor shall not discriminate on the basis of race, color,national origin,or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT—assisted contracts. Failure by the contractor to carry out these requirements is(breach)of this contract which may result in the termination of this contract or such other remedy as the Depat l,nent deems appropriate. 7 Failure to Achieve Requirements: Periodic reviews shall be made by the Department to determine the extent of compliance with the requirements set forth in this provision.If the Contractor is found to be in noncompliance,further payments for any work performed may be withheld until corrective action is taken. If corrective action is not taken,it may result in termination of this contract. Participation will be counted toward fulfillment of the DBE goal as follows: (A) When a DBE participates in a contract,the Contractor counts only the value of the work actually performed by the DBE toward DBE goals. (1) Count the entire amount of the portion of a construction contract(or other contract not covered by paragraph(A) (2)of this section) performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE(except supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate). (2) Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service,such as professional,technical consultant,or managerial services, or for providing bonds or insurance specifically required for the performance of a DOT-assisted contract, toward DBE goals,provided the Department determines the fee is reasonable and not excessive as compared with fees customarily allowed for similar services. (3) When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward DBE goals only if the DBE's subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. (B) When a DBE performs as a participant in a joint venture,count a portion of the total dollar value of the contract equal to the distinct,clearly defined portion of 8 the work of the contract the DBE performs with own forces toward DBE goals. (C) Count expenditures to a DBE contractor toward DBE goals only if the DBE is performing a commercially useful function on that contract. (1) A DBE performs a commercially useful function when responsible for execution of the work of the contract and carrying out responsibilities by actually performing,managing, and supervising the work involved. To perform a commercially useful function,the DBE must also be responsible, with respect to materials and supplies used on the contract,for negotiating price,determining quality and quantity,ordering the material, and installing(where applicable)and paying for the material itself. (2) A DBE does not perform a commercially useful function if their role is limited to being an extra participant in a transaction,contract,or project through which funds are passed in order to obtain the appearance of DBE participation. (3) If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of their contract with their own work force,or the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved,the Department will presume the DBE is not performing a commercially useful function. (4) When a DBE is presumed not to be performing a commercially useful function as provided in paragraph(C)(3)of this section,the DBE may present evidence to rebut this presumption. (5) The Department's decisions on commercially useful function matters are subject to review by the US DOT,but are administratively appealable to the US DOT. (D) The following factors are to be used in determining whether a DBE trucking company is performing a commercially useful function: (1) The DBE must be responsible for the management and 9 supervision of the entire trucking operation for which they are responsible on a particular contract,and there cannot be a contrived arrangement for the purpose of meeting DBE goals. (2) The DBE must itself own and operate at least one fully licensed,insured, and operational truck used on the contract. (3) The DBE receives credit for the total value of the transportation services it provides on the contract using trucks it owns,insures,and operates using drivers it employs. (4) The DBE may lease trucks from another DBE firm,including an owner/operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provided on the contract. (5) The DBE may also lease trucks from a non-DBE and is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee,since these services are not provided by a DBE. (6) For purposes of this paragraph(D),a lease must indicate the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE,so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. (E) Count expenditures with DBEs for materials or supplies toward DBE goals as provided in the following: (1) (i) If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. (ii) For purposes of this paragraph,a manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises,the materials,supplies, articles,or equipment required under the contract and of the general character 10 described by the specifications. (2) (i)If the materials or supplies are obtained from a DBE regular dealer, count 60 percent of the cost of the materials or supplies toward DBE goals. (ii) For purposes of this section,a regular dealer is a firm owning, operating,or maintaining a store,warehouse,or other establishment in which the materials,supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock,and regularly sold or leased to the public in the usual course of business. (A) To be a regular dealer,the firm must be an established, regular business engaging, as its principal business and under its own name,in the purchase and sale or lease of the products in question. (B) A person may be a regular dealer in such bulk items as petroleum products,steel,cement,gravel, stone, or asphalt without owning,operating,or maintaining a place of business as provided in this paragraph(E)(2)(ii)if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. (C) Packagers,brokers,manufacturers' representatives,or other persons who arrange or expedite transactions are not regular dealers within the meaning of this paragraph(E)(2). (3) With respect to materials or supplies purchased from a DBE which is neither a manufacturer nor a regular dealer,count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies,or fees or transportation charges for the delivery of materials or supplies required on a job site,toward DBE goals,provided you determine the fees to be reasonable and not excessive as compared with fees customarily allowed for similar services. Do not count any portion of the cost of the materials and supplies themselves toward DBE goals, however. 11 (4) Do not count the participation of a DBE subcontractor toward the prime contractor's DBE achievements until the amount being counted toward the goal has been paid to the DBE. (5) No participation will be counted not in compliance with Special Provision entitled"Criteria for Acceptability"which is a part of this contract or with any provisions included in 49 CFR Part 26. (6) If the contract amount overruns,the contractor will not be required to increase the dollar amount of DBE participation. If the contract amount under runs,the contractor will not be allowed to under run the dollar amount of DBE participation except when the DBE subcontracted items themselves under run. REPORTS A: The contractor shall submit a"DBE Participation Report"on this contract monthly which shall include the following: 1. The name of each DBE participating in the contract. 2. A description of the work to be performed,materials,supplies,and services provided by each DBE. 3. Whether each DBE is a supplier,subcontractor,owner/operator,or other. 4. The dollar value of each DBE subcontract or supply agreement. 5. The actual payment to date of each DBE participating in the contract. 6. The report shall be updated by the Prime Contractor whenever the approved DBE has performed a portion of the work that has been designated for the contract. Copies of this report should be transmitted promptly to the Engineer. Failure to submit the report within 30 calendar days following the end of the month may cause payment to the contractor to be withheld. 7. The Prime Contractor shall notify the Project Engineer at least 24 hours prior to the time the DBE commences working on the project. The DBE must furnish supervision of the DBE portion of the work, and the person responsible for this supervision must report to the Project Engineer when they begin work on the project. They must also inform the Project Engineer when their forces will be doing work on the project. 12 B. In order to comply with 49 CFR 26.11,the Prime Contractor shall submit documentation regarding all payments made from the Prime to all DBE subcontractors on federal aid projects in the form of copies of cancelled checks or notarized electronic documentation which validates said payments made on the DBE Monthly Participation Reports. This information shall be required monthly and submitted with the DBE Monthly Participation Report. C. Failure to respond within the time allowed in the request will be grounds for withholding all payments on all Contracts. SUBSTITUTION OF DBEs: The Contractor shall make reasonable efforts to replace a DBE Subcontractor unable to perform work for any reason with another DBE. The Department shall approve all substitutions of Subcontractors in order to ensure the substitute firms are eligible DBEs. CERTIFICATION OF DBEs: To ensure the DBE Program benefits only firms owned and controlled by Disadvantaged Individuals,the Department shall certify the eligibility of DBEs and joint ventures involving DBEs named by bidders. Questions concerning DBE Certification/Criteria should be directed to the EEO Office at(404) 631-1972. 13 INSTRUCTIONS FOR LIST OF DBE PARTICIPANTS If a DBE Goal is indicated, you must propose to achieve a goal that is equal or greater then the percentage required. If no goal is indicated, you may propose your own goal. The DBE firms to be utilized as counting toward the proposed goal must be listed on this form, along with their addresses, type of work, and the amount to be paid to each of the minority firms. The amount entered will not necessarily be the contract amount, but must be the actual amount that will be paid to the DBE firm. In the case of a DBE supplier, the amount paid and 60% of that amount both will be entered; and only the 60% figure should be added to the total. An example of this is shown in the example chart: Company Name Type Vendor And Address Of *Work Race Race Amount Number (City and State) Work Code Neutral Conscious Diesel $80.000.00 ABC Oil Company Fuel (60%= Atlanta, GA Supplier $48,000.00) * For Departmental use ONLY. Do not fill in Work Codes. The Contractor shall indicate for each DBE and Type of Work whether the DBE Participant is Race Neutral or Race Conscious by placing a checkmark in the appropriate column. PLEASE NOTE: For 60% of the amount paid to a DBE supplier to be eligible to count toward fulfilling the DBE goal, the supplier must be an established "regular dealer' in the product involved, and not just a broker. A "regular dealer" would normally sell the product to several customers and would usually have product inventory on hand. DBE GOALS FORM VENDOR ID: BIDDER'S COMPANY NAME: PROJECT NO. &COUNTY: CSTEE-0008-00(997) Chatham LET NO: LET DATE: TOTAL BID: THE REQUIRED DBE GOAL ON THIS CONTRACT IS: 5% I PROPOSE TO UTILIZE THE FOLLOWING DBE CONTRACTORS: LIST OF DBE PARTICIPANTS DBE NAME/ VENDOR ADDRESS (CITY, *WORK Race Race NUMBER STATE) TYPE OF WORK CODE Neutral Conscious AMOUNT TOTAL *For Departmental use only. Do not fill in Work codes. PLEASE NOTE: Only 60 % of the participation of a DBE Supplier who does not manufacture or install the product will be counted toward the goal. See below for further instructions. Revised 06-01-2010 INSTRUCTIONS TO CONTRACTOR DBE PARTICIPATION REPORT In order to receive credit toward the DBE Goal, the prime contractor must complete the report in its entirety and submit this form MONTHLY to the Project Manager in charge of the contract. Failure to submit this form will result in no credit toward the contract DBE requirements. 1. PROJECT NUMBER—This is the GDOT assigned project number—See Contract. 2. COUNTY—See Contract. 3. CONTRACT ID NUMBER—This is the GDOT Contract Identification Number—See Contract. 4. CONTRACTOR NAME— 5. REPORT SUBMISSION DATE—This is the date the report is completed. 6. REPORT NUMBER—Reports must be consecutively numbered. 7. REPORT TYPE—This should be checked monthly until all work has been completed, at which time the Report Type should be changed to Final and submitted to the Project Manager. 8. DATE WORK BEGAN—This is the date of the first day any work occurred on the project. 9. DBE REQUIRED PERCENTAGE—This is the total required % of the original contract amount. 10. CONTRACT $ AMOUNT— DBE Amount: The DBE amount and percentage are the DBE amount and percentage shown in the original contract. (In some instances, this amount may be greater than the percentage amount and may exceed the percentage in the contract;for reporting purposes, the amount over the DBE percentage on this contract is considered race neutral). Original subcontract amount should be at least the amount listed in the contract. Any amounts above the race conscious number or percentage are counted as race neutral and should be shown on report on a separate line than the race conscience. The contractor cannot add the race neutral until the race conscious is exceeded. 11. PERCENT $ COMPLETE — Insert the Percentage Complete, which reflects the percentage of project completed in dollars to the ending date of this report. 12. DBE $AMOUNT—The is the total dollar amount representing the percentage of the original contract. 13. PERCENT PROJECT COMPLETE — Insert the Percentage of Project Complete, which indicates the time completed on the project. 14. DATE CLOSING THIS REPORT— Please check the appropriate date for the close of payments for this report. 15. SUPPLIER (S)— One who supplies material to the Project. The dollar value shown in the contracts for suppliers represents the calculated sixty percent(60%) dollar value of the original amount; therefore, the supplier percentage requires no further adjustments. The amount in the contact should be shown as the subcontract amount. 16. OWNER/OPERATOR (0)—One who owns and operates the equipment themselves. 17. SUBCONTRACTOR (SC)—Those who aren't a supplier or owner/operator. 18. SUBCONTRACTOR AGREEMENT RECEIVED (SAR): The Department requests that you supply a copy of valid executable subcontract agreements between your company and your DBE sub- contractors per section 108.01 of the Standard Specifications. All subcontracts shall include the Required Contract Provisions, FHWA 1273; these provisions shall not be incorporated by reference. A copy of subcontractor agreement (SAR) between the prime and each DBE must be submitted to the Area Engineer's Office. 19. RACE NEUTRAL (RN) — DBE participation that would have been used in the absence of any contract goal provisions. 20. RACE CONSCIOIUS — DBE participation that was utilized specifically to meet the proposed contract goal or portion thereof. 21. ORIGINAL SUBCONTRACT AMOUNT—This is the original amount shown in the Signed Contract. 22. PREVIOUS PAYMENTS—This totals all PAYMENTS prior to this report. 23. PAYMENTS THIS REPORT—These are the totals of PAYMENTS during this report period only. 24. PAYMENTS TO DATE — Show the actual amount that each DBE has payments to-date under the contract based on the unit prices paid to the DBE by the prime contractor and not contract unit prices. When a supplier is used to fulfill the DBE requirements, only 60% of the amount earned by the supplier may be entered. Show that total amount in the space provided. 25. CURRENT COLUMN TOTALS—Total each column. 26. PERCENT OF CONTACT—This percentage is calculated using the contract amount and the total DBE payments-to-date. 27. CERTIFICATION — The contractor or his authorized representative must sign this form prior to submittal. Failure to complete and submit this form in a timely manner may delay monthly progress payments. 28. DBE must perform at least 30% of work with own forces to meet commercially useful function criteria (49CFR26.55). If a DBE subcontracts part of the work of its contract to another firm, the value of the work can only be counted toward the DBE goal if the DBE's subcontractor is itself a DBE. 29.A DBE hauler must itself own and operate at least one fully licensed, insured and operational truck to be used on the contract. 30. Payments and commitments for Federal-aid projects shall be separate and distinct and cannot be transferred or combined in any manner. 31. Credits towards DBE goal can only be claimed after the amount being claimed toward the goal has been paid to the DBE. Attach cancelled checks: Prime Contractor shall submit documentation regarding all payments made from the Prime to all DBE subcontractors on federal aid projects in the form of copies of cancelled checks or notarized electronic documentation which validates said payments made on the DBE Monthly Participation Reports. This information shall be required monthly and submitted with the DBE Monthly Participation Report (49CFR26.11). GENERAL INFORMATION The prime contractor may change DBE firms only with the approval of the District Engineer, provided the changes confirm to contract regulations. The prime contractor is responsible for sending a copy of the subcontractor agreement between the prime and its subcontractors to the Project Manager. After submitting this document to the Project Manager, the prime contractors checks the block on the DBE Participation Report. Only one copy of the subcontractor agreement is requested for each DBE subcontractor. If the prime contractor has not submitted a copy of the subcontractor agreement between the prime and its DBE subcontractor(s), the project manager will contact the prime contractor and request this document. The prime contractor is not requested to send copies of the subcontractor agreement signed with the DBE firms to multiple offices within GDOT. Sending this information to the Project Manager will satisfy the federal requirements. The prime contractor is responsible to accurately complete the report prior to submitting to the department. Once submitted to the department, the department project manager is responsible for reviewing it for accuracy. If the report is inaccurate, the department project manager shall send the report back to the prime contractor for corrections. Payment will be withheld by the Department until a correct report is received. The prime contractor is required to submit the monthly DBE from the month of Notice To Proceed until the Final DBE Report is submitted. Payment will be withheld by the Department until the report is received. Upon completion of the work, a final "DBE Participation Report" will be required and submitted to the Area Engineer prior to final payment. All information shown on the form must be completed, including the payments of each approved DBE. Joint ventures between non-DBE and certified DBE: Only that portion of the work for which the DBE is responsible may be used to satisfy the requirements. Should you have questions about the Monthly DBE Participation Report —ARRA Reporting, contact the local District Contracts Administration Office or District EEO Officer. FOR DEPARTMENTAL USE ONLY: Federal Law requires that the work of DBE contractors be monitored in the field as part of the effort to ensure that DBEs are actually performing the work (49CFR26.37 (b). District EEO Officers must receive copies of the Monthly DBE Participation Reporting. Revised 09/30/11 Note: Please select the appropriate participation report for the drop down menu below MONTHLY DBE PARTICIPATION REPORT REPORT SUBMISSION DATE: PROJECT NO.(S) COUNTY: REPORT#: CONTRACT ID#: CONTRACTOR: JANUARY 31 ❑ JULY 31 ❑ FEBRUARY 28 ❑ AUGUST 31 ❑ DATE WORK BEGAN: DBE REQUIRED%: % MARCH 31 ❑ SEPTEMBER 30 ❑ CONTRACT$AMOUNT: %DOLLAR COMPLETE: % APRIL 30 ❑ OCTOBER 31 ❑ DBE $AMOUNT: %PROJECT COMPLETE: % MAY 31 ❑ NOVEMBER 30 ❑ JUNE 30 ❑ DECEMBER 31 ❑ S=SUPPLIER O=OWNER/OPERATOR ISC=SUBCONTRACTOR TSAR=SUBCONTRACTORAGGREEMENT RECEIVED RN=RACE NEUTRAL IRC=RACE CONSCIOUS APPROVED DBE VENDOR ID DESCRIPTION OF WORK S 0 SC SAR RN RC ORIG.SUBCONTRACT AMOUNT PREVIOUS PAYMENTS PAYMENTS THIS REPORT PAYMENTS TO DATE 01. ❑ ❑ ❑ ❑ ❑ ❑ 02. 0000 ❑ ❑ 03. ❑ ❑ ❑ ❑ ❑ 0 04. O 000 ❑ ❑ 05. O 000 ❑ ❑ CURRENT COLUMN TOTALS %PAID TO DATE I HEREBY CERTIFY THAT THE ABOVE STATEMENT IS TRUE AND CORRECT AND FOR DEPARTMENTAL USE ONLY: SUPPORTING DOCUMENTATION IS ON FILE AND IS AVAILABLE FOR INSPECTION THIS DOCUMENT HAS BEEN REVIEWED AT THE PROJECT LEVEL BY: BY DEPARTMENT PERSONNEL AT ANY TIME. PRINT NAME: SIGNATURE: TITLE PRINT NAME: (MANDATORY) SIGNATURE: THIS DOCUMENT HAS BEEN REVIEWED AT THE DISTRICT LEVEL BY: (MANDATORY) CONTRACTOR PRINT NAME: SIGNATURE: TITLE (MANDATORY) Page 1 of 1 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA First Use 2001 Specifications:November 01,2002 Revised:November 19,2006 SPECIAL PROVISION PROMPT PAYMENT: Prime Contractors, who sublet a portion of their work, shall pay their subcontractors for satisfactory performance of their contracts no later then 10 calendar days from receipt of each payment made to them. Any delay or postponement of payment among the parties may take place only for good cause with prior written approval from the Department. If the contractor is found to be in noncompliance with these provisions, it shall constitute a breach of contract and further payments for any work performed may be withheld until corrective action is taken. If corrective action is not taken, it may result in termination of the contract. All subcontract agreements shall contain this requirement. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONTRACTS BUY AMERICA Revised:March 25,1992 Revised:January 7,1994 Revised:June 9, 1995 First Use 2001 Specifications:November 1,2002 All manufacturing processes for steel and iron materials and steel and iron coatings permanently incorporated into this project must occur in the United States of America.However,pig iron and processed, pelletized,or reduced iron ore used in the production of these products may be manufactured outside the United States. This requirement,however,does not prevent a minimal use of foreign materials and coatings,provided the cost of materials and coatings used does not exceed one-tenth of one percent(0.1 percent)of the total contract cost or$2,500.00,whichever is greater. NOTE: Coatings include: epoxy coating,galvanizing,painting and any other coating that protects or enhances the value of the material. CONVICT PRODUCED MATERIALS March 25,1992 Revised:September 6,1993 First Use 2001 Specifications:November 1,2002 Materials produced by convict labor after July 1, 1991, may not be used for Federal-Aid highway construction projects unless it meets the following criteria: 1. The materials must be produced by convicts who are on parole,supervised release or probation from a prison;or, 2. If produced in a qualified prison facility,the amount of such materials produced in any 12-month period shall not exceed the amount produced in such facility for such construction during the 12-month period ending July 1, 1987. A qualified prison is defined as one producing convict made materials prior to July 1,1987. 107 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA FEDERAL AID CERTIFICATION (English Project) August 23,2001 First Use Date 2001 Specifications: November 1,2002 Failure to complete appropriate certification requirements identified below or submission of a false certification shall render the bid non-responsive. EQUAL EMPLOYMENT OPPORTUNITY I further certify that I have /have not✓participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that I have /have not with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. I understand that if I have participated in a previous Contract or Subcontract subject to the Executive Orders above and have not filed the required reports that 41 CFR 60-1.7(b)(1)prevents the award of this Contract unless I submit a report governing the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U. S. Department of Labor. Reports and notifications required under 41 CFR 604,including reporting subcontract awards in excess of $10,000.00 should be addressed to: Ms.Carol Gaudin Regional Director,U. S.Department of Labor Office of Federal Contract Compliance Programs,Region 4 Rm.7B75 61 Forsyth St.SW Atlanta GA 30303 EXAMINATION OF PLANS AND SPECIFICATIONS I acknowledge that this Project will be constructed in English units. I certify that I have carefully examined the Plans for this Project and the Standard Specifications, 2001 Edition, and the Supplemental Specifications and Special Provisions included in and made a part of this Proposal,and have also personally examined the site of the work. On the basis of the said Specifications and Plans,I propose to furnish all necessary machinery,tools,apparatus and other means of construction, and do all the work and furnish all the materials in the manner specified. I understand the quantities mentioned are approximate only and are subject to either increase or decrease and hereby propose to perform any increased or decreased quantities of work or extra work on the basis provided for in the Specifications. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA I also hereby agree that the State, or the Department of Transportation, would suffer damages in a sum equal to at least the amount of the enclosed Proposal Guaranty, in the event my Proposal should be accepted and a Contract tendered me thereunder and I should refuse to execute same and furnish bond as herein required, in consideration of which I hereby agree that, in the event of such failure on my part to execute said Contract and furnish bond within fifteen(15)days after the date of the letter transmitting the Contract to me, the amount of said Proposal Guaranty shall be and is hereby, forfeited to the State, or to the Department of Transportation,as liquidated damages as the result of such failure on my part. I further propose to execute the Contract agreement described in the Specifications as soon as the work is • awarded to me, and to begin and complete the work within the time limit provided. I also propose to furnish a Contract Bond,approved by the State Transportation Board,as required by the laws of the State of Georgia. This bond shall not only serve to guarantee the completion of the work on my part,but also to guarantee the excellence of both workmanship and materials until the work is finally accepted,as well as to fully comply with all the laws of the State of Georgia. CONFLICT OF INTEREST By signing and submitting this Contract I hereby certify that employees of this company or employee of any company supplying material or subcontracting to do work on this Contract will not engage in business ventures with employees of the Georgia Department of Transportation(GA D.O.T.) nor shall they provide gifts, gratuities, favors, entertainment, loans or other items of value to employees of this department. Also,by signing and submitting this Contract I hereby certify that I will notify the Georgia Department of Transportation through its District Engineer of any business ventures entered into between employees of this company or employees of any company supplying material or subcontracting to do work on this Contract with a family member of GA D.O.T.employees. DRUG FREE WORKPLACE The undersigned certifies that the provisions of Code Sections 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated,relating to the "Drug-free Workplace Act",have been complied with in full. The undersigned further certifies that: (1) A drug-free workplace will be provided for the Contractor's employees during the performance of the Contract;and (2) Each Contractor who hires a Subcontractor to work in a drug-free workplace shall secure from that Subcontractor the following written certification: "As part of the subcontracting agreement with _(Contractor's name) (Subcontractor's name) certifies to the Contractor that a drug free workplace will be provided for the Subcontractor's employees during the performance of this Contract pursuant to paragraph (7) of subsection(b)of Code Section 50-24-3." Also, the undersigned further certifies that he will not engage in the unlawful manufacture, sale distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the Contract. DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA NON-COLLUSION CERTIFICATION I hereby certify that I have not, nor has any member of the firm(s) or corporation(s), either directly or indirectly entered into any agreement, participated in any collusion, nor otherwise taken any action in restraint of free competitive bidding in connection with this submitted bid. It is understood and agreed that this Proposal is one of several competitive bids made to the Department of Transportation, and in consideration of mutual agreements of the bidders, similar hereto, and in consideration of the sum of One Dollar cash in hand paid, receipt whereof is hereby acknowledged,the undersigned agrees that this Proposal shall be an option, which is hereby given by the undersigned to the Department of Transportation to accept or reject this Proposal at any time within thirty(30)calendar days from the date on which this sealed proposal is opened and read,unless a longer period is specified in the Proposal or the successful bidder agrees in writing to a longer period of time for the award, and in consideration of the premises, it is expressly covenanted and agreed that this Proposal is not subject to withdrawal by the Proposer or Bidder,during the term of said option. I hereby acknowledge receipt of the following checked amendments of the Proposal, Plans,Specifications and/or other documents pertaining to the Contract. Amendment Nos.: 1 2 3 4 5 . I understand that failure to confirm the receipt of amendments is cause for rejection of bids. • Witness my hand and seal this the day of . . ,20 The bidder(s)whose signature(s)appear on this (Print Company Name) document,having personally appeared before me, and being duly sworn,deposes and says that the By (Seal) above statements are true and correct. Corporate President/Vice President or Individual Owner or Partner(Strike through all except the one which applies.) Sworn to and subscribed before me this day of ,20 Joint Bidder: (Print Company Name) (Notary Public) By (Seal) My Commission expires the day of Corporate President/Vice President or ,20 Individual Owner or Partner(Strike through all except the one which applies.) Joint Bidder: (Federal ID No./IRS No.) (Print Company Name) By (Seal) Corporate President/Vice President or or Individual Owner or Partner(Strike through all except the one which applies.) 1SeepingGeorwa on the.4love GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT Contract No.and Name: PI County Project Name Name of Contracting Entity: By executing this affidavit,the undersigned person or entity verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with the Georgia Department of Transportation has registered with, is authorized to participate in, and is participating in the federal work authorization program commonly known as E-Verify*, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. The undersigned person or entity further agrees that it will continue to use the federal work authorization program throughout the contract period,and it will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the undersigned with the information required by O.C.G.A. § 13-10-91(b). The undersigned person or entity further agrees to maintain records of such compliance and provide a copy of each such verification to the Georgia Department of Transportation at the time the subcontractor(s) is retained to perform such service. EEV/E-VerifyTM User Identification Number Date of Authorization BY:Authorized Officer or Agent Date (Contractor Name) Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF ,201 [NOTARY SEAL] Notary Public My Commission Expires: * or any subsequent replacement operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L.99-603 Revised 8/22/11 DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA SPECIAL PROVISIONS & SUPPLEMENTAL SPECIFICATIONS The special provisions and supplemental specifications listed below apply to this project. They are incorporated into the project documents by this reference and are not reproduced within. The documents may be reviewed or downloaded on the GDOT website at http://www.dot.state.ga.us/doing business/The Source/Pages/special provisions.aspx. It shall be the contractor's responsibility to obtain these documents. 2001 Standard Specifications Editorial and Errata Corrections Last Revised: May 2, 2006 Section 107—Legal Regulations and Responsibility to the Public Last Revised: October 5, 2007 Section 108—Prosecution and Progress Subsection 108.06 Last Revised: January 25, 2009 Section 150—Traffic Control Last Revised: August 1, 2011 Section 161—Control of Soil Erosion and Sedimentation Last Revised: July 15, 2008 Section 163–Miscellaneous Erosion Control Items Last Revised: April 22, 2011 Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices Last Revised: July 15, 2008 Section 171—Silt Fence Last Revised: August 22, 2008 Section 210—Grading Complete First Use Date: June 22, 2007 Section 441—Miscellaneous Concrete First Use Date: November 18, 2005 Section 647-Traffic Signal Installation Last Revised: August 15, 2006 Section 925- Traffic Signal Equipment Last Revised: July 10, 2006 Page 1 of 3 General Decision Number: GA120010 01/06/2012 GA10 Superseded General Decision Number: GA20100010 State: Georgia Construction Type: Highway Counties: Bryan, Bulloch, Camden, Chatham, Effingham, Glynn, Liberty, Long, McIntosh and Screven Counties in Georgia. HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 SUGA2011-010 03/07/2011 Rates Fringes CARPENTER Form Builder Only (Wood) $ 9.21 CEMENT MASON/CONCRETE FINISHER $ 10. 98 LABORER Asphalt Raker $ 9.55 Common or General $ 9.21 Guardrail Erector $ 13.50 Pipe Layer $ 9.36 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 15.09 Asphalt Paver/Spreader $ 11.29 Backhoe/Excavator $ 13.14 Bulldozer $ 12. 69 Compactor $ 11.00 Crane/Dragline $ 15.00 Front End Loader $ 10.00 Mechanic $ 12.57 Motorgrader Fine Grade $ 14.12 Roller $ 9.39 Water Truck $ 11.17 TRUCK DRIVER 26, 000 GVW & Under $ 9. 60 26,001 GVW & Over $ 13.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . http://www.wdol.gov/wdol/scafiles/davisbacon/GA10.dvb?v=0 8/22/2012 Page 2 of 3 The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter http://www.wdol.gov/wdol/scafiles/davisbacon/GAl0.dvb?v=0 8/22/2012 Page 3 of 3 * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http://www.wdol.gov/wdol/scafiles/davisbacon/GA10.dvb?v=0 8/22/2012 . ':.i,,t:.i,,...• ' ..STREET ' „....' . . • • . . . . , . . . • • . . „ . • ANNINSEEP \ - . • , SHEET ' TOTAL -. I • • . . • • . • • ., . . STATE PROJECT NUMBER . NO. SHEETS i.,. GA. 1 -. 12 CSTEE-0008- 00(997) . . . . . . . . . . ., . . . . . . . . • ., - : , •_ ._ . ,.... _ ,._. '. _ : . .. ,.. .:: • PLANS....,, . ,..._, i . .. ...„. ' ', :.; .. . .._ .-. _ . . . . . 0 N -. .. .. .... ,. . .._ . .... FOR:: ...,.... • ..„.....„ ...,, .. . .. . .,., . , N : . • . _ ..._ . _ . _ _ . . . _ ': '--. , -- ..' _ . _ .,.. s _ . . . . ,....„,::.±. :,...,,, ,,,,,, ,..:..,, . _ . . .. ... ::., . „..... .,..:. ..... . _ • . . . .... „,, , .. . , ._ , ,,,, ". „ . : .....„„. ...:,:s . „ ,. ... .„ .... . . ,. „. . . . .... .. •" .• . ..,. .". .... ". ,, . ..•._. _..,.._., . . . . . . . . . . . , • . . . _,. : ': .-,-- • . . . . • • ., . . . . . •... . • .. ,„,.. . . -- : - . . .. . • . . . . S R , / . . . / .BUTLER: . ., .. .. . • . . . • . _ . . . . .. _ _ _ _ . . . .„.._ _ , • . ,...... . i . _ . .. . .„ .. _ . _ _ . .. . . .__ _ B " T L E • „ . R . . . VENUE. .. . . ... : .. .. . • •_ ,:.. _ _ „_ . •.. • . .. . ...„.., .. . .. _ „. • . _ • • _ . . _ • _ :: _ _ _ • . FROM _ __ . 809. . • - • ' • / . • ,.....,.. .. . .. .. 1 . 4T H. . .. .. .., ,, f r Y. rq', . • • • 11 . • STREET . , . .. . ,.:.'.: .. . . . .' , _, .. . . . . . - ' ' . . . Pi '.:':..',::'' - . .. '-' ' . ' ,., ' C , -._., , - :.',',:-,„.„ ',. . , .__. - - . ., . ...''' ::.; ,.'. . . -8 ,,, _ ._ : : . ., , .... ,...„.A .• . . , . .:. ..,,...„.„ . 0 . I : . ... ., .. .. .„ . • - • - . .. . . . , • .- 0. • ' :' ....' ,... ' • •:. : '..-','*-'''.. '::,,,, : :,,,,,..::-..-ri" .,',:....:::- . -.T r,„, '":: '', .: .- . . il . .. _ „ „_ . „ .,, . ....., ,. .. . .„ ' .--. ,. . :. ....„. : ... = ,• . . ..• . , • . . . . . l'..] . .,, , . . . • • . . .. . , Mik' i'l.:,-.„' -.'• . . 1 -- :-, H .. _ '... . . • . . . „ . . . ..:- ...- l'A - . .. , :.:.:i ,. : , : „ ,. , -:-.., - '''''':.:.: .:•:• - ... _, _ .. _ L... .,„.... C.: . ;C- T E IE---: ...:.,.., 0 ,.: . ..., .„.. • 1 . ...: . . .. - ...0 /- 9. ..„,...,..„ :... 0 8 . - - 7 . . .... . .. ... . . , „... .. ... ,, ,_.., . . ,. ., : .. .. . , .., • , . ...,.. •,...,,, . . . ,,,,: .., . _ • ... .. k l'?:.' '4 - . . ..,-. . . . . .L._ .. .. -- • - .COUNTY .. .. . .. ,. .. . . .. . „. . - • -- „. . ,... _ .: .,. . _,,, . y -,,-:•:: -;;;.: '.-• . ''' : . , . . .... . , • , .. ts _. ' . _ P R . _ • . _ • _ : . ..• .. ,... .. . , .. _ .., , , ,, .,...,.,.. . . . • .. . . ..._ .;.,,,,,-., -,..::,.....::: „,.. - _..„, „:.,-,,..,,•'„; • --,...„-....E...i.,...,„.... ...„. :,.:.,..,..:.... „..„ : .... ., , .„.. ,.. . .... ..,. . „ . „ „ . .. .. .... . . . , • _ . „.. . • ) . ?., . __., . • t„. . . .. .. .., .... • . . Pill .. . • , . . . . . .. ,....: .,.. ,..I,k , ...:_,,. „ . . , . . --.-. _,, • - . - - - - ... . • . ;4.1 • Li • ,..-: .. . . .'. - '' 0 0 - :. „:,...,..r.,,...,,,: .,,,,,,, .. , , . ., _ .. . . ... . „ . • . . :,.:. . . ., . . • - . : . . . . . 1'4 ',' - • . • . . . , .. _ . . •-k . . ,:.„ „ .1 . ,.„ . . . . . . . . •.• .• . . • THE CITY... . :..........:..:i... , ,,,•,.:• _... . . ... ..,,..,.._:.,...,..„.:„, ...,... : ,T: Y. , B...... . •.._. ......„. _.. ...„....-......._..S L A N .,.;.,••_.- .•..-._,-, y GA . . • . . • , . . 14.' - . . . . •,..., __.. =:,. • • ,... - - •- , . !., . . - . . . • , • • . . • • • • . . ::- .. • - .. , • 0 • PROJECT LOCATED 100% IN let CONGRESSIONAL DISTRICT • . . .• .• ... • ..., . : . . . „. .. . 0 PROJECT LOCATED 100% IN ,CHATHAM COUNTY 1 , , t ..._• - I . . .... j). ....„ I I. 1.....: . . .. • . . . .. ., ..•..._'-...:." .:.„.,,• ' , . . ,. 11 r4 C) , gig t I t I I I 1 I (4 °Ilk .. . •••.:i ■ QV cc' ,---, t 1 cz , %14 . i., • I ) • • . . . . 4.<1.-1. -.:•..:---.,.-.-:. . tr) (D'c::. c. c. `5.-1 c2,Iz• I''''.- . 1 . • . ... m Q . . '..--.-. .... - PROJECT- LENGTH: 0.208 MILES . •..: 'N. - • ...,E. :-.....1 . 1 1:7,1,...4 11) 0 0 IC14 ,.4. 0 0 e%) tbl ..._•110 8 I + gaol •+ Cb, AZ,Nt 1 C,5 0 611 ---; . 4 ' • ..... -,... -- - r-t" al tl.) . 4 - ." + Nr. I. ...I "1.• 1.....+- In i■ ...". .kla 1 1!`■ V) .... 1■. ,,, it al 1 4:. . . .....-- . , - •. N. -• ... I-- . . _. .... 4.,,, _. , _ Cs4 N .. • - .....-. 7 - ' . 1-14 tns eri. Gig 7. ....I LC) ;"%.I I I El). .I tn c‘1 Gisrl, r 4,,,■ - r.• )..c --- - =•T-- iT, • PROJECT TO BE -CONSTRUCTED IN ACCORDANCE WITH GEORGIA DEPARTMENT OF „ 1--,- -fpx. '- 14.4, \ 1 1 1 t • . •ra 1 1 . '.'C. t)•( . . .':..• ... . • r I r., ,y r■yry rr.rr fy.y. y. ry ..... EXISTING RAY . I4-1- I • . 1p. --• , . 1 EXISTING.IRAY 1 . , ,_3,, --.1)14 . .- , „ ..,, 1°1 TRANSPORTATION- STANDARD SPECIFICATIONS,-;.2001:-.;EDITION*:.AS BY , 0 _ _ _ _.,.......,,.._ .. . . . . . , . . . . • 0 0f, ...... . . _ _____ - 11 BY THE FEDERAL MONWAY ADMINISTRATION AND AS MODIFIED BY Tilr:CONTRACT . . . _1 Air-AI. , ..... . . . _...--..,..:.,,...". -- .. ....._. . . .. . „. . . . • _ .._ . 1.' DOCUMENTS. . b ' BUTLER AVENUE I BUTLER-AVENUE . • . I III .• ,- , • ,-, 1- - .- I_ - , . . ,...,- SURVEY AND COORDINATE DATA REFERENCE: VERTICAL - 1908 i . : . . .. _ • . ..._ ' • AR • , ion • .,, . .•.. . ...... . . . :. L . : .. 11_11, IL,. --,--- - ---.--- -------.=. .... . . . - -- - '- _ ___ _. •.••• _"...: ,.•...•. ...._ ., , I ,iss EXISTING . ., _ • _ . gli . . 1." HORIZONT AL-HAIY.:1983 . 14 Ex/sTING rifiw It ft . . - . ,....,- - EXISTING' WIN r ' • ''RAY t I t ..: . diem& a' ' N• • • s • • -7" . I . Qui s . • s • - - _ . .-- :ct - • • . . , , . . . . . t , . g .'. STA. 21+00 ct, ,ct ■ . • • . „.. . ... _ .. •... " ..z . Qr t ic.b itb-: S,TA.- 104..00 ! • 46,' 441 ', • a i i i ir . . _ . .....4 . .... . . ....1 „ . ...e. ....i . . . _..... . _ . . . . . .. .. . . .„ . . . , . . . . . .. . . . II . . .. . . , • . .. _ • - . •. - . . .. -,k. - 1 ., i. ar N 72816.5. 3663 cb I • . Ct s••••• ••,....;- . . . . 64f I r--- Ir" --N\ '111, I , I...,,, . . E 1064928. 47.39 ,F..... . ' : .„_.',--.• ..,,,..2--. ..1'..:'•••• • - , „ ,,,,..„ ...0) .. ..z "7-1.-- "e---"." it; - .1,-- 4.,•779 6. . fillig , i t 1.-! 4ti ' .-...:. • .l,-..: -..- . . -...--- •.• I I , I END PROJECT in. .v. .• fi . tt ‘ .-%.0# .....1 I\4 414 I- N.t 1.,...'. BEGIN PROJECT . I I -L.- . .e.. . .1 I 044 .... )C I I it.'s I .• .• .4 -..,L. - .44 . . .. „ . . . .. .. . . . . . .... , ....... . .. . . .... . 4? I • likAWAV44.-10- - . AVe ailittAtt I . , •---- _ ......: ..,,„ , . ._.---..-- ----A. , . . . .... „ . ,. ti - ‘'.001•104Plre:( - .:"Fil irIA , . . . . . ..... . . .. . . . .. . . . . _ . ... . . . . . . . - - - - . . . . . .. ,.. . . . . . . „ . . . . . ... _ .. . All. A '1 . . ■ , 4 , • . . . . , . _ ._.... .. .• .. - . ‘,' ..% .St-140"00t- 4t -N .•-•V,4it 'ti ' lik *:.70 V.AIA,V,:\rlic‘‘ .'1111 41.10 . PROJECT LOCATION MAP . .. is. •- -- --- . • • ,1 t 11-4*4.0. ta . 4>„411,...1%6,174,-.,,..,:. • - • SCALE: 11! - 100' • • . .gageka . - . N \ IgeollilleFII gifin rim i san ilk PIP.„41.4,11106.4.:Pe4ItiPitki; ., . . . .• . . „ Tgo:e.01.'I arpirara t■iial " IN' 14,r4.414-1.`4"*(11 S . - 6- ,, ,•A*41•t-J,,,amisiniirnalliFij ' 1k4t4f4t' Wir,illt 7411 • - . . . - . . . ; ''''. '° Reitirnioiimp:7'--- :'V\ $4.#\,•qP•4- ,k,47--;t1iL. -, • . . . . . , . . , , Ki . ,),•.„---V."*. . IIB,.,-.....: -, :till • kr..,,,,,,,poos „.7.• , man -• . ,-- vv.,,y,, \ ,•ms i . . . • • • .' id i •*4.*#*.-, re ta , s,■•.4:•„,°:,+.44\ g• ". ' . . . . , • . • LI '°I.:44.,4'•`**.\• Oa 1 . • -1. '-' \ ,/ )Ill N41,,-,. .Vi',1**,- 0 ;II 74 i - [tI *,,104...0)!.41,17!#*-.1,= . . __ -=-404 • . • 11/4/4prv.Airtv.t4Aiii1. • .. . . . . • -.. _.•\\ . 4;4- 4,...z.„ ',•:‹ ,,-4, 4. w ,- . ., __ •,.,...7 I v. f.v 4.. iszl,,,,./44....:4,:.,.:. „ . . .. . . .. \___,..*_ 7 '..1 ----- \•,,, ..,:f. • • i VANN ,•,‘V.I.:4'N;P4filififti,1„'•-•-: • 1 ''',.. OP 7-47ANit43.,■*4. 'ilk '-'• ''-'.,'•, •-•=z 4.• . \ • .ab \ j 41y w** -\ -.41 41111'.'::,‘;••••'-'4:4,11t' . '. - i , AO" ?Lk s .2 lit...,, ..,,,...,..„,„,,,,,,,,.: . • . :. \ _.7,....„ 46.7, 77 we'ti.■ ' ..-ite zgrkitilio. ,-... • _ r __ ___- 1 iv"'s,.\'v. . -...A.I.,,,k\* 4...4;,:.-:474.1.fir.,f7,: . ... ,,,,.■....... .\-..\ .viii..ifiriz .:,,,,, R C/ - • • A .....„4.,...„,„-„,: .... -N\N„....,-, 40,,,...„4„74,14.,„, C.... ,,w#:%. . 4.#4,147:4iit 01 ' - 9 • --\-, . - - - -. • 1 DESCRIPTION \ 4. ,,,,ip: AL,.../...b4- %..., ,,-.._.:.;.:„,, q-,f.....-.„!:::frif s'.". .'",.. . . R WING N D A „ ill •1 „ •ft...... "'■ . . . . . , •.--;;4 44-giiiiif 4 . , - • s .• Akiwil pre., ,-,-,4--.. .:. • •""-s - :-:' .1.41.4reri..,t„ ' I . PROF SS581e4NAL. Z - 1 COVER .SHEET; VICINITY MAP & INDEX OF DRAWINGS if:, 11144`.1.4,14 ,-.44) . I c7;-'10 ,0q,i.e-'7,4/W.5i'VieZ' . , ..:, ../- 'e- 0,-"`C:.• 2 1 .. . . I GENERAL.:„NOTES \IF,* . ;1 cl__) '' ' ....'../.4,441,41/..fit.,:i4144'-- . ..li...z.z."7-417..... ....„ •ci- . 3 1:DETAILED :ESTIMATE „.. ...,■,,vv,....-1,..'_-'!„.': .4**e' . . 4 ..- . „- TYPICAL..SE,C.TION, . , t\-4.4"4.4.ifirakr.it:e.p.k. •.- . . 4.4 oak 4„,,,..../4..•414`P-• -•••• aikc./4814.i Ori i. ,..//... ., ,----... .. ' • l'. . A„,_ate, • . . • • - :t III • • 4\#. /2 \*Itilli;4111%"*.*fir** .-.1.:.'4'W SW' - • ' 5 I 4 t/0- "---■14,..r.t,po, .,!,`...:-..4,4,7 • • '.9.:(). :N.S_,...TRUC:,ITION: PLAN... - 4, " 100- -■ '-k.,*1',_ titi.11-4 AI.41!:4,7A: . . . 6 . !•,' 1 ____ s•;*11 0,,, r,41,41 4.-YrkY;....,*, .014",...._ • . CONST RUCT IOW:PL AN ' -....... ., - ,.6'.71Q....•4'.. ......7 . .,,,,..to . . . . ,. ,...__Artz Nio::,..14.ti Aitier ..„- r:,. . ., S. .. 7 - I Gk'SID.:-'003213.- (1-.11-1 "AP 1.4 44wIr 1,1,1404#ii.""?ezr. - . . . . . . . , ....., b. ........,-,, i- , 44:#1. ..,zt.1,:',,.„„4.,,,..,,,, . "IOWA 4.. : - - 4,4 . Al T 20.1 .2 . . . .. „. .... . . .. ...r, .. .,. .., ... .:. .,. . . 8 I -GA. DETAIL -A-3:. (6,09) • ;j. - r. ..,,.... -i . IMF C4.,;,-.-H-'--f'•:,Al ifitiri. .:..4, . . .-.. , /* '4*-IWN4'.,:titi..;$1-4. • 9 - I .GA. DETAIL-A-4 (6-'09) , - .... ____ _\ .... it?7,' :474,V.#11flizt 4 ,-. , ...,.... ...0,-.,-.:7 44,..1.0 -4.-_'F'ee. F.' • .. • - 10 . . -GA:'DETAIL:T 73A (7,02) . . .. ;.! ,477:1410,64:tf.,:.„,i.:347,..474.1k.Z...::. • - lite*,ita/f4;i: :- . • • PLANS COMPLETED AUGUST 9„ 2012 . . 11 .GA.DETAIL-TS-0.1 (4-10) Aii,,,,, my- • I 1/1117.t-ki,QVAA•••stz41,5 ,4. - . ,'!•-, 0•.:::$.4-400/4=1.w.viir;*viz: . 12 - . • 11V--ZA.fq't PliVIZ$.4-:,Z4.77 Zi ',:;-.4481'.ii . DATE REVISIONS • GA.- DETAIL: TS-O2 G2 (4-10) 1:7-t4,7,47,e:111/ *81.V,* . . q. 0:1474,7,*WiW 4 i.-- : • . • roWW- .!..... it 7 . . . . - • - - , . . . .. • -'f:' e0 r,...:'N -44/.0 ,-.„..4.. *0:`, ,-1.1,-.. . ,-..,;.'s.. ..•-•, _. . • • ' • , - A.41;'../.$1--Tei.;37'..4",f-..-. • to'',.:7,74‘..41:747.4:7;-..."--,---,:i . -, .. -1114:„ .. ,,. ... :.. .3 ; . .....„ : . •GAY,S Y 111`.. A . . . . • .. . • . ,..,.: .„,„,,, ..„,,,,,...... , , • • . „,:... .•. , ..,,...„ •. ,. . ,. . ,. . 111,',„ INC I 0 BELL & DE-YOUNG, N- -- . . ,*XII*t-,-1.'!.k,,f.,L.. ,,. - . „. ,.. .. . ,... . , .. „ fl4,7!.4. 474',174:47.;J;4!:.•''...:' •PR 0 J E C 7'.SITE' . . .. Aorigtp -4 .. - . ,•":111.2tipz.t,'-- • . . ... ..: . .,;: i•:,-,....--: ;,....---2. . • . ,.. „. .. .„., ._ „ _. - CONSULTING /....--..17 zsx,f, • . .. .. .. .. ...,._ . ..... . . „. . ..., ...... , . . . . . . .„ . . . . . _ ..... ... . ..: .. ... : ..,. .. . . . ,... .,.. .„ ,.. . . ,, . . v.. - .„ -SAVANNAH -440A-INESVILLE •.-GA:COLUMBIA -SC MOUNT. PLEASANT, SC . 0'b ...141lialiP . . :,....„ „...: .... .... ,., , . . ,. _. .. .,.. ... ... . .. .. , . ._.. „„ . , ... .. .., . .. ,. .. .. __ , ..•:. . .. ..•„. . ..• ..,. ..•..... „ . . . . .. . , ...„.••„... .... .... ... •• ,-,,.- _.:• :_....... • • . „:• .: .:, :=,;,:• '4;:-:,:::i-:.-:; ;..'ir'.=-'-='' :- - -':30socolunkgtAkiwoot.•. - est WolipcirrikorNAL•-- . , - .419-:,Asspoiky:srgeT 740:4011A0M:00 DDS.BLVD,SUITE A • . ,.., G3 It' .. •:, .• . ,, ,,: ----:•---SAVAIMIC0040104510C-.:GAIN .., . ,Et „..._, . . -30501, ,C40-1,0.4-P,Pi.292 .souirt.':#11Ststit so 29404 PLEASANT, • . . . ' _ ..,, ,,. , ' -:--.. .. -46ittii:titik 41441620::•••-. ,-i-S0101i,-.0700001403:--, • VOICE. (803) 199-0444 -VOICE. 000:649-700- • • 1 A Bell Company -- -- - - Fikiti-:.(9i0:1144754. :•1. . .:•:FSS4 -,(0,0):406404:- TAXI- (003)109.4499- FAX, (393)..346,750i • . • . . '• , . „ .._ , .,, LS . . • • • • . :2 - ■...... ' . • . ' ' . VICINITY MAP . • . • • . • . . . INDEX 0-F -D DRAWINGS W IN G S TYBEE ISLAND, GEORGIA . . • . . N.T.S. . . . • ; . - . . . „. „ . ...... _., .„. . _ . . • -- • • . . . , .. . ::,........ .,.. . . . . . . . . . . - . _......_ .... . ,......., ., . .: . . . • . . . . . . . .. -- • .. . . . • . • - . _ . . ... . . • . - . • . . .. . . • . . . • .. . . ._ . . ....,• .. . . • • • - --- - • • .:••• - . . . . . . • ..... . • • - . ... . - • • - - • - •• .2,- -----' -'•r I--:•• •''...:*--•---,---',-.-.---:---, .- ---, :--- - -- - - '-r'.-41. ;,,:e..--11--q.0.:- . . ' • - - - 0 to . _ I I 1 • 1 9 ,;„.. . STATE . PROJECT NUMBER , SHEET TOTAL V.1 KA NO . z .:,-. . . t,..,. . 4,4 . • - _ 0 u.) GA.- 1- :- . ; OSTE:E-L.0Q08 -.00(997-) 2 - :- -12-... I 1- - --..:z!< .1 i- --11 t>., -..?.._ • '• -i:_ -- - :.., (f) . : -- :- - ' ' : '. kt'' lill• •: -cc4;-1: -:.'N'A;''4-•-* :• 1 '.'':-. : - - ,' i - , u,,-..- i. E ,:-:,(i. :-:;:,..- ,- N.:- - -.,.k..:: .. • :., . - ?' - - - -- .-- :t•A\-- z 3. 5. THE CONTRACTOR SHALL REMOVE EXISTING. PAVEMENT, CURB AND II -- .1-4-: ; --- :-- ..--:-. • ._. . 1 ;,-, - -. Ld .. ,,, . . ..\ . . . . . IA . . GUTTER OR CONCRETE DRIVE IN THE AREAS INDICATED ON THE PLANS OR 1.!li -P-,-,: •:- ..: ,-,:....,. ..-....-:.:_.:_..--- -: .-:-•-;•:...,...,,,P.,,,_. „ • ' - - AS DIRECTED BY • THE ENGINEER OR HIS - REPRESENTATIVE. PAYMENT WILL BE A , :.. , - - - D , INCLUDED IN THE LUMP SUM PRICE BID. FOR GRADING COMPLETE AND 0 :. GENERAL NOTES OFFSITE 1- '..,„it , 11 SHALL INCLUDE REMOVAL OF THE PAVEMENT AND ITS PROPER • . i.r.i.: I-- : .''.: § ::::-7: DISPOSAL. I tA ta • ;k.5:, :: - . 1 I' 0 0 - ' 114- - }1 LL :-. 1 , THE CONTRACTOR SHALL BE RESPONSIBLE • FOR LOCATING ALL EXISTING 6. EXISTING PAVEMENT, SIDEWALK AND OTHER ELEVATIONS ARE SHOWN ON I . ---4 >-- :-. ;1 . :! z : UTILITIES PRIOR TO BEGINNING CONSTRUCTION ACTIVITIES AND FOR AVOIDING ALL THE - PROJECT PLANS. THERE ARE NO PROPOSED PAVEMENT,CUR.B. OR OTHER 1 IlL . -. . .. . .:-. - . :., • < :,• CONFLICTS WITH SAME. ANY DAMAGE TO EXISTING . UTILITIES OR TRAFFIC SIGNAL ELEVATIONS SHOWN. RATHER, CURB AND GUTTER, PAVERS, . ETC. WILL BE 1:-,7---------- ---..:------:•---- _d.d.i.,p -. . z i..... ■ r•-• 0 ' EQUIPMENT SHALL BE REPAIRED AT THE EXPENSE OF THE CONTRACTOR. THE INSTALLED IN ACCORDANCE WITH THE DETAILS AND SECTIONS TO MATCH Ld : , 0. ..:- CONTRACTOR SHALL BE RESPONSIBLE FQRCOGRDINATI.NG WORK WITH THE EXISTING ELEVATIONS AND ITEMS WHICH ARE TO REMAIN. ' ' 1 , [v C il 0 .. APPROPRIATE UTILITY COMPANIES AND THE OWNER PRIOR TO CONSTRUCTION. UTILITY ;,,,,,, .;:„.zi ...,„ .1- .4.•(f? ■ , . ,. . Lo to ;.4 a_ :• OWNERS IN THE PROJECT CORRIDOR ARE LISTED BELOW: 7. ALL CURB AND GUTTER / CONCRETE DRIVE REMOVED SHALL BE TAKEN Jr, 1-2,-R I i Ld OUT TO TH.E NEAR:E-ST JOINT LINE UN-LESS. - ; •;i',: IE-r '.: ap, - . • NAME OF OWNER TYPE OF FACILITY • CONTACT PHONE. ENGINEER OR HIS REPRESENTATIVE. OTHERWISE DIRECTED BY THE i ir..• :, -= Fl 2 ..!!;_4 }.-. ,. Iv; L;--.. ,...,,, cc. - ;.',. 0 r ir:,-• 4 1/4;j g) 111 z :‘ -, -: >- - - 8. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ALL TRAFFIC :i i',':. : 0. ›.--- .c:c- i • .ill < - I 0. 1 1 g 'I.:g-. LU .0 IA, •- -.- GEORGIA POWER ELECTRIC MARK CARBO (912)94473726 CONTROL MEASURES, INCLUDING FLASHING LIGHTS AND FLAGMEN. IT IS [1- 1-!:'=; &al°' U.J. 0 , -.,• ,:,,' -::i. 1, AT & T TELEPHONE SHARON ACKERMAN (912)356-3963 ' - ANTICIPATED THAT LANE CLOSURES WILL BE NEEDED • PERIODICALLY IN 1,4. 0, :- E ' ' I Od ORDER TO PLACE . NEW CURBS AND-- .PAVERS AND TO REMOVE WASTE COMCAST. CABLE -TV CRAIG MARKILLIE (912)353-6064 MATERIAL. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING °•:-. THIS WORK IN ADVANCE . WITH THE CITY OF TYBEE ISLAND AND THE GEORGIA 1- Lw --,, 0 .. CITY OF TYBEE WATER, SEWER JOE WILSON (912)786-4573 DEPARTMENT. OF TRANSPORTATION. NO UNAPPROVED LANE CLOSURES WILL Lis & STORM DRAIN BE PERMITTED. AT• LEAST ONE LANE IN EACH DIRECTION WILL BE OPEN TO I ,:,-, >La° -,Co . !.&.1. LLJ . TRAFFIC AT ALL TIMES. ALL COSTS ASSOCIATED WITH THE MAINTENANCE OF I ,. ' - (f) ,- - ! ..[ CD (-1 • R-5_ tr-,. . GEORGIA DEPARTMENT TRAFFIC .SIGNAL ANDY WESTBERRY (912)427-5774 TRAFFIC SHALL BE INCLUDED IN THE LUMP . SUM PRICE BID FOR TRAFFIC(f) . '11111'111',:,-',.ii!' :.11''' is*7::, - I.: 65'2 .4., }-- ..- OF TRANSPORTATION CONTROL. ...-1.,:4 .-.7. 0 , i . - • - st 9. PEDESTRIAN ACCESS SHALL BE MAINTAINED TO THE BEST EXTENT 1 ,..„.. --,, - • 1,-.- .4-- IT, . THE CONTRACTOR SHALL CONTACT THE STATEWIDE "CALL BEFORE YOU DIG oz.:08.- iqz1, NUMBER 1 -800-282-7411 AT LEAST 72-HOURS IN ADVANCE . OF THE POSSIBLE. WHEN A SIDEWALK IS CLOSED FOR WORK, THE SIDEWALK ON THE O -. • OPPOSITE .SIDE .OF THE ROAD MUST REMAIN. IN SERVICE. -Iri,-,-BEGINNING OF OF CONSTRUCTION- ACTIVITIES. :.. 1 0. 'AN NOI :IS NOT REQUIRED FOR THIS PROJECT. THE DISTURBED AREA : •,1_, .. 2. ALL WORK SHALL BE IN ACCORDANCE WITH THE GEORGIA DEPARTMENT OF .f-.---r- -:-111: TRANSPORTATION STANDARD -SPECIFICATIONS FOR CONSTRUCTION OF . WILL BE APPROXIMATELY 0.22 ACRE. , . . ,fi.-- .p -. - -:•;. . :. A;.;•:::: :...--..L;;:.,:-.:,.. :..!,,,..2 -. ©-: TRANSPORTATION • SYSTEMS ..LATEST EDITION, EXCEPT AS MAY :BE MODIFIED BY THE * :11!:::;:. .r: It*:-.;:::::::*-1-*:•:...:":1=-: ..';;A--1-C:-.:-' *- 1 CONTRACT DOCUMENTS. THESE SPECIFICATIONS - ARE HEREBY- INCLUDED IN THE 11 . THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING THE PALM Hii..-..-_F,„i .. i,_.;.::._.:-;:.:::t„:-.....,,,:::.:;,•.....-. -,...-::-.-rci.„:4-. - '. . - -!i'i'4':''''''' ''''':''•.'';''':'.:'•'Ll''--.2'M•.''...'.:'-'-=!.E';.,':',.;.--:'-Lu..';;.:-i:..••:.-'=.-.:-:'::'.;'2t6''I'c'i'-:'_:''•,;--.rrI:::',• .'''.''-'<cc4:'"r''4'°)''..:.:.'1III-lIi':,;5f'''''I,l•''''-I'''4;.-'''i.:.'-.'.1':'-'' i . CONTRACT DOCUMENTS BY ::.-REFERENCE. ANY . DISCREPANCY BETWEEN PLAN NOTES TREES TO BE PLACED ON THE ROADWAY. SHOULDERS, FOR INSTALLING THE 1;1•::.: ::?,_-: -__-:-..--:::::::::-.-;-:;•,-4.:,:-:-..._,.. .-::--1.:Q.=.:„.,.:• -• : -:=.1.;:::-P.--i.:f-. .::::-i-=:_• :-_i-:•-i-:-.:.'-.;,:,:-,-...1.',::::-.-:',..t):::. r.,:-.-:..: ITEMS AS SHOWN ON THE PLANS AND IN ACCORDANCE WITH STANDARD . ip . ::::. ,:--: ,„,..,-..,--•.-_-_ -,,-61,- .-,..---:::,-p.,... .k.,,. E ' AND THESE SPECIFICATIONS SHALL BE RESOLVED IN FAVOR. OF ' THESE - ...si ..t'-.,'.:---,:,:.-„,..::,,.,-,-,-,:;,: :' - ,- .I_.:,• . PREVAILING LANDSCAPE QUALITY OF CARE,. AND FOR PROVIDING WATER, . I -,:... i::-.1- .•••-•::::.:- :,:ku.--:•17-4::-...--. 0 . SPECIFICATIONS.: ALL REQUIREMENTS STIPULATED THEREIN, INCLUDING COMPACTION ,v: - -''.f--. -.- • .-- 4:;.--. U .. FERTILIZER AND MAINTENANCE UNTIL THE LANDSCAPE ITEMS ARE ACCEPTED "-Fr,i:- 'f;l: . t::.,:-:•----•-•- !,..!2:•-•-•_;:•._-...::::•;.:-;-.-,v -6 - REQUIREMENTS FOR CURB AND GUTTER, SUBGRADE, WILL BE ENFORCED. MATERIAL Ili I ,••:,:•.,..-,..-,::, . ...--:-.....,..-...,...,,-;., - , ,t:,... . DETERMINED TO BE UNSUITABLE WILL BE REMOVED FROM THIS SITE AND REPLACED BY THE CITY, IN ACCORDANCE . WITH GDOT SPECIAL PROVISION 702. 11:1',i- i.-.:?.•...,,,,5............ ......_:::.--:,::-..::.,,ii:,,,,,,,: :::.4'. - WITH SUITABLE MATERIAL OBTAINED OFFSITE. . LI ,t, :},- -■-' ■,.,,, ., :. 1 - .. -, 1 • . 1:i'''1.' .-C-0',-.- : 3. THE ROADWAY RIGHT-OF-WAY IS UNDER THE JURISDICTION OF THE GEORGIA 12. EXISTING TRAFFIC SIGNALS SHALL REMAIN OPERABLE AT ALL TIMES. ,..• 4 ,,:.•.:. • O , DEPARTMENT OF TRANSPORTATION. DEPARTMENT PERSONNEL MAY BE . PRESENT CONTACT GDOT DISTRICT SIGNAL ENGINEER, AT (912)427-5703 PRIOR TO -i.:::1 - 1 ,.., co : . co E :. DURING KEY OPERATIONS. THE CONTRACTOR SHALL COOPERATE WITH DOT BEGINNING WORK TO DISCUSS BURIED SIGNAL EQUIPMENT. :,. PERSONNEL IN THE CONSTRUCTION-.-OF THE PROJECT. 13. ALL. PLANT MATERIAL SHALL COMPLY WITH THE PROVISIONS SET FORTH ::•.--=! ;:•. .--) "'-:-- - - - 4. ALL DISTURBED NOT TO BE COVERED BY OTHER SURFACES AREAS SHALL BE - BY SP 702 AND • THE AMERICAN.. STANDARD -FOR NURSERY STOCK, ANSI . Z60. 1 ,,,,--.:,. :.,., .- : • :i 1 - - -- • ,:-...-- - i_- SEEDED, OR OTHERWISE VEGETATED, FERTILIZED, MULCHED AND WATERED TO OBTAIN (LATEST ADDITION) . , - ..1.:,- . :iP' Ng, DESIGNED DRAWN I CHECKED AN ACCEPTABLE - GROUND .COVER THAT WILL PREVENT SOIL EROSION. - - ,4.,. -r :, • 14. PLANTINGS WILL NOT BE IRRIGATED. CONTRACTOR TO PROVIDE WATER BY Iy4 ;;:. . . .'':''''. -.. ':;-i-f.i''I.. Joie N(). illi: I '-',. ,:"'..-':-.':',:'''',.'....:,. i-,„1. ::, E .. WATER TRUCK AS NECESSARY TO ESTABLISH AND MAINTAIN PLANTINGS i,t- ,.-;;. DATE: AUGUST, 2012 • 1:- kl, 1■-• . ■1:,,',1: f‘:„ DURING REQUIRED MAINTENANCE AND WARRANTY PERIOD. il. i ?„.,•4 .- ,,,-.. . , . .1 4 • :,:' "- .., . L',.,- SCALE: C•1 ' . 15. ALL APPLICABLE PROVISIONS OF GDOT SPECIAL PROVISION 702 - (SP 702) rl - v.-. - .-Ii,,,.i • .17 . CN1 WILL APPLY TO THESE PLANTINGS, INCLUDING MAINTENANCE PERIOD • - -- : - '1'.'i.:-..-: ;=.11".:----_:::'::', •-••• ::,•;-:, --:::-::::.:;-4...----- - . O . : 3- - - - I- -- .H.I --, (MINIMUM TWO GROWING SEASONS AS DEFINED IN SP 702), WATERING, . . . ...... , :: . . •...., 0 - O . , - FERTILIZER APPLICATION, ETC. I i-- - - '• ::- -,--::'.' -;.'2 - c • : . ,:, : . . ot :- --- - 0 • ' • . -. ''' •:'.-11•.''-m..l'.:0--Ltillwm • -,, . , • 16. THE CONTRACTOR WILL BE RESPONSIBLE FOR PREPARING A TRAFFIC 1: :1':' ' --:' (4/,'. ,.... • :• ::-,: , 1.6 17111 , -.:: . -:•;:.., CONTROL PLAN SHOWING THE PROPOSED MEASURES TO MANAGE TRAFFIC ...• : ' ---- --:-:-ii.m -' : . DURING CONSTRUCTION ACTIVITIES. THE PLAN SHALL CONFORM TO THE 2009 • - .-----, -j-144---144-0ii: - - -:-: '::,•'... _ MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND GEORGIA DOT . -- . :.:-.-., .. .1,41,i(n -111*.".4.=:-.:: :- '- : .-l-1: - '-'_,0: -,,,e .....=:::-.::-.....- SPECIFICATION 150. ANY LANE CLOSURES MUST E3 APPROVED BY •AND ' - :',..:: .- .1i-a -Fti: - Niiii:::::: :-,' . • .I 31 .- - -: :,i,. ::>::ciri-01171- -a :...fli ,,,,, v .,;,, ,,._ COORDINATED. WITH THE GEORGIA DOT AREA ENGINEER. LANE CLOSURES WILL . -a3:-- :--...:' ''.1.-if.itaiir...-...' ::,-:::tt--•::::.%) (D--- - REQUIRE PROPER LANE TAPERS AND .ADVANCE WARNINGS PER GEORGIA DOT - • ----, -- - - 40.i. on,c) -. .- .::-.::. - -c' ca . :- -.:-:..:-..;-I;:M-_ Iiiiiii---Lff: 0' . : .'-'.-'•:‘;::-.-::. ' i . STANDARDS-. THE TRAFFIC CONTROL PLAN WILL BE -.PREPARED AND in . : -- --.:: ....:- APPROVED BY THE APPROPRIATE AUTHORITY PRIOR TO IMPLEMENTATION.. . .:1.1.-. - 0 ;000:• .;•,•. .. - - up • 92 - •.-- ::=_Fmip ...,, ....... z.- ...7.7.....-- ::::.:-._ . .,. . 0 -. .'.-:-:.':: : -D •-_..... - it• .::.:-.:::Y . 0 _. . 1 - . - ,-_-----,:--,,,,..:- i ® 17. ALL SIGNING, MARKING, AND TRAFFIC CONTROL SHALL CONFORM TO THE :: :- . -tt-- -- - -- - ::::-:,-: c 0- - :----:-:' : ' ! - - -:-:'*:' -\ MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES, 2009 EDITION. -5: --44. :.. P-.- . •-- -:,.--tak-. ,g.. 1.5'.. . ,..'.7' . .. . _ „ _ 18. THERE ARE NO ENVIRONMENTAL RESOURCES - ASSOCIATED WITH THIS ---'.: s -"---w."'i -itt •--. ---<,-.-- ...,.. , - . . . ,.,: (i0 . ..... • 44. - PROJECT. HOWEVER, THE HISTORIC PRESERVATION --DIVISION WILL CONDUCT . as_ ---.. . .• 11&.-. 0: •:.•'..-1 - - co . c. 1-800-282-7411 (frorrIoutide Georgia) SITE VISITS AT THE POINTS WHEN THE _ PROJECT IS 50% AND 100% :- . :-----'1.0 -: ...,::.. - .- • I to' - Know what's below COMPLETE. . _:.. . 1 ct)'' -a ,,' • . s. '.-1.-:-:-.. CD- 0_ • 19. THE CONTRACTOR SHALL LOCATE ALL GDOT PULLBOXES. AND TRAFFIC : . -..... ... . ...... . . ...- .......:,. . . ‹. a C a 1 1- before you dig . SIGNAL . CONDUIT LOCATIONS PRIOR TO BEGINNING WORK, AND SHALL . . ... .. ,: .- _ -r .. ' ' .' ■:4 145 EXERCISE CAUTION IN THE. COMPLETION OF WORK IN PROXIMITY -TO THESE .I ..',:..-•.: :...DRAWING NUMBER 15 • . . .,. „..,.: ITEMS DAMAGE DAMAGE TO ANY TRAFFIC SIGNAL EQUIPMENT SHALL BE REPAIRED BY •.:• ,.:-. -- -.:."4-:: . 0 .. -.... _.:, .. les,.. OR AT THE 'EXPENSE OF THE CONTRACTOR. -- . . .. .:. -*-::':H::'*.'': . 2 ., „. . . . .,,„ . . ± , . .. . __. • . ..,,,,.....,.. .. 4). . , .:',.• w- ,..:: ..n. ....„, - . :. .,. ...„. ...>, . . ..,..,_ .7--. di ,. • . _ I _ :::.:,:.,,.- 1 . . . . - .-.. . . . . . ....„ ...„. .. ., „. _ ....„.... „,.,.. , . ...• ..,, ,......,,..:-._ __ . .. . . , .. ...... „ . .. ,..., „ . .. ....„..,..... . .. .. _. . . „....... . .. . .. .„ .. . . .. .. . „. ..., . ... .. . .... ..... . . . ... .„ . . , .. , ,. ....., . ,,....: „. „. .,., „ .. . - . . -.., . . .. . . ..„...,,, . , . . . . .., .........„...,.. „......:„..., ... ..„. . .. ...,. .. . . ... ... ............. . ... ...... . .. .. . . .. . .._ ..,, _ .. . . .. . „ . „ . .,. ... .. -.. . . .: z STATE PROJECT NUMBER SHEET TOTAL t` ,- �n . N0, SHEETS Nf1s GA: CSTEE-0008-00(997) 3 12 4``1' -g t7y, I 'g. � .W 'a -t-1 S. . - peg A . - g gif.z !z f— I ( s >- , DETAILED ESTIMATE , ,, , Q ''.4. i• ,,. z — 1 k 0,• r i ) II-r° §`: ITEM. DESCRIPTION UNIT QUANTITY o VA ; t ua CO ;ty 150- 1000 . TRAFFI C CONTROL CSTEE-0008-001997) .. • LS LUMP ® � '.. 210-0100 GRADING, COMPLETE CSTEE-0008-00 199.71 z . LS LUMP i - • :11. - 44 1-0016 CONCRETE DRIVEWAY, 61 N TK j : SY 237 SY l 85 , �, 441 -4050 CON. VALLEY GUTTER, 8 /N i M ", !Illi,I z 441 -6222 CONCRETE CURB AND •GUTTER. 8 /N X 30 /N. , TP 2 LF 1740 Q , Q 610-.6515 REM HIGHWAY SIGNS, STD EA 27 I?� ``F L w 611 .5551 RESET SIGN EA 27 1 9°® •ui- 647- 1000 TRAFFIC SIGNAL INSTALLATION NUMBER I LS LUMP illi 1 702- 1020 SABAL PALMETTO • EA � 900-0039 CONCRETE PAVERS SF 5 700 . : tY o 4 � 4, _ uj m � � , . 0- 01-v„ I o s. t° <ag 1 a,,, ° . I ,t ` Ca"; 3 •. - yr rt ..-i.--Y. - i r fix; - I . IR .' . M . '; 0 r a , 1 . it �t$ " } - _ I'? k - H £ i I -.I ?4 L ti .•U 'tw a N 4 '" I . NOTE: ALL PROJECT EARTHWORK MISCELLANEOUS REMOVALS, ETC. 3;s i WILL BE INCLUDED IN THE PRICE BID FOR GRADING COMPLETE• i t , N [ �y O •rte,. NOTE: ; I ' � j COST OF EXCAVATION, GRADED AGGREGATE BASE COURSE AND SAND : 14 .1!:•-% LEVEL:I NG COURSE ASSOCIATED WITH PAVER INSTALLATION SHALL BE ; c DESIGNED DRAWN CHECKED 1 INCLUDED i N BI D PR ICE FOR PAVERS. r ,, _-_ CO'j;: P :: DATE: AUGUST, 2012 ' ` N. NOTE: ' . ITEM 647- 1000 SHALL INCLUDE THE FOLLOWING ITEMS: I" JOB NO • I N �-` #+ LOOP SAW CUT - 17 LF ! y+ SCALE: le - N S CU 5 L ti } LOOP DETECTION W 1 RE 1 /4 AWG, STRANDED/1 000 FT 1 J REEL � 4. ADJUSTMENT OF PULL BOXES AND CONNECTION TO EXISTING I k. SIGNAL WIRE WILL ALSO BE INCLUDED I N THE LUMP SUM PRICE. •I. : 0) .-,* .-.1.0sii.i,i j-twajl .'.• ,''.-11,'ii!i!;:::..i'.: r.. . zs m' �` ar , •e co co, t -- _ i, �° 11:of 0 '� - b• _ _ I-.. • p Q. cn N . f -a . .% .. Ir J ,a� '< a�, :-..=..:.:. NUMBER 0 a'" lc i0. A4 3 - . 10:- ' ..„,.: ,..., i" W' s . . S yj . . , . . .. '.. - . ' ' ' -- -- '. - - - ... . . .. . . . • • - -- . . . 4 . ' - - - ' - - ' " : . -• la .-1:*1-:fi- ,,.1.., .. ..-..... ..I...---....'Lif.-..-.711,. . . .., . . • . . . . . . . .....,_ . ‘ . . . ., . .. • ' - . ' • • • . .• . . • ...... -„... .. ... . . . •. • •. .-• .. - - -••- • -•- . . :• • • •• -, ---- • • . . . . , .. .,,.... .....- .. . . .„: . I I I - " ' ' • - • - 4• •-• • - . ... .'- --.; .., . STATE _ - • PRO4ECT NUMBER SHEET- . TOTAL .-iil -'‘ .. . . NO. SHEETS-, '.;t-.- 0- ..• -NO _ . z •:. -... .... .. - - . - - S' .4' - •,..,.,. ' >,e) ' 1 0 - (7) - . GA. • C$TE:E---0008.---00(997) . 4 12 41-_ :-1,• .-.- ..,."-&-:---■. .za--,0„.;te::::,.., .1:.4.ii , - - L- I 14:- .*'-th11. :7. : I; CL *: . `''''' '''4: ' '° 'f-k..-:,.b`. ktt.t *4'' _‘ *. it4:-:. • LL1 • ., 0 1•:A4yi4 4r04;4A..4i,:'4 1,.:..--%.---..1':,••-'1 .-.-..1.:'---.•-.,''-.-'7.--:'..',-...''• _'-,--_-...g--:_'-=-,.:"=*.:.--..):.-k--.:-,.--,.--.-...•.--7..'--..-'..-,-.-:.'-.;-'-.'-'.:-.--.•x:-s,,.-*.'---.„--='-.-..-..--','---.-.--,4-'-4'-'•:----.--,,•.,''--,', cb'e4Mv?,l: --'•.' .-.'. --. .,.' •. :•- -• L._ 4,•-‘4. ‘,..„ - ., • - - :...,1.,':.., .•-•w:,-.,L= .:. .c.1.- :- . .m.,...--,....,--..,•.:,11-..::.;;,4,',.,..„1:•:-.- .:-. . ---: -tti . : . " < -- - EXISTING 80'. RIGHT OF WAY - . t,: mk „.,-,,,,,,.._-;-3,i-,-,,E,i, ., ..--4 ' „ i,..-v - 0 - • - . - •••• #.0.-:. ,.,*. - LIJ --, -■ . '"`"-te%-,Ct" --q, • - 0 _ . * r'Ci- 5 colv - .4 D , . ,......„ . \r...,.. 0 .. * vv,i',-,- , , N:‘,..,_.‘_ 4):: 1 ...:48.' 1:1:..0.-, -• • 0 - - k ' . .%t : . ',:-.1 M ZI417::f- 1; CC " it°. : : ' . . &? :j. '^i.._.:' -Olf Ld - .... P. - , it ";' Fi:1.1' ›..• ..- jUaC .8: .. '.: LIJ . ' MATCH EXISTING co . - i . 1 . 4 PAVEMENT ELEVATION F7.-- - PALM TREE ■ 1 It , 2'6' 1. 0' 6' ON STREET II' TRAVEL LANE II'TRAVEL LANE , II' TRAVEL LANE II' TRAVEL LANE 6' ON STREET 1., z .. PARKING I. PARKING 3 PALM TREE . - - .,,, WI < . I .- 1 a 7.---U1E/It NOT6C (f) ,,,. M. (8'INCLUDING (8'INCLUDING - IN • ,: ..-. CD ...-.- GUTTER EXISTING PAVEMENT r.'-;..1 z.. . - 444 ■ :* "'77'.7- -.:::.'::: • 0 1 w - - 1 - .5, .. ••• Lil • ' <' - .,i ....-i cr : 0 .. I SAWCUT - :. , 1:?- 1,V,- ....i- z . . o.'.1 e (TYP) 1 1' (TY' '-'- -I- PROPOSQ .30'_'. - EX 1-ST!NG.PAV1MENT - ':.. :::.' . CURB AND GU I TER TO BE REMOVEP a . 1 ...., ,,. . .. --, ui . ,...:_....- co . - - . .- 1 ,-,3 > . ,- ,41,%:..;:,,V.:.c.,.....,;:ri;*1:::;;:::::::',"‘ ="ti:r.P.i1.4 .... ± - -..-•••••■•■•■•• ,,,.....4.°,4%12 2 rc12?2 222,-,2,?:!..g!;:fiii i,•:,,- . 1\fr i?,::Vi --r: ',] t: . ._....me.. -- Z N. 12;4 . iiCe '''-St 1 ..., 4- - '41* 0 't ' : cn : - • ,Ld * 1 CONCRETE PAVERS - \--EX I ST I NG PAVEMENT I \---EX 1ST I NG SIDEWALK '-', . - --EX I ST I NG PAVEMENT c L .• • EXISTING SIDEWALK SEE DETAIL BELOW - - -- TO REMA I N TO BE RET A I NED TO BE RET Al NED •g: . • 0 cc 1 a . (r) ,-. PROPOSED 30' I . CONCRETE PAVERS, SEE DETAI L BELOW 1,4 . - ›....- = , ,i .. CURB AND GUTTER - 0 , . SEE DETAIL RIGHT I . - PROPOSED 30' 0 •A - --- . 16 (5 I''• E , - ,,.. CONSTRUCTION CURB AND GUTTER. . • I „ • u..----..d. - . CENTERLINE . .. SEE DETAIL RIGHT . 4' .4 C.r) 0.z tv j.r ___1 :. - 1 .to .z.-17, •,.i, • < . ' „:, 1 • 0 • TYPICAL SECT ION , . ici- ,tii. •sompetwo - : 1 4:: -•°=km° 0 ‹....;5:- 1.M EL E/).(13• 1 .'- STA /0+55. 58 TO STA. 20+69. 41 • -1-;'` • • I'...-`i;.!. N T S • ,,.• ; .-r.; : ..- ' - - - - -' --,"-,- '.I f -.. 1*- © 1 . . . - rf5'':1'i:4i.-:' : !'71.'1:-'''';', ..,::•Z••-•-..1i.... -..: . - - - -4 . '4,..i -:,-:- ,,-•&,-.--- -:,: -,-.•,.,, :-..!;:) -.R: ' '-. . s--,,,.cj. -..•-•$1.: - 0 - • . . . ..-_,4,-- ,,,,,,i E - HURRICANE CUT ALL • *wiz, - - fti--t- --:-. ''''' '''-- - '--- -'-' ;--iz-•: 4 , . 0._ • li air . . • ' -414 4 . ..,. . ...-izo .:;A,•cy , PALMETTOS . . . . 0 -• ill .. . - :?-.,:: rt-•-•:'. _, . .. . .,.,... ..n;:', . ..."11 - , . .. ... ... ..... . . , .. .. . , ini . ' :-,:- ---., • . L. .H , 1 ---;,.• • . ''7 -' 2:. . - * - .,,,..- , , • NOTES : . 1 . . -.4, , i _ .,..., . . -c 1 FINAL TREE STAKING -, . ,,,..-- - 1 1 -1:1• :I:- ' I 1 1 -...- -...- ! . • . PI - ;5' DETAILS AND PLACEMENT TO BE _sd - . • . ),:, k. 1 1 • if. • (n ',i; f,,,, co . APPROVED BY OWNER ' S I 4 s ' ' -.1 .. •.•,, .,i; 1 ,.-, - 0 efi 1 op REPRESENTATIVE or 11 ...„ ..,.. - . -0 . 2 . CONTRACTOR SHALL ASSURE . .. ' PERCOLATION OF ALL PLANTING III if' ti I ' ... . .1 : .__ L . , ;.:1*;, ..v. , , --. - y ----;,- --,:-....,:-4- PITS PRIOR TO INSTALLATION . PP • - '.,-.4 DESIGNED I DRAWN CHECKED 3 . SABAL PALMETTOS SHALL BE ____ ili ,..-., .,,i -,,,- . ., ....„ t,... 4--. 4,.. _ , • iv DEFOLIATED; PROTECT CABBAGE - 1 STEEL WIRE OR BANDS TIGHTLY - -41;* -, 1::::,• 1 --1- E ,, -1) DATE: AUGUST, 2012 vo HEAD FROM DAMAGE . BOUND AROUND ALL BLOCKS. DO .it '.i.: 411)(8' CONCRETE PAVERS. PAVER COLOR AND a.., F.1. c.1 - TRUNK OF PALMETTOS SHALL BE FA NOT 'NAIL OR SCREW INTO TREE . g 4, JOB NO. (7) '.5 -WI ! fl I Mb LAYING • PATTERN TO MATCH THOSE.. INSTALLED . NEARLY UNIFORM IN SIZE OVER - - - v. J .., "G.• - ,.. .. SCALE: ,.•, , C\I . ENTIRE HEIGHT AND SHALL BE FREE Mill,1 - ALONG TYBRISA .STREET OR AS DIRECTED. ;,. .:, .47- NOTE : '‘k , . ... .... .: ...... - BY THE CITY. PAVERS TO BE 'CHAMFERED c., . OF OLD FROND STUBS., FIRE BLACK i 7 . . )(. 1Spl-EIN.p. CROSS c z WREN PLANTING. TREES, THE CONTRACTOR SHALL co AND LUGGED - AND OTHER DAMAGE . . . EXERCISE CAUTION IN EXCAVATION. ANY DAMAGE : :. -6 1 - , TO- UTILITIES ASSOCIATED WITH THE PROCESS SHALL - liA ..m. e , MAINTAIN TREE IN A PLUMB 7.- II Iv.t,!.,, -..:,..!,..- -- .w.:,...-::-.. .- ...,....... .-... ..,T........:.: -'!.-2. -',44: M cc BE :REPAIRED AT THE EXPENSE - OF THE CONTRACTOR. 0,,,, C.• :•,Y.-. "''..''.:1.-.11: 1111.1! ..*' .::.'-'''''''''''' -:. '• - - - UPRIGHT POSITION , EXCEPT AS < EXISTING . a_ PARTICULAR CARE SHALL BE EXERCISED •IN WORKING NOTED ON PLAN - . --I IN AREAS OF TRAFFIC • SIGNAL WIRING.. . ANY DAMAGE SIDEWALK •::•-- '" -1&, -.1' LLI - - - . -;:-.': SOIL BERM TO HOLD 11111 \ ° - • TO TUFF. IC SIGNAL. WIRING OR EQUIPMENT SHALL BE PROPOSED 30"CURB - ,,:, ... WATER II REPAIRED OR REPLACED TO. I AW -GDOT SPEC I F I CAT IONS _ SLOPE FROM AND GUTTER •':-;:. :•-•-, Uj UJ.--1.18 ': HARDWOOD MULCH ------- .. . . . • - - •• • • - -----,...- ... .. . . , . ,. 11, REMAIN AND SIGNAL AT THE EXPENSE OF THE SIDEW,AL. K TO CURB GDOT STD 9032-B • ' • c) AS SPECIFIED ' -EXISTING .'. - >In!) '''-' - • a. -. • • • • .. •-• 11111111111 . 1 . li...if.-..i.":::::::::14 • • - .....: .- -0 ,r ----- PAVEMENT ..J ., • 00- ...... ca0 ..... - ......• .......-^Ter:gi•.. . . - -• : - I :''' '''.- • X--M . 1 .1 1.‘";.'. - . .:,...::.''...:,..,':_.'!.:.:::,,....‘-'i.,--..:-..-all*IBillmiW, •:°44.i. ;::::..1 :;-Ili'''.'''''';':::.' : .c• - -'4"4,49".•■■ . f ..:ii:......:., '..1.....‘,.....1 :C".."..7::::; ,..^....t"':4"::::1......* (n - .#9.•.,48#*".... ._ --+,+■-.."4.v. 1" SAND LEVELING COURSE I 0 co .4., .-. ....-..;,:. -,:':.,:.,:.....-:...._-- --.44.914,1 '455.,.;41t•-ev.-4'. :.,.:,, :••••'., :::::...-:'.... t■41,40. ' . A TREE WELL WITH NOMINAL DIMENSIONS - ';:•..:-.. .•....- .-- --r. - - ,..•'. co- ••••• • - ' - • • - •tite0-4,4 m ve-'10;It :.,- :.....;. .-.......,.:-.....: :.:'.)....-.:: .-.: . --A..„?„,- --- .7,-/ ---i_■&-\-_____-' -::':::::-.:.::.......:2.:..:.::::;.......:::..-,.... .:....-::,,:::.:,-..-1;..:: **4 -1 . . 1*.:%'•-•::N,:t1;.'-..-4'...":.":***1.':':,.-%-.--'0:**::.*P.iL.I.::- . 1. - ... . . .: . ... . ..... ...: . . „. ....... f.u. PLANTING MIXTURE ''''.-:-."-::- '.•:- '1.- -:'.• iii -2Y... . ', .:• :'::--.J.:: ? ( 1111)T , :::,....,..yH2.:.:..-•..:-:.:-.c..\--. :.-'' - EACH PLANTED SAB-AL - PALM. GRADED AGGREGATE a, . :. ....,.. / -... ...-...• , . - - . ....• _I ti.)..a.:11...i.,.:::::;:„....,..,•,..,,-...:i...,....,...:,..............r...::::::.„,........,..•...4„..,,...,..........,..:.:.1,...1,,,,,,.------ 1 110\ -,;.,::...:••:••.-A 1\ -1'••••••'::'''.. Fal-7-- 7 o .. I I ci•-:' -':•.:-. BASE COURSE .....4.:' ..,..„. . ...0,0 . 0... 1 1 ..- :-.1 `Q i ) '"-* - .- 1 •••:• '•••• •...: • - _ •-•••=;:i.:• -'".-0 M . c'es? 1 -,•.,.. . . . . , . . . - „ ...:. .,.. 1- ' . . NOTE : ' SUB-GRADE COMPACTED -/ '-',.,.... .-.-..,- io- --I TE -_ 1 - . -.11 I '.:.h 1- _: . ..-'....-:.--..--• - - -.- : -. . .. ..., . . .. .._ , ALL TRAFFIC SIGNAL PULL BOXES SHALL TO 95% STANDARD NOTE:- COST OF EXCAVATION', ,. .. . ..,. :v,:1;...,,,,,,',.....'. COMPACTED SUBGRADE . 11 I BE ADJUSTED TO MATCH PAVERS. '-'•:-.'' . .'''--:-• • ..''ciii) U .■_. -. .;:•• 0 • --T- _ PROCTOR DENSITY GRADED AGGREGATE. . . ..:::::•;,...--..- Ct - 01-1-w r';:'-'-. -I I 1 1 17 . . :4• • • . - BASE. COURSE AND SAND ' •'',, :;.-...: GM- . l : - -....... .:.- . . .... LEVELING COURSE ' SHALL _ .-.. . ta. CD- . . . . 73 BE INCLUDED IN PRICE 0-- 1 . - BID FOR . PAVERS. ay..., :-.:. ,...... _ ..4 ,. „... ,. .H. :. .... . .,. •••.•-•--1.. - • ' - -• NUMBER-- ' -1--.:.! PALM TR -- -- PLANTING ' DE- TAIL • • _ :. _ -.,.., • DRAWING• NUMKR- 5 - *'5 NTS - - C - \ C __- T -_ RAV _- R DETAI ..,,, . -K, • W - rAI it1,1 • ' - I 1.1i• : t=4 CO, . (") ,- MI 1 ......._. . •C 0 4 . tA NTS 14.! :Vi' ± --6" Kt: kg: .., .,,,t ) ::.: k4 .n- >, . . . 1.'.';:i:.:! LL1 ... - I I ' „ I rtf,,A :::-4 . ,.. . . , - .. . . , g •- - -- - - - - - -- - - . ._ •. ... .„., .. . .. . . . ..,. . . ... . ... .., .. . . ... _ . .. . - .••• --- - - -- - • • , . .„ . . .. • . . . ._ ._• _ . . ..._ __. _ ___ _ • __ _ - _ . - - . • 4 ;V.5f,-..- . ' -: • -... ,_.•... -:*.:,.....;,-...*4 . .- . . . . ... . . . ....... .. .. _., ..,,,-,.... .. , .:.- ,- -: ... . .: , . .. . . , .. . . - . , ,. . .. . . - . . . - .. . ... . . ........ ... --. ..-.,- .--.... ... ... . . . „. .. . . ,. ....., . . . . r _ ..... ,.. ...- .. . . , .. .. . .„ ,. ....,. . .... „...., . .. .. _,... -.......„,...... ..... . ..,... . ---------- *-- ----,-,--------_-----------.__________ -- ...,------ . .------ , _ , , . ,. , . . ,. , . „li ir. , . . . ..,._ , _ . .. .._,..4, . STATE. PR SHEET TOTAL z Uri PROJECT NUMBER NO. SHEETS = �n :. GA, CS•TE.E-OQO8 00(997) 5 12 i . e,�,,.- i' c;is...-!: v 8.1 �ca��(yam+ - - ` - Z m I �,, 1 I i ': 1XL� , l � : 1 1 0 s o I - _ Nt►G`NO�ccH Ai 1 I _ _ 1 I t 0 c _ z 1 NOTE: IF AN EXISTING SIGN IS IN CLOSE PROXIMIY TO THE PROPOSED I 5 ! 'K.z 1 1 = LOCATION OF A PALM TREE, THEN THE SIGN SHALL BE. REINSTALLED A IYk• I _z 1 c I M1 N I MUM OF 10' FROM THE TREE LOCATION. 1 -, :� - �- •3 -y )Z_ • ° ,' 1 1 GR�l K $9 AL XAN ER , �, _ _ _ NOTE: PALMETTO PALMS SHALL BE SEBAL. PALMETTO: THE HI,EGHT , 4 0 > +�_ I OF PLANTING SHALL BE 1O'-I2`. THE TREE SHALL COME W,lTH D < >``. I _ ROOT BALLS. ; _�, o _ } a_ I I LU co 07 xr.I l',N,.., CD LCEI i m 1 ° - - - - - - -. e -- - _ .,__4 & • It° °1. �° € ® i6 o ,t 11 I ' ' 1 4-0008 -07-008 ' r I . z I ':-.):',1,1' w, 4-0008 -07-005 SIMON HOLDINGS INC _ YAO AGNES ' INSTALL CONCRETE PAVERS ' I c , I AT BACK OF CURB SEE N i ` `r .>,-(- ----1/,,,re:F cn WALK J I--- -. Corr >`-' DETAIL (TYPICAL)CAL 1 Nr ! �.K I ' 0 _._.��� '•r I I I 1 cv c. 9406 4-0008 -07-004 '� c,ocr� ■='-:u' n `" •° Q t I PK NAIL IN PAVING 4-0008 -07-009 '�' MATCH EXISTING ST I:NG �nco cQ 1 „. �, = i Na771�9>�15 ALEXANDER VONCYLE 1 MILLER + �r 1 � ' ::-. t� •� I PAVEMENT SEE N I ° 1 =10454 .�Oa CHRISTOPHER H GDQT DETAIL Al '� �� can'\`° ' } I tOtO EX 1ST 1 NG RAMP No i E 0 ., ELEV, 14,97 NAVO 1988 -MATCH EXISTING RAMP I REMOVE EXISTING CONCRETE EXISTING I NG SI DWALK 5'"'°' REMOVE EXISTING TIN DRIVE TO REMAIN �'� 1 (` ;;''re:i _ 0 E E S G DR E a�, CJ r TO LIMITS OF SIDEWALK TO "REMAIN cP #9403 "'f. C13 0 I I PROTECT AND WORK { _ �-~- ` TO S I NSTALL PK NAIL IN PAYING , -$1 a ! 1 I REMOVE EXISTING DRIVE 1 ,.} F A W ` ` "'v ''' AROUND POLE TO REMAIN ' 1-srORY n_ zw PAVERS I N AREA N=72764L542 �Y = BRICK wood PROTECT AND 1-STORY TO SIDEWALK: INSTALL E=r064722.239 f �`- , 1, �,,_ f - ., I PROTECT AND " PAVERS 1 N AREA LEt! 12.47 NAVa 1ss ,' �, i _ ;,�► 1-s roRY I BUILDING WORK AROUND ONC,BUILDING WJNSrIJCTION WOO 1 i\ cONCBLK, PROTECT AND I-�j WORK AROUND ! C CI t � �> 4 BRrcrs � R••F POLE To REMAIN � �' I � F� POLE TO REMAIN REMOVE AND -� 11 � :_ \ � BUILDING 1 �F 14.29 0 RHANG 1 � � � < I' I = REMOVE AND REMOVE AND / `� :F_l5ff_ F 15.89 RESET SIGN I �, F 1 >2 - . _ _ _ _ - - - - - - - - - _ _ _ EXISTING RIW ® - - - RESET SIGN ST NG RAY j RESET SIGN- `_ � � i WM: o i__________\ e �a CaNC._VYAL - Q:y p - - - % � ',o� RR - - .00 _ WALK I ice,. \VA "�'zr'' " ��� ��. /" i gl CO X ' Exrs rNG WHEEL CHAIR iw . .-. 1 �� !-�J I r _ a... ,, .M , , . ,. ,,. , ar,,.t.,;.,,.>a,,..,.,.._ .. �_ :.r>. - •.....>.ar_rr ..�. ....,:._..-,. .,._,,.,,;<..:_., ..< :w p� .l, MAv.Y.fa t.k'?t is•'•Tixi. ,#»,Yaa_. r. i>�,a .r ,..s. as. a-,c_at- _..fix,_ _..a.. ,.,r v.,. S�- »».._ AM .......N$i""wX�,4 ...,.1.1717`,..`2L. ."i :.5. �'S _fV .,'..... ... -.., .. r..........,.,s.:.. .a. ._...-........,.......,.. �, . ��' -tli rem 5 ..,,., _- ._. .- _,. -. .c°S•: ., ... .. .r,. r`>.., '. .,.. .'..x_ .. :::: , i r .. .. •. .,. .r ... .. ,- -. .. -., .:.7. .- -. . k. 045-- C w c-.�+�•:,., e. r.en a ac va < ,r,-;. ,. .., .._, ... .. _. - ., .......... -..-... ..•-ece $" .uov'r. .aK. , ,a ,. .. .. , r :..-. , , a. •�. `Z. ..,-r;,,.,...,4> ti.r,rt.. , ., s,• �,,,r .>. ,,, a ..>- , ... 'tuts.. r.,'. ,.'4 �4 �. '\ !1 .4. fiF .. .ter •a ;'a-r .i.�. <s 4 .. .J. > _. . .;1 , - .. ..� ,. �.. .a� a r.. i .+tc +a - �;,r, .. .... ,., .>-.a„ .'t•1 t t s ..s�'.' '+n:.�.., �:-, ...ra, �.rf�h�{r . �i.. xe.,.��r.+ -_. ,. z , .:.•:' .K .-,.. ., .r a .. `l _ 4 '' ' •t.,1'+ .IXi. .S"' 4 `� ,k:�� f. '" .c. ...�. �. .a*' s...e� .�„�. s4.L ,..� ""i � •t'<... ,-,'�...r,. .: - •k,',, . °,v ,. ,:, .,.u.,, u, . ,im. A.. ,.c. ., § ft F r. ?ti'., ..sx-.. r .t „-.}} r ..,ws_-.e.,. :'3._.A,. _�'_l3'r'S,ru'n2.a, ,.u.. s`, i. `V�,aa,. tE } S xt,.a c+^e- .,C2:.. _.L.. .f .t.'.l-. ,k _a4- S l . .. _ _,.., _ •- .._,._. , ,,,� - . ,�x.«._, :ice,„1.., aY. CO .. .,. ....�" .z., .. -...»,..-,.:.. .�_....,< -_.,.,..,..,...r-.. :-.. .. .-.. .,:r,.:�. : ,.:. �� ..`v�`.•�'`s ..�. �� .6>�Fc�;.t�.s.?.,, u. :r3;, ..a._a. vim^ STA. 10+54. 3 ,_ 9 e s ,- ,..- ■sat _ �.?..a.Xs " 0 \ . BEG!N CURB AND GUTTER .� .� .T •s � r � 9 �� � W � i x•� .. REMOVE AND 6 , .. s I a TINe' .WHeELCH 1R ', / , ro ' J !IT: t BEG 1 N •TAPER PALMETTO PALM t TYPI -AMP �4 4� / > . �, RESET SIGN REMOVE AND 'EMOVE .EXIST G DRIVE TA I4+ I Ix_ .% SAN, h111 60 i2 ' TOP 14.5 RESET SIGN TO SIDEWALK: STALL -1:<.,„1 TA 10+6 k56 30 ETAP I• \ WY 6 LIMITS OF ► N P La 10.98 PAVERS /N AREA E , 4, CANINE' : CONSTRUCTION END TAPER MATCH PAYERS ANI GUTTER t TYPJ BUTLER AVENUE MATCH Ex1srlNC TOP } CURB AND GUTTER STA, 14+48. 9' Q - ... Y �' TO TOP OF MANHOLE BEGIN TAPER ' �1 , ,,,,,--' .$ 5 'ter ;,,,, 1 i STA. 12+60. 51 )EETESGO ) 1 CONSTRUCTION CENTERLINE 9 ' /6' ECoN� , i -. ' A ANAL! PAvr 2 06' �. s, ° Y I I N 8 06 E 1 .1 1 I I I I. I I � _ .. I ? I_ �i _l_. _ - L C") ,< ,r g r, ,# , i _ ,j, l ' , ...„5`=F - t ;� ' '. t. 5 ,�i yz. j .2 -9 - S' rl r- J ► W. STA. 14�fO. . D`TAPER_ T - s ,; �r --... STA. 13+43. 06 , _ - EXISTING WHEELCHAIR ' TA. 10+74. 87 STA. I2+09: 75 MATCH . X �ONC, 1 ��� �`' - I c� s MEDIAN cs) t ,. - ° � . . . RAMP BEGIN CURB AND GUTTER 179'58'50' . �' ' 1 , MATCH EXISTING CURB AND GUTTER 30 CONCRETE CURB CURB AN GUTTER 179.414'461 '/ �C -.1 AND GUTTER (TYP) cUR IM ET 1 - , s��! MATCH EXIST 1 NG REMOVE AND STA. 14+49. 05 Q TOP 1 ;0- 1 1 ,",--LIMITS OF ! v -- , � _ -:, TOP 14.H. REMOVE AND REMOVE AND SEE BEGIN TAPER EXISTING WHEELCHAIR LE, :.71 ' CONSTRUCT ION (/') ! { { ' ; ...: gSTPORPALMETTO PALM t TYP1 PAVEMENT.RESET S I GN RESET SIGN OLE T REMAIN _ liki GDQT DETAIL Al •A P �, r ry , ?;_i1IpL f� �► ' - , ! t - W '► !a - axis-PING L1..1 {1 ' y x/ e_ � e � LNArR_ i Y . ^,•M, 3' r--;.. .,i. * •.. ,r~.;re,. r . v u , .. - , r. -- -, . , .."�, .-..... ..0 . t.. ,r.. -. .i.,,. Y• t>tvy..•ztnr•.•a > y .K} T. .r ..� ,3. .. 0 _.... F. ,.. � - v .. .s .. ,. �, rn+, c `eJ u 5 � _. f .-. ., _ .-. < 3 \ E M r- ... a .. L. .,. ,i, r�. ...>< .>, r ,. n .. ... .., a ¢ r', ., , _ •x•a,. }. F `1 ti �}� . x ba x... , . .., t. w. _ F 'e ., . . '`T. .. .. �.. r= ,... *0.;. ,r,-s �'! *, S , f 3-n - 5 t c - f >. 4� k Lb 3 i r - a +a :Y!,y r.,. <.y Yl wr;. , .. w'r� .�. F a,,.bs.. ✓. 3 ti r f ,•-ti•., a. _ \ ., Ei,-„z.�`.��,st2.rs.u?c+,1�2 a.rte,. ! 3�• i _ rs" 2- -.,.' � .. -: , : _ .. ..x.. . „ .�,.. a,<a• ��� �.�������� 'tc�:..s:-- � z �, ��. �Y-�.,<,w,..�4_.._ .:.,.,co�• .a .t.. ,a.r. s� ..e..,,-c3is-f.;�:�a ��•�f�*�'�, p, � „ _ ��.s''�"�x,.. .s�� .,'�'.�,:�'Z>'.S�`,- .-3�r.�_ .� ��;:.k.,•a,} ,� ..w ..,3.,,,r. <e_ ".��sss�t�:t.,.a*?:YsF- t'L.,�v:,,:: vaat a+� � �,.�. '"+Z '�s __ r �b< , ' r- v------- 46...- .11.. {�y�y :s •.6� >. r9 a / {�/,{(yt. '�/.j J+�j -RAY- r3 9 � i S ®�'. I ' ;a -.._•_-/ 7 -.-..--- y, flak r ., �_.�. �sy - @� �i's�/i .-i`YHL.I\.� _ - _ p '• ,' n "" - i,r6nic YYr"St' -- - "'"' tl / "rl tiV 'LF/. 7, - �..�d _ ._ .L'a'y_ #�;, �°; I I ns�. : h; s Jq �'� *1101"W_ - _.. _ ... _ _ �. _ - . . - ��� ,��� � it ,. 'sr C> - 6JJ � r, �� R� . .•• -.c..c..r'_" - y_ , �� a *+riiMi /.i/wrY 111iiri6a', ii'd . ". 1 =7..�� - �6 _.-.__�_ ! ' 7 Y F �„ P' REMOVE AND F F 15,2. J �3� �� _ 6',� s EXISTING x RAW ' ,, PP, © 4-0008 -OS-O7 y EX 1 ST l NG S t DEWALK s, ■ PP PP �T c "` =. ' (; I•�, RESIT S 1 GN E M AN F 1 64 ,,r�,B F.F 13.34 15" RCP , i p�1 .:r I F 15.03 = E E D b I PIV�� Ch+U ROBERT M TO REMA f N . C_� _ �, 2-STORY = rte,= 1760 RESET SIGN PLUGGED , , �. . EXISTING HEEL' AIR STUCCO BLDG \ INSTALL CONCRETE PAVERS EXISTING RAMP , re X80 1 , •5-�' I_.._ I; r c� BRICK 1-STORY RAMP F>F 14,25 -EXISTING WHEELCHAIR = TO REMAIN _ , I 1 It. RAMP AT BACK OF CURB SEE °' 1 I ` ' coNC. BLK. 1 I 6NSTUCT!ON > . X94 DETA1 L f TYPI CAL} 1 s � �'G i i MATCH EXISTING RAMP k PAVING I REMOVE EXISTING 1 DR I vE PK NAIL IN PAYING I ra F N i 1 STA. 10+00 =1o54s� .5z2 E::9i1!N9AVD 7 . 4 SG E-1 'l 44 6 I PAVERS l N AREA j I EL938- jD 1988 PAVMET REMOVE EXISTING CONCRETE EX l ST I NG1 NLET 1 1888 TO L 1Ml TS OF SIDEWALK I 1 T SEE GDOT DETA I L A I 1 4'"00`°" -0 -0`°4'` DESIGNED DRAWN CHECKEp II I BEGIN PROJECT _ . - -- _ - -- - - _ - - -- . _ _ _ . _ _ _ _ - - - - - _ _ - - - _ - -- - - - . . - . _ _ . _ _ _ . _ _ _ _ _ ` 1 , (� -�L' - - -- 4-0008 -03-004 FARSAD INC I I I 1 I REMOVE EXISTING DRIVE ,3 ,' I 3 C = SADOWSKY JOSEPH D & 1 .' - 1- I ; cc 4-0008 -03-014 _ _ _ TO SIDEWALK. INSTALL 4 1t, N1K1 BEACH LLC 1 i . . 4-0008 -03-005A 1 PAVERS IN AREA . _ _ . _ _ _ _ _ � _ . _ _ _ � . . _ _ _ - _ _I i* - DATE: AUGUST, 2012 . .� C CJ LLC I _ 4-0008 -03-0043 , . °' I 1 c%a ` ` I 1 1 Ewa AREA Of PAVERS , , SADOWSKY JOSEPH D a JOB N0. c- , S,�'j ' °' _ _ , , _ ; ;.t .SCALE: _ s � I ` I 4-0008 -O3-OI3A1 i I � DRIVEWAY WIDTH I I . N -__. ; ; RAJPUTRE LLC ; ' ,, I I 4-0008 -03-013 T I ® PALMETTO PALM I .is,DELOACH 1 4-0008 -03-o01D I ` ' -) 1 DANIEL D JR . I1 1 1 I + I _ , _ _ = 1 I I Q� •; = I I .:.:..;.Lit i � 4-0008 -03-012 1 4-0008 -03-003 • ' GLISSON ROBERT G TRU I TURNER JO ANN BENDER 1 1 ci I I ::i.7:- � co - 1 i 4-0008 SiIi 1 1 I 1 ..1, l. gi,-,,,____M, '"'' : 2 I :,,. .- _ ___. SOEAST ET 1 NG , I CO� I I 1 . I 1 •in ,co, i f 1 _ k I I : = � �, 0f I I I I C I _ 1 $ . j , v: I I t - ` ' 1 o 'I ; I I _ I £ 1 1 I ! , o a 1 I I _ cu CU . I I I I 1 , ;,,, Ay 0 _ _ _ _ ',r,,,,„ it ii,. 0 , I _ :,. I , ¢' I ' a� ¶ 1 DRAWING NUMBER 01 i'fi 1. --- - -- _ _ .._ _ -- _ -- _ - - - - -- - - - -� I 1 I m I 20 0 20 40. I° . 1 ! k. „ , 5 irt. „.,„ .. I 1 , 1.,.r , • • " •• ' ' . , . . . . .. . - -- - . , ...„, . -.: : . . , .!''''!.''. :'':3 1:11.1.1. '. .- I ;t:.11''''';1': _ : y,, , ;*7 F 17 rz- STATE PROJECT NUMBER SHEET TOTAL NO SHEETS ' .; ,...!„.4. Noss.,. T.z o GA: CSTEE-0008=-00(997) 6 12 fi � I cii 7 -. F z6 t ,444 org f i I a 3` fi` ! : I I I 4-0007 -17-005 1 � I SAVANNAH BEACH TOWNF i I 1 IF;;:i:, o 4 _I =I I ;u;.;-•-- } , 1 I t I I .. - . - - _ _ - - - - 1 ( -I I cool kil o I i I f1- uj L') i CC W ! . I 4-0007 -17-004 I I� I - I �_ < i . M I I ' , ;- I , COWAN ALWYN A 1 J 1 'd` E °r: o E�; z : 1 L _ _ _ Jt -- - - - - - - - - - - - - - - - _ . - _I o I `a 5_ I I p p C% , p p p q Y ,}iI C5 CO 9 I 4 p A I • 1 z . �, -. I cV N '' { al q 4 q is I ,� ; 1 I I �i , C k i . C.„ ` ' 4-0007 -17-002 ' . c 1 .>> I hF - i ;. 0 I ' - I PATEL GULABBEN KARSA t- I LLI 1 `" n, i,s bs, , tv) r i r A t 6.� .9 � t x i : ; 4-0007 -17-001 I I %�2U I 4 LIJ w - I CAPTAINS WATCH LLC I 4a./ 9 ; ,� I 3 ; I ( I I �.0 %� I EXISTING SIDEWALK I.• l I °p> 'O�9 25 ExZS TI�vG W EEL CHAIR w c�'.� = O PROTEC AD TO REMAIN 1 ; RAMP , IBRICK PAVE I., ' WORK AROUND STUCCO BLDG. : LIMITS OF CONSTRUCTION x, I POLE TO REMAIN : 4-0007 -17-003 1 1; E. I-_ F.F. 12.88 I JOLLEY M1 LDRED V I x IX a I I PROTECT, AND INSTALL CONCRETE PAVERS m ( y :'; ' -CURB INLET ' PROTECT AND WORK AROUND PROTECT AND 1 % wV' G, I � > `° rOP 12.7. AT BACK OF CURB SEE WOOD ,co 4. ® > ,- Q I I WgR K AROUND 1 REMOVE EXISTING DRIVE ' �'" ' LE. 8,34 POLE TO REMAIN WORK AROUND �..! ,�,s LE AND PARKING DETAIL (TYPICAL) BECK CURB INLET SAN MH f9 i { • POLE TO REMAIN TO pAUFAILI.A1 /NSTALL 9 a s""' `KIOSK TO REMAIN WM AREA 9 TOP 9,59 9 �' r; . I MATCH PAVERS TO I WOOD TOP 9x 63 , ,o ., ., o , F r G a� E 3;13 Q . I.E. 5.39 ,29 ,b2 I. 3• ( . 2n• Ad 1 � COLUMNS T 5 ' EXISTING I NLET • • s _ • a o EXISTING R/W - - - - - - - - - - - _ - � - - - _ ._ DECK •EX LS IN i2, 1 - _ - - - -- - - - _ - - _ _ _•_ - -' - - - - - - - - - - - - - - - - - - � ,j i i I! �/ o o _ _= 't - . - p .o fir.t�J1)'- ,- zt 4 5 4 181r RCS f� ,y�� y ;� ; i �,� � I wa .d _ N vYAI-K f- C_ S� CONC.-14441.K _ - - 6g PP_ - _6'CP s r � - - - - - - ....Or _iiiW _ ... x .. .ter _ ... ..... .. .._,.._. _.__._,...... ..0 .r ., ,:,': cx^•v..... � .y7x: xnY.as3a � ♦ , ,r , , ...•, Cb. ., r,',5. ,. N . - ....,..-.;. ...._ ._.. .{' ,n ,a J "W,A..._ •Jn'fil d _<F., 4 C.,o+... T..1F2C 1 i!-,..Dk_^,:J'. ,.AS.a'.-.m. _....,.•4 t, Mme„ r 1.... .,.. .. _.<..,.. .. .- "'l -•"-,r. / .i�2 :S •'sr Ce u ra ar.c xc x,.- 5 , z k: .,,.: - ; =1,-.. ... <r. ".. _. .. .. _ ._.. ,, •..: y-. v.n ,• x rn1.., _eY .�:: ...i. l. r w ... ... .r M.. ....s... , .. .,� _ fiF .. a �-.Yr'1,..1,..v,`(, n. � .331.' f t "..'^. . - -"' ... _ ... ..... -.. .. a .,. .. .. „ .. .. y .. _ ., tam., .F $: ..i-.U.r ,...,$. .!� � _ !''�i... , ". -, ., ,v A,_ .. .....- -...,- ". ., a .h' �F v zz- ,. i5.`.!/' SY ./ a, , _ » n,_..a. o. s w.. .a...v.,,x.qe.. ¢_n->.,r.. m .. , ., r ...,'.s ,. . .1. / X43...+, "C$ •, `.I Z •. 'C! ..!'� , n,•,t 5: a. ..,.. ,. ,. .. .... ..... .. ... . .,,sy, ...<n....taaku.i. ,....t_I.r. ..,' .. . ,___,.,.,........, .+. - _...._ _. _-. . .. -._ ./ _. - .5""�.` . .....,,,>�,.�.35' 0. -.,.__ � -Rr..,-.e.,�t�x=c.r ?1,.,,.._.rs.�.$��i4ca,.. k?.m" c .._. 4 .. .... _.. ;.;y i �F .. -. !a, 11.1! s ... .._,<,...,._. -...,.,. ._............................. `. ,.,..�..>,.,.. '�/ __....._ cliff _._ _ -,.....w....,.....,.w,_,,...._..�..:aw,:,,..::n„<..oa...x..,rc<•..«,...<..,...,,....,,...,..-.,..,.....,... _ _- _V�+sT-'e1m.�'A�c'� �... r .Y -y�;•ISLI © t , �� _ rsmacr rte:i :,.•.=ter.-x.,. �p IelrizJ�i�r �� `o • •,� s� , < . Q -.. .,- y, -.. - T 2 4 9 A- VALVE Y s _- WV�� G I 9 ° 1 ' , BAN. ' ~ + REMOVE AND REMOVE AND REMOVE AND ADJUST WATER v REMOVE AND STATION r r TOP 9.i2 , ; K I r.- 8, a RESET SIGN PALMETTO PALM (TYP) RESET SIGN BUTLER AVENUE RESET SIGN TO NEW GUTTER RESET SIGN , ,n, \ 1 9.1 sue'/ -STORM r H, , �, � r , 1a1� MErat I TOP 9.20 �j s, _ `' 30` CONCRETE CURB STA._20+56. 12 - I v, 0 / j TA. J +16. 29 GUTTER (TYP1 MATCH EXISTING PAVEMENT, r , rNrERF. LINE 30r ELEV. 4.9a F, -- , S 6 AND GU BEGIN TAPER ; N&s �L. - 1 �'' TOP 101' CLAY IN J s; cc O //Q'/ I END TAPER SEE GDOT DETAIL Al MATCH EXISTING r Z' + �. ! PAVEMENT. SEE + L!M l ' S LINE = 6,oaa a i o ! SAWCUT NEW 6X6 STA. 17+84. 34 PULSE LOOP, $6 STA. 20 62. 28 g� GDOT DETAIL A/ S 89' 49` 29' E CONSTRUCTION CENTERLINE QF i ' i END TAPER - C ,1 •, SPHAL T PA ING 1 - - - - -Ad ., LC) ii _ 8 - - 753 CONS U / N •STA. 16 07. 28 STA. 18+36. 15 STA. 18+86. 91 ' I ' XISrrN� TRAFFIC fl 1 REMOVE EXISTING DRIVE III I BEGIN CURB AND GUTTER v� ,� I IGr?AL a s 1 I EXISTING MATCH EXISTING. TO S I DEWA�.K, i NSTAL L �, n INSTALLATION p; I I I 4 �[- WHEELCHAIR PAVERS I N AREA EXISTING CONDUIT (TYP) MATCH PAVERS T BEGIN TAPER �' , �' SAry nA� RAMP' EXISTING INLET r I ;r• E 3r TOP 9,4" TA. 15+92. 78 PALMETTQ PALM (TYP1 m �j TT! ' `Y 3000NCRETE CURB '- ► rm SEE GDOT DETAIL Al I I 1� � WV� �•�►►/ Y Y � -- �' �' � I�< I r -^11111 3- { A 9 e _ ._ _ ......__ _ ., ,„r.. .. _ 'S . ,. .% .. .. .. .. ti as .. s ... , ..- a.. � ,\ i ro,. . o„dw,n.:,.,.o.ti„u, ..,,+,.r..m�.,,v.,v »v..u,v,.r L� F is t r� _-- -�, ...,.«r<.,,.,,.s..•<,.<..,,.:.-,�_,.,a..,.,.a._+..,..,. ., ,.._,.....;. . . .. , , ,.... z., ...� ..., ..zc xh a ...,:4' _,�', s �' ``" 55.x'- s... ,..,.s 1Fwi�'' •�:. - �, �s•{ r' ._,-.-.+-' .. ,<:as.. ...ac.• m _ , .. - < 5 i� <sr ..uti \_ .:4� owy.ss ..s" tce' . te - �' ,.._.,w>a�..�. uor .. .. .. , ... ,.., . . ..,. _. ._ .:.F ... . .. .v • r. e=a.. .<fis� yr- _ _ .. , .: r. a .. _. a < , r . -. ..,t'.- •,<t. ^y,,•...S:�t^:. ...�A< / .9- .., , -�, -. r : _, .<. , ,.,. ... v,G ....c. ..s.t �- 4f v' s . , .c v. .. '� :"�.c ..ds r %- _ .. ��' A. a,> ,.- r i .-. _ ,... � <�. � i.xr.`(�.•�.,_.F._.f,. t W.y..� �rm"'<.< A��•,'�.....+Y�lc'�a,.'.�".� � .. a Q� � 3: '��r t/i .e •d , i < a ,4'5+,. .) _ ti ` : "t c . .is. .... .•,;. ,x a +Tx a vim .ter _ . _ 1':T! .. *f.< $ a ��, ,. �xn,,���vr �'�. Y„ x � u1...R . . r �-,,. i3 ,_ v#Y.� a...,,x.- .-,..,x_ z "a' / : av-,•�,., , s�'��.sk'� i..,.,�6..,..,`�.,'�'��.fil� ?ra�'���u�M��`.�,�tiv,��' a..a .0..!� _.. x snct2't a ._§ .:r. _sa � 6 / �� -6 - 1 a.. a� • ., a �lkaF_a��<����` 1� ..4_ - _ - � .ter , / i - _ c - _ -1� 6 r _. .r r sx 9 ?, ., - - - - _ -. ,- - .by -.- J L`, W a :_9 3 � ,�- -. - `ter. _- .. s'." - __- - - -.- - 'y- - - •3` .� � .9B/`ems' "„ ,f�,� .s, � 1'r y -� r r1�r .R-rW � .� �� - --_ __ - - �T T _ 4ac►r.�`i/. a - ` -._'. 72. ,/ � '�P' �Q-:Al��'Q. �� G/F• y ��, �• �i�- /o r i� � � '6 rt...�J��"f NV WAIT R-� 1 s 4,' 's -., , 94.1 L JMI TS OF STA. 20+56. 9.5 ',6`7' e i P9 }}}1 =- ` - =' .-e% PP MATCH EXIST 1 NG PK NAIL IN PAVING I t 9 W �� '` DESIGNED DRAWN CHECKED A `'� MATCH EX 1ST'i NG RAMP N=727988.759 CONSTRUCTION END TAPER CURB INLET G I 'r•e , . /� e=1064907x569 END CURB AND GUTTER TOP 9 41 ' RAMP S s� FH STA. /5+85. 97 PROTECT AND �.�s �' SAWCUT NEW LOOP LEADS ELEV, 10;88 NAVD 1988 EXISTING 1 NG PULL BOX (TYP) r.E, 5.75 1 ° �' I •I ',, M I I MATCH EXISTING I �, rr �. � � BEGIN CURB AND GUTTER WORK AROUND I ` C,P #9402 S-, •4s SEPARATE TO EX/STING - _ _ 1 , /2 �! s DATE: AUGUST, 2012 ; ICI ( MATCH EXISTING PARKING KIOSK INSTALL • CONCRETE PAYERS PULLBOX. SPLICE NEW LEADS 4-0008 -01-004 + ' I PK NAIL IN PAVING STA. 2l 00 I r- I ; BEGIN TAPER N=727733,488 TO REMA 1 N AT BACK OF CURB SEE I TO EXISTING SIGNAL CABLES PATEL PARESH. J N 728/55. 3663 , v ` roe No. ` I E=1064827159 DETAIL (TYPI CAL) EXISTING WHEELCHA AT PULL BOX. . ') ; ELEV, 12,64 NAVD 1988 'RAMP E 1064928. 4739 1 I 1 EXISTING SIDEWALK END PROJECT `'Ft I� , ` G9 1 a rA TO REMAIN %T3 SCALE: ° c I EXT5TING WHEELCHAIR 'r , . ' AREA OF PAYERS RAMP ') I � BENCHMARK i �' � c:� I� } R,R SPIKE IN P.P. 4-0008 '02-004 MATCH EXISTING I I i �_ -' �.. ELEV, 13.97 NAVD 1988 RESORT INNS INC I ( - al PAVEMENT I DRIVEWAY WIDTH ° ' g c ;� I 0 PALMETTO PALM >< I I >c ! ; 4-0008 -02-005 I I I� ; I RESORT INNS INC 1 i I f D 111 CA I 1 I I , , f L%'• -.' -, 6 w... .,,,,,, , ....NOTE: I I. TRAFFIC SIGNAL WORK SHOWN ON THIS SHEET WILL BE PAID FOR UNDER 1 I ; ,« 1 1 647-1000, TRAFFIC SIGNAL INSTALLATION NUMBER I. THE LUMP SUM ; i .„ : • PRICE BID FOR THIS ITEM WILL INCLUDE: 1 I 1 ` ' : . 1 R , I s I I ; ; 1 I 1 , CO 175 LF LOOP SAW CUT ; LO i I 1 REEL LOOP DETECT ION. W I'RE i I ' (.0 cJ ( J4 AWG, STRANDED/I000 FT) 1 I ADJUSTMENTS OF PULL BOXES AND CONNECTION 1 z T0. EXISTING SIGNAL WIRE. . I o� 1 I 1 I I Y' I a I H: I I I I a I i g 1 . . , I I ' I ! I cu 1 1 I ' 1 g• ' I co I I I : - DRAWING NUMBER : '- . s s n I I 1 ..t I fl l 1 j i 20 0 20 40 ', 1 <,, I ':, o I II • , m - .. .- I -, I I SCALE: 1 = 20 1 - 1 , S H E7E T T 01 T2A L ';141 1.!_,,,4i,,,,' I I . STATE PROJECT NUMBER NO. SHEETS Ki:7, E.,:s . t'.. f 0 ''° 4 i E - - ii :, 1 r 1 D In 1--- , A: r.4 I -§ , 4 tv: ‘‘.. , CONCRETE CURB & GUTTER RAISED EDGE WITH CONCRETE GUTTER 0: ,,.., , it i 0 . 'IF CONCRETE _- .RAISED EDGE TO BE CONSTRUCTED WITH SAME CONCRETE MIX AS THE GUTTER AND SHALL BE , - ' 7 * X- . 1 t * il b_ 2'-6" WHEELCHAIR RAMPS (CONSTRUCTION DETAIL A-3 AND A-4)>- -.. . WILL BE REQUIRED. ti:,,,:3':,1_, t:,;.ki,:,,,::4,,,,,,,,_:, ,c),.›....,%-,.,,4i.-- ,,,...g.,, ; ,:...,-,, , .I" CD 6" 6' or/- .. - ,-,-, - CONCRETE MEDIAN (Between Curbs) CONCRETE MEDIANS (Integral) o.J 0 1 " o !6" OR ,, . A A I = -(t. .,,,.. (0 .,r 02 1/2" EXP. JOINT TYPE 2 CURB FACE SHOWN 2X. TYPE I CURB FACE SHOWN is,1- t,- = ....i ,.. r, 2% SLOPE TYPICAL 1/2" EXP. JOINT ‘ OTHER TYPE MAY BE SPECIFIED SLOPE TYPICAL 2X OTHER TYPE MAY BE SPECIFIED 0 ..V1 ZS 1-- 14- rzi � ~� AT CONTRACTOR'S OPTION 0m | HE GUTTER THICKNESS FORMED IMMEDIATELY AFTER GUTTER HAS BEEN FINISHED OR FORMED MONOLITHIC WITH x w�/ o� INCREASED * / EDGE OF *'�w� ` ' ' " ° ."� GUTTER JOINTS IN RAISED EDGE SHALL MATCH THOSE IN THE GUTTER. (1) BOTTOM OF GUTTER PARALLEL WITH PAVING OF BASE COURSE, ' //ROW � ‘Niklill COMPACTED EARTH FILL / T--- SURFACE z BUT THE CUTTER' THICKNESS MUST NOT BE LESS THAN THE A' � 0 � �/ / � SPECIFIED 6" OR 8" AT ANY POINT. SCALE: 3/4" = I FT. THICKNESS V, .i,i1 ti17::8.1:'.' r4,:::: >a mca ou JWC Cz 1 e !Lt)-l'..-;7,1,1 0 CONCRETE HEADER CURB FOR TRUCK APRON IN ROUNDABOUTS i NOTE: WIDTH OF CONCRETE MEDIAN WILL BE AS SHOWN IN PLANS 6 x 6-W2.9 x W2.9 WELDED WIRE FABRIC OR E10 ‘,1-7-7',i 4.,,,,, 1.--- r 0 CONCRETE HEADER CURB CONCRETE HEADER CURB CONCRETE HEADER CURB 4 x 4-W2.0 x W2.0 WELDED WIRE FABRIC if., PI I D LL1 TO BE USED WITH TRUCK TRAFFIC OF GREATER THAN 107. CM :‘. (f) — TO BE USED WITH TRUCK TRAFFIC OF LESS THAN OR EQUAL TO 107. CONCRETE HEADER CURBS 1 ..,:, : _ .4. , ::::, iiif.4; ::::1 cr)Lu?"- c:Limx (T(:(5u , i. (f) ." I-. (STANDARD FACE DESIGNS) CONCRETE DOWELED INTEGRAL CURBS :6" At/ P SC-ALE: 11/2" = I FT. .. ;'5 4 LI - A : A:I 0011.- ''''' 0 Z CV K ' �~ � ` ' "` SURFACE ` �r / ' � i | ' '.am ' < ' � [ * - - | ' ~ ' � PA EME T — ' 0 , ,,, .. ,, ' - - 8' (MIN.) 81 (MIN.) // ///',/,// d -, ////// . d ''';" 't-'-=. ,-„, i ' • ' / / '"' i ,,- s,,,,i III , i - - - - - '' _____I_____ - - „ - - / // - ... -, ' / - Jr / 31/21 d 7 4- ' it THE 8' MIN. DEPTH MAY BE INCREASED AT CONTRACTOR'S THE 8' MIN. DEPTH MAY BE INCREASED AT CONTRACTOR'S // - i ,, 0 TYPE 7 SCALE 11/2" = I FT. OPTION SO BOTTOM OF HEADER CURB ALIGNS WITH BOTTOM OF PAVEMENT TYPICAL SECTION. SCALE: 11/21 = I FT. OPTION SO BOTTOM OF HEADER CURB ALIGNS WITH BOTTOM OF PAVEMENT TYPICAL SECTION. SCALE: 11/2' = I FT. 6' TYPE '''':,',:' ci:,.?,:)°,'141 1 - ,v-vv- . - ' ca,,,,'t:::::,,..';':,i, ii:t.: ''::,,,,,,,,,!: oz„,-. ',, 1 ,: ,',1,,,.:: -., ,.--C.:: '.:;:, TYPE I THE 8" MIN. DEPTH MAY BE INCREASED AT CONTRACTOR'S 2 6' 8"min. I-- OPTION SO BOTTOM OF HEADER CURB ALIGNS WITH BOTTOM FACE OF CURB MUST ALIGN 3 8' 10'mh. tl.:1 P.C. CONCRETE PAVEMENT- 0 OF PAVEMENT TYPICAL SECTION. CONCRETE HEADER CURB WITH BACK EDGE OF GUARDRAIL 4 10' 12"min. TIE BARS WILL BE PLACED AS SOON AS PRACTICABLE AFTER FINISHING i PI! '!..i* ' " - - '...,4 b-.._ AND THE FACE OF THE OFFSET BLOCK. AND BEFORE INITIAL SET HAS TAKEN PLACE. JOINTS IN CURB OR 0_ CONC. MEDIAN WILL MATCH THOSE IN PAVEMENT. '.; '!:'.1 ''" r; 0 , THE DIMENSION d MAY BE INCREASED AT CONTRACTOR'S OPTION J:::_b_.',1,:i, ',.•',,,E.;,,,os,P..‘.i'';t,,,._-.;:!ge.S, - ' - '' ::-,7, ......... \...p.,,,,' CONCRETE DOWELED H-1 41 , SO BOTTOM OF HEADER CURB WILL ALIGNin/WFITTH. SBLOoTpTEOM OF 4, fh PAVEMENT TYPICAL SECTION. 0 ASPHALT PAVEMENT- TIE BARS MAY BE DRIVEN IN OR DRILLED AND GROUTED IN. CON- .,'. :if: ' ,,,,, 14. TRACTION JOINTS ARE TO BE CONSTRUCTED IN CURB OR CONCRETE ?, ,'", I 1 A 2 -d .0. , \ \\ ,. CONCRETE CURB & GUTTER (FOR CONC. DOWELED CURBS OR CONC. MEDIAN) A: ..I .. --' ° 4 SHOULDER CURB TYPE P.C. CONC. PAV. ASPHALT PAV. ' *" Cf) P- PAVING : c,;.. ',..=,'4 V 1 . f . __ . .',.. _ 6' or , -----___________... * ,:- , _I_ 6" or : TIE BARS FOR DOWELED CURBS MAY BE UNCOATED PLAIN OR DEFORMED -,;,4 8° .i...____________ ___i_; '2' , _ 8 BILLET-STEEL BARS (GRADE 40) AS USED FOR CONCRETE REINFORCEMENT. ..,,, ..'i,- AT 3' C TO C,/ I SCALE: IV = I FT. I 7Z7,47__ 1/4" R (AASHTO M-3I) , ..,.. VII ,. DESIGNED DRAWN I CHECKED ,!?,1 oi TYPICAL USE: AT DRIVEWAYS OR CURB CUT RAMPS 1 1 - .._ it;,!. . TIE BARS WILL BE PLACED AS SOON AS PRACTICAL AFTER FINISHING ______A_ 1, 1 * , 1 A 4" PLUS SURF. AND BEFORE INITIAL SET IN PPC PAVEMENT. TIE BARS MAY BE i 0 - DRIVEN IN OR DRILLED & GROUTED IN ASPHALT PAVING, JOINTS ,\ 1 TYPE I TYPE 293 OR 4 THICKNESS i THICKNESS r, -,,, CV FOR ASPHALT PAVING STD. CURB NO SCALE VIEW 1 ./ z- .,- -, * *AT CONTRACTOR'S OPTION THE GUTTER THICKNESS MAY BE INCREASED AT EDGE OF PAVEMENT I:.,51 0 -6 I - TO MAKE BOTTOM OF GUTTER PARALLEL WITH PAVING OF BASE COURSE, BUT THE GUTTER // 'y Z A p,-,1 0 THICKNESS MUST NOT BE LESS THAN THE SPECIFIED 6' OR 8" AT ANY POINT. .. . _._, I 1 TRANSITION TYPE 8 CURB IS USED IN CONJUNCTION c CONCRETE INTEGRAL CURB ....._ I NI< CONCRETE BARRIER AS NOTED ON :: . = kij :=„, „., \/ (DRIVE GA. STD., 40I2C. :,,,.* ' 0: 1: : III m ,',:::,,;,,,,'•::„ ..--- ---- STANDARD CURB FACE DESIGN - ' - A , SCALE: 2'1=1 FT. —1" -7"-: rl w DEPARTMENT OF TRANSPORTATION ,, -.,-., I- , , ....., , , „, we .., I" BATTER /lit.,..,,A■1 - .0 L6juA NOTE: CURB 8( GUTTER WILL BE MEASURED , , ,,.....-- 00..--0 P:''''-:,:..,'.,,.''. :,,'''.s.,,'...* iaj:DUjilimmuj—enes: ;smillici..44 imi :—Zal IP :0116wm°t,wow:. 11111111itle'it;i';',,,,,1::'',.''''',..:::,,,..',:,:,., °° / le — 7" --.....i t i-.4-----E7,,, -1"-I 0-111 ftl. 1-7'' CONCRETE CURBS, CONCRETE MEDIANS CD SECTIONAL VIEW I 4" DES. JO. , 4, 'WO." -....,.. cp , DRW. STits,ATEti:E44SIGNr,:()_LIL-ENGINEER 1 . 3 8" 9 0 3 2 B ,,G, (SEE SEPARATE STANDARD FOR DRIVEWAY (APPROVED) I -...1,, 0 OR CURB RAMP FOR ADDITIONAL DETAILS.) CHK. CHIEF ENGINEER I '. _- � _------_-___�_'' -___�--- -'__-______- --_ _ -__ -__ - _____- ___-_____-- __ '-_-___-__-_--'--_ _-_-__� __-_-_--__- _______ __� __ _ _ ____� ______ _____ ____ __ __ �__ _____-__-_ _ ' --------'-------- i _ __________� ___ _ _ _ _______ _________________'_____________ _______~___ [xi , . , _ . . . .' ; ' 4 STATE PROJECT NUMBER SHEET TOTAL r, 4 Z O g 1• (7) ' GA. CSTEE-0008-00(997) 8 12 ul Lu ca_ ;, I. LLI - I--- ' i''' .4 i x E - 6/18/2009 1:42:30 Fit \\GDOT-DSNI\GOPLOT\OCF\goj 1 f f_off'pat. qcf gowens V:\GARY\odo romp det of 1 sla3. prf GO-RD6 ;,T t,. ,. -1 ,.. l'-• ; - - - - - - - - - -- - - I .,, I— I D i O . ill 11.: I I— 1 . /. 1 ■ 1/4, § TYPICAL LOCATIONS FOR CURB CUT RAMPS — PLAN VIEW CONCRETE SIDEWALK DETAILS • . . nz•.. ,, -.1 ig i-,, • 1,:l•k • . () 1 ! , • ,,,,,,, ,,,,...., r o . ; 1- I \ BACK OF SIDEWALK MUST BE LOCATED I , , , . u_ - . ,,,- , i K AS SHOWN N THE PLANS OR AS DIRECTED , , 60' MA)4MUM , ' ,I' ■ I I,I BY THE ENGINEER SO AS NOT TO ENCROACH Z ' 7 1 < , '4 INTO THE REQUIRED LEVEL LANDING AREA 1 20' MAXIMUM 20' 20' I 20' 20' 20' : :i) ,.',-:',. A_,.:- ,•,-1-''12?-',..-.,-,,,..- ',:.`•.!•-',.;::, Ift pe....+K *,-.w _________N.„ - I SIDEWALK ,-. 7 , 7 Z ' ,i ,/ \ I \ -.4 im.---.0*----4/P---Ps-.54 ,...+.... .--, ,, \ ! 4- 0 , LL, , ■„,.„.„-.. CONCRETE SIDEWALK 1,...A1Pr<447 .., -... .. TRAVERSE , • r0-0 No Al- o ii.i -,-; ? 9 ci D . 1-- ) --i• -4' 1-"" 'V .3, _ ° _ _ _ _ Ham,- --,- \ 1/4" RADIUS 'N.\ CONTRACTION J 0 I N_T----- ‘, 11!-:, 11 m 0 _ _ __ ____ __ _ _ ____ _ _ :_-_-,,--- 1 4' i ; - 1/2" EXP., JT. TYP. — 'N,, CONTRACTION > L.9Lii CD - 1 i , CONTRACTION \\JOINTA„------ . 'f,!,-1 4.2111; , CROSSWALK ',AAA.; i -- AT STRUCTURES \JOINT _ / ›- ,--4 ,,, -, ..74 Ca_ Z—LINES ! MIN. ! JOINT , ' PAVEMENT EDGE i i ini 1 , cy 11 ' \ — • 1 . • ill 1!! I' 11 'IA VARv)IA:LEI/2" EXP* r LLI : \ PLAN VIEW CROSSWALK 5 d < co , i ''' of— - ! , I LINES SLOPE: SLOPE SLOPE , . ,,,., :i.. cr 1r , o GUTTER TRANSITION DETAIL 2% MAX 2% MAX 2% MAX ' . ki 4 C) co 11.1 1 11 i ----- -1t.-' I z i I (MAY BE FLAT) VAR. , '1- 1 MIN. 6'-0" DES. - (MAY BE FLAT) VARIABLE VAR. (MAY BE FLAT) DES. A „„. , ..,1- ,,,- >-- CC m < , . . SLOPE 2% 1 MIN. 2`-.0" MIN 1 --„, 5 MIN. tif •-•:), i 1 1. Eli 0 1 ' I OR LESS t 1 .-- SLOPE 2% MAX AX I___ilx. SI-OPE 2X t 1.-,___,,,.... , lil ,Z11 L'ul`di Lii 0 1 11 I Ca Z 0) • - - -- ------- f .-....: • ...:. :—.T"-t--- !r-----/----t-rt_ .. . . • . • .. , . , , __-------- ,:i 4:',' '(..11 (..) \ 'illii:- %; .___________ NORMAL GUTTER f-- , ‘-1 A z . SIDEWALK SIDEWALK I I - SLOPE ;11 4--- - \ ---,AA 1 i i/ - iii -0 ¢ :/,..7--><----- ----- I I , PREFERRED SECTION ALTERNATE SECTION ALTERNATE SECTION '' ...I .0 1 igi ''' A /....y , i __ --- 17 i WITH 6' GRASS STRIP WITH GRASS STRIP WITHOUT GRASS STRIP 11:-; C I D g',- A ........i 0 . IN \ 4' MIN.---1 '..:::.: / MINIMUM WIDTH OF 5' MAY 57-' SIDEWALK / * 16' SHOULDER RECOMMENDED *5' MIN WIDTH WITH NO OBSTRUCTIONS - i - - P II 0 BE INCREASED, AS NECESSARY, -- d- 4 4( A 4,/57,• / (MAILBOXS, SIGNS,ETC) 1 '11 Z &,: [411 MI WITH THIS INSTALLATION \ ' I / / '''\N ,TO OBTAIN 4' MIN. OFFSET FROM /,,S ,/ ----i--: - I ' ‘7. —:----WC—R-G--RADE , ,•,-.0 v 0 ! -------,, 7' PREFERRED WIDTH WITH A 2' AREA LIJ ' \ i i/./7/f CROSSWALK LINE - OR FOR TIGHT (8.33% max) r wi >,... › , , , \ , 1 //iiii:///7 RADII CURBS. 7411‘,. / I \ NOTES FOR CONCRETE SIDEWALK: OF CONTRASTING COLOR & TEXTURE r; Il Z 0 Id I , f i i 4 ADJACENT TO THE CURB. .2 r'l r rt414:C 0 (r) _ , 111 I (COST OF TEXTURE, COLORING & HOLES k,,,,: ki C' LIJ , 7 4C-DV# CORNER TYPE CURB RAMP CONTRACTOR MAY ELECT 'Si, 1-,:. ‘.....e 0 < •-•:. :, 1 f: NOTE: THE RAMP LENGTH IS NOT REQUIRED TO /4> TO PLACE ADDITIONAL A. CONCRETE TO BE PLACED 4"TH1CK AND FINISHED WITH TAMPS, WOOD REQUIRED FOR MAILBOX AND SIGN POST ,J. ,,,. , -.. SHALL BE INCLUDED IN THE PRICE BID GUTTER AT \ RAMP FLOATS AND STIFF-BRISTLE BROOMS. o>< 5;e2 r- • 0 ; EXCEED 15 FEET. TI HE RAMP SLOPE MAY CONCRETE. NO FOR SIDEWALK) 1 ..=,.' ›..„.7 co N.-, EXCEED 12:1 IF THE SITE CONDITIONS B. TRANSVERSE CONTRACTION JOINTS SHALL BE PLACED AT 20 FT. • 0 1 / ADDITIONAL PAYMEN te,,,, '....., Lii 0 PREVENT THE USE OF A RAMP 15 FEET LONG. WILL BE MADE. INTERVALS. ALL EDGES TO BE ROUNDED TO 1/4"RADIUS. ' 0 ' - 0 . t.';' OD C. I/2" EXPANSION JOINTS SHALL BE PLACED, WHERE SIDEWALK TIE INTO A - •.,,, GO 0 z cm if.t. _ __I r LENGHT REQUIRED FOR STRUCTURE OR TERMINATE AT CURB, OR DRIVEWAYS AND AT 60' < . , • 60ii, , A 1:12 SLOPE INTERVALS. :1-1 -: = , -',:::, o... co co ,, .0 . 4 ues Type B ,0,,,, DIFFERENCE •Type A .ao, ,.:?,t. it, ,/ ,/ "00 Type I LENGTH NOTES FOR CURB CUT RAMPS: , re i'1/4)/ vaie , , REQUIRED (-10.,,t, \ /101/1,%, , , \,\-- ALVIONit HEIGHT 1 . CURB CUT RAMPS WILL BE LOCATED AS FOLLOWS UNLESS PLANS OR CONTRACT . . • . (The Prerered Ramp) V*" I, \ Y 4/;' , , (Normally used when space 0? F 0) (Normally used when the sidewalk , le• . .. . , o. . . .. - - . 1 0 '\ 41 / / ,/ c /4 1, IS not available for a landing 0(105 0 1105 4- ties directly into the crosswalk) I inch I foot SPEC[FY OTHERWISE. ril' \ \ / ,4 ,0 at the top of a Type A Ramp) \ICI' T 4)t i' \ . \ 4,t? 2 Inches 2 feet ci) AT ALL PEDESTRIAN CROSSWALKS WHERE CURB IS CONSTRUCTED OR REPLACED. © , \ \ \ \ / Ot6 ° 5\# 0 0 \ V ,--" ,/,‘,Q,,,,, /4 srr1 or 'C ./ 061, 1 ,lii 3 Inches 3 feet 4 i.,,,,, ....11. 1 I,,y;,1,5,,•\ „,„ r, ,0 , Ole* C> , Itw' b) WHERE THE SIDEWALK, CONCRETE OR UNPAVED, IS INTERRUPTED BY THE CURB AT • \ \, ,_/, - ...5,,, 0-A1.1.• ,g, ' ,Or 0‘,./ <3'/C) OA's i "4 de e..,,,,C 4/4c ,,e., 4 Inches 4 feet TURNOUTS OR AT INTERSECTIONS. I-- Back of sidewalk shall be \ ‹,-, so tt...7 , . 4, -, /,,rsr ' e ?,,..4Z7 k'6 4(3. ,a 0 k6165 21.14 \ ' A.1 \"- <3- ''''' ' = . \ \ ...r 0 /, -,1.4c 5 Inches 5 feet located as shown In the plans \ i‘ s.. \ /4"'";-rs 1 'N' C3 c) AT OTHER LOCATIONS SUCH AS HOSPITALS, NURSING HOMES, REST AREAS, ETC. . E . or as directed by the Engineer \ `4.+44. \ ;Tv ,r 4.. „,,, .,,,k 6 inches 6 feet \ ,..- WHERE THE CURB WOULD OTHERWISE BE AN OBSTRUCTION TO THE PHYSICALLY Q_ SO as not to encroach into •°'• "V 4r/ / AO se \I 6C4C1 o 0 2. RAMPS WILL BE CONSTRUCTED FROM CONCRETE, SPECIFICATIONS FOR RAMPS WILL BE . .„-- - \7 , .7 .. .„„ THE SAME AS FOR CONCRETE SIDEWALK. RAMPS SHALL HAVE EITHER A ROUGH OR A ' ' . . , . 1 i /i i 'c ' c)' '"1 r''',•-'.•': "'''. II.46:. \\\\.., , ,,,, ,,, 7. ... 1 1 • / 00:0 );19. ..., 0 / i ...,......". ■-• ''' ** 0 C ,, 7 TEXTURED FINISH. ,, --, , , , ...,,, 0,0 0 'TA, ----...---_- • • 000, . 7- ,,, AAA. [,. , . 1 0 0 0 ,..?;:,..10,, 6s, 4474/ 0°0°0 ------- ' • .°0°0• . " z i 0,ivo v-e,A, 3. DROP INLETS ARE NOT TO BE LOCATED DIRECTLY IN FRONT OF RAMPS. CATCH BASINS , , , -\-\'' ‘ , 0 t•,<• . 0 0 0 ______ A , .0000.,......„0„,_„-- A . - • 11 ° <D'' ,0a4/ ____ „if. , ----, .0 - , -,mc • SHOULD BE LOCATED AT LEAST 10 FT. FROM RAMPS WHEN FEASIBLE. ..., -c ' , , 0 to A..\\40.. ' /9 OCit •:".05; , le _,_,„.„,..,-__.7._ 44r„ 4. WHERE RAMPS ARE LOCATED IN RADII , THE DIMENSIONS SHOWN FOR RAMP WIDTHS AND ... ::-. 44/0t Ss, -,)- c ----:,--------- 4/.. i-.. •-.,-,-. LENGHT REQUIRED FOR , ' ‘'° .*- / 1',2,5) -4/0 1970' TAPERS ARE MEASURED PERPENDICULAR TO THE RAMP AND NOT ALONG THE CURVE. , m , cv., m -----.„.-_____•A---- _ .,„ .-..rec E -- A 1:10 SLOPE / ,i-,7-- -,- - ' 4/,5> N 4p,„ ,. 719,44 cq e.vi9p WHERE UTILITY STRUCTURES CONFLICT, WHERE SIDEWALK GEOMETRY VARIES, AT C '',,- - DIFFERENCE ..r51,„., 12:,-1 / // • . CO LENGTH '.°A,,' ozi,"' ,,,...- 00.",,„\Y ' --. o69:6, A. ' Si --1-7.:------ **1-4444, SKEWED INTERSECTIONS, OR IN OTHER SPECIAL CASES, THE RAMP DESIGNS MAY BE 1 c.; E 1 IN ,,..<<, A v ' ‘es ---2-- ....-- . -0 REQUIRED / <,`" (5:9,4) c"?../1" 1/ - MODIFIED BY THE DESIGNER OR ENGINEER, PROVIDED THAT THE WIDTH REMAINS . O HEIGHT io. c, to \\-- "41 1 ----- 1 rn I 1 , 4'' ' si, V' 4, O Q . A MINIMUM OF 48 INCHES, AND NO SLOPE ON THE ACCESSIBLE PART OF THE RAMP , , T: I inch 10 inches 'C' <<' Ii< IS STEEPER THAN 12: 1 . a. e I ,c)*, ..,.... S,, /9 : - .. .1t ",,V"4'1 qi TO IN AREAS WHERE THE GUTTER HAS A SLOPE P/N I'2 inches V-8" * cD\ 1-1- • /z.... , DESIGNED DRAWN CHECKED 1 .. sr Xi END NORMAL GUTTER SLOPE AT A DISTANCE OF 6 TO 10 6. UN. FT. OF CURB AND GUTTER WILL INCLUDE THE TRANS I TIONED CURB [N FRONT • . . 1 , 3 inches 2`-6" ,..., FEET FROM THE RAMP AND BEGIN TRANSITION TO OF RAMPS. SO. YDS. OF CONCRETE SIDEWALK AND CONCRETE MEDIAN PAVING . .; :-.-; /sr/ CI 6, 3 ft.wide landing to be used only with a 4 Inches 3'-4" .,,,k A FLAT GUTTER SLOPE. NORMAL GUTTER SLOPE SHALL BE WILL INCLUDE RAMPS. NO ADDITIONAL PAYMENT WILL BE MADE FOR CURB RAMPS. E 5 ft wide sidewalk with no offset to • RESUMED AT A SIMILAR DISTAIVCE BEYOND THE RAMP. NO ADDITIONAL PAYMENT WILL BE MADE FOR SAWING AND REMOVING EXISTING SIDEWALK , DATE: AUGUST. 2012 ,.., , Inches 4'-2" S .. , the back of the curb. OR CURB WHERE NECESSARY FOR RAMP CONSTRUCTION. ,-- .1 c‘-> . •' 6 inches 5 feet . ., JOB NO. .-' '%' T 7. WHEN A CURB RAMP IS PLACED ON EXISTING PAVEMENT. THE PAVEMENT SHALL BE REMOVED I ,, .4 ,,- SIDEWALK TO PROVIDE A MINIMUM THICKNESS OF 3 INCHES OF CONCRETE AT ALL LOCATIONS. NO • i 10 -.-4, •.1A,I . ,.„ C.; - CONSTR. ■ , .,,, e: SCALE: I A CNI 0 JOINT SEPARATE PAYMENT WELL BE MADE FOR REMOVAL OF THE PAVEMENT. ,i Type C Skewed Ramp Detazls s , , ,„... CV SAME WIDTH 8. DETECTABLE WARNING SURFACES ARE REQUIRED ON ALL INTERSECTIONS WITH PUBLIC - * 4.,; ?,:f. - - - c \\ SLOPE 2% MAX. as STREETS, SIGNALIZED COMMERCIAL DRIVEWAYS, AND COMMERCIAL DRIVEWAYS WITH AN i 1p, -, -.a AS SIDEWALK - v (APPlieS to Type A & Type D Ramps Only) \ AADT OF 25 VPD. 1''.'''! ::11 1: ; lamella° 61918 N g-, I ..'. 6 \/ sr 1-',, '. eg 0 Op --S■',4In \ I , \ I '>c This Detail Replaces Ga Standard 9031W , ‘i 4 --- zif .\..c<' -. .* 1 .:1 Øp WHEN THE RAMP CENTERLINE IS NOT PERPENDICULAR TO THE CURB I I t I I\ '3' . ' ,-, - ••■ „, a_ \ 6 1,44,4 co A LEVEL LANDING AREA WITH SLOPES LESS THAN 2X MUST BE joc , 1 7,7, , • :. , , , .'' . 41(> f'''),. : Notc) <,...1 , \ A , s4, sr/ Or PROVIDED AT THE BOTTOM OF THE RAMP. i (.1 , Guidelines For Usage On Metric Projects : PO \ 04 ack'' 0 04e, \:''t kgZel - F4 1 0001 1 \ 4" MIN. /. • ! ,4... c.o.N.L I. . / F i I L, iil 1 \ F When these details are Incorporated Into plans and or projects that are being prepared or ... ., \ CI . ^14- 9=4, 1 ''' d$ 1, \ 0 '-,,., k. • BOTTOM OF RAMP SHALL BE PERPENDICULAR ,yek i I 1 .G4 , constructed In metric units, exact or precise conversion to metric units Is not required. . ' UJ inns , 1 \ 4 1" / 1. 1 O$ ° / TO THE RAMP CENTERLINE. t I i I \ gf SECTION' F—F . , . ' ,Li i.1' p1.1M -,<f t I I,4 r t, The dimensions shown that are in feet and inches may be converted to corresponding ,_0 0 / . - \ d , 0000000000000000 \ metric units using the following "Rounded-Off" conversion factors; l"=25mm, 01,Ck AtI cA,k S3 000 , 4. AOF I coo ° or. oc,,00000noo Top of 4#=100mm,and 12"or l' =300mm. All measurement notes that refer to linear feet and , ‘) \ 0040 0, ....,,,. t .0(.., c000,00, 0000 , \.„,„,, ,A. E square yards shall be Interpreted to mean linear meters and square meters. . fik 1 CO \0,14 / 1 * gOOS" Romp E — I a .o. .. 9o. . ..., . . , 000000 . . 0. 00.00., \ (7 ; 8 re 1 P) (71- 'V' ccr:' '' :''1.''') <8 cc 18 L'-' , I 1 , ?04 'YcP.' i°. ■-'/ -4....!441., 4 \ 1—_-_, CURB i -o \ --..„,. - \-\ / DEPARTMENT OF TRANSPORTATION \ , 000 Afc,,,I.„ (0-00,pillil, 1----1 J'''19' ,....= a) CI') . 0 'W / iR4 A, CO\ r'..-- ' \ 40 a 0A/44,- 0000 X40‘ , i t — _ 1 cln i ■ i- f; \ ) c°A-- * (Pr. A.J-L1PA K1 K1 RI ',L.' (.1 -T. ry." ,-„,c° < GUTTER i - 1 . ll ' ilf ,1,-. 1 'cr -q- , c-=, STATE OF GEORGIA , , 1 6:'eD, C1j7-7,,, JOINT ,7 l ,--0 ; LC) C■II C•I 1,..- in tn ,-3,1szr- r--) \ to 1-11 ! 1 ' — co CO ' a) , - --,--,..... 1_ x 1 1 1 • .. , ma 0 w .,:. 1 -- .4,'T 4111%400.40koOq521.7.40ar Z =1 . I U.1 i 00 V) _ MS 9,0 PLAN VIEW " c...3: ,..,„ 0. istogi ' I 4,9e 5' 4 (.> , . I I I SPECIAL D - TAIL . . . 0 ,-----*-- -r ''' /v.7 //44), . 1 i -: 0 0 . 4* ,,, A / 7,,,, . 4-8 I I 1 o . V\L ' 1'7: 000F ailksi : -5% I R CONCRET7 SIDEWALK DETAILS :, :=. , ... ..... , - wto gig yid 4- , -t . , . ,, 74 SAME WIDTH AS 1-- ---.-. ic., Li.., 1 , p c". a? cz/ii c, osii= 1— 1 /' 4e-ss eis, pa I-4-SIDEWALK 4.,-) I . ..tc , , 1 `----1 CURB CJT ( W -IEELC - AIR ) RAMPS ----- ,4o • .I.F. ,,' , 1' A / 1111.1111111111111 w cn!= ‹.--) ! 0_ Lulu., 1 . 1 I , 0.4 th Cli P . / 6 . fp , ' Y / VAR. 6" 1 48" MIN. A , A VAR. 6" (3., c=,I(-" (2 ,A,1 c=, cz, c21 ca lc:Ara, c2. c) c:31 , (7,-..,- c LA i...., LIJ Lai 1.1.1 i UJ Lt..1 UJ UJ I / V) TO 12" TO 12 .:.: CD , (4 / / > cniCI >: 515 >. > >- ii>., > > >•1 .- -- (I) / . , LCLj 1 C: LC1Cj Le tel LCIEj tElEj LC1Cj 1--i I LciEj id2i Lelaj I cuai' NO SCALE , ..-z --r MARCH 12, 2002 :', ..-• p,.2., 1,- Y CO SLOPE LOWER LANDING AREA Y j? 17- NJMBER , v; TOWARDS GUTTER AT 2X MAX . . .'N':.. . -_ -.. .----: . . _.. . „ ,.. . . .1,-,\ .. ,I- ) • C . CD I .,- ,,. , . . . Cll ---CURB TRANSITION -J C.D __I CD I , „ , -- 0- SECTION E—E i I A 3 , , , ,!..: I , < . -, ',- DRAWING NUMBER ti -5 .. co 6/18/2009 ;:42:30 Not \\GDOT-DSAInGOPLOT\OCP,90_tiff_00,90. qCf gowens V:\GART\gdo ramp detcils\e3. prf irA EA i ii ir r. A , ,.. ,... . • ;1 . i., il, ifi li .. 1 . i 4,, ra I 6 '[..-T I- 4 10 A: I i I 14 , , , it. _ . - ,...--,..,-* • . . , • .• . _ _ _ _ _____ ______ _ ____ _._____ . SHEET TOTAL :1 ::: STATE PROJECT NUMBER 3 , , ,4 ,.. A z O .-- (7i GA CSTEE-0008-00(997) 9 12 kt, (r) Lit I 1 q kk.r, 1 , 1 LL, , 2-- q Li i 1--- i-- ,,,,,; :„• k% Ckf, ' o h ,... i g‘4 0 , ,,, 1--- '-4 -,,, 4 ,' A § .;.:' 31 Yi 1is , .`,1 -J CC 0 ' L.L. i til >-- CENTER OF -P, ti v z SIZE: DETECTABLE WARNINGS SHALL BE 24 INCHES (610 mm) IN THE DIRECTION OF PEDESTRAIN TRAVEL < LANDING MATERIALS: -J' .1 ??-1 .'v - -sum---,,,,, - - AND EXTEND THE FULL WIDTH OF THE CURB RAMP OR FLUSI- SURFACE. ‘: -,), I t z ' 60" IMIN. LOCATION: THE DETECTABLE WARNING SHALL BE LOCATED SO THAT THE EDGE NEAREST THE CURB LINE NEW CONSTRUCTION ..,..: , :0 -...,‘ 0 La 1500 mm N. 121 SLOPE THE DETECTABLE WARNINGS SHALL BE MADE OF o - OR OTHER POTENTIAL HAZARD IS 6 TO 8 INCHES (150 mm to 180mm) FROM THE CURB LINE OR SIDEWALK SIDEWALK il -,-!'1 ci) MATERIALS SPECIFIED ON QPL 87. ', ,,,, o i i 1 MAX. OTHER POTENTIAL HAZARD, SUSH AS A REFLECTIVE POOL EDGE OR THE DYNAMIC ENVELOPE OF ;4, •..? 1 )1 6 n RAIL OPERATIONS. RETROFIT OF EXISTING RAMPS If LL1 NW* (150 111111)F111111111111111111.1111111 DOME SIZE AND SPACING: TRUNCATED DOMES SHALL -AVE A BASE DIAMETER OF 0.9 INCH TO 1.4 INCH (23mm-36mm) AT SURFACED APPLIED MATERIALS WILL ONLY BE i:,-1.• A ',? :1!'il a., APPROVED TO BE USED ON EXISTING WHEELCHAIR •••• .-•' jEc:LI" r:'141 co 11 1_ VARIES I T-IE BOTTOM, A DIAMETER OF 0.45 INC-I TO 0.91 INCH (IImm-23mm) AT THE TOP, THE TOP DIAMETER .. ., 1--- SHALL BE A MINIMUM OF 507. AND A MAXIMUM OF 65°I. OF THE BASE DIAMENTER, A HEIGHT RAMPS. o VARIES 0' TO 6' ..'-' .1i CD co LL'i T1 A Z , 0" TO 4" (0 mm TO 150 mm) OF 0.2 INCH (5.Imm) AND A CENTER-TO-CENTER SPACING OF 2.40 INCHES (61mm) DESIRABLE INSTALLATION: tA :,... >....„ cr 2 >- (0 mm TO 100 mm) '.•,) Iv . . . GU 0 ' < 2" MIN. 1.60 INCHES (41mm) MINIMUM MEASURED ALONG ONE SIDE OF A SQUARE ARRANGEMENT. DOMES BRICK PAVERS SI-ALL BE SET IN A WET (50 mm) MIN. (i) oc,(0.I N 03 00 00 00, SHALL HAVE A SQUARE ARRANGEMENT. DOMES SHALL BE ALIGNED ON A SQUARE GRID IN THE • MORTAR BED. THE BED SHALL BE PLACED ON SECTION A-A 0. -4-,E il: ,,1 rlit, i Lli od 2 E m ... .......... „0 PREDOMINANT DIRECTION OF TRAVEL TO PERMIT WHEELS TO ROLL BETWEEN DOMES. CONCRETE. THE CONCRETE SHALL BE A MINIMUM- 00000000 la) L7 ''.3..!, 0 00000000 oo i--- III q < 1 1 i t cc VISUAL CONTRAST: DETECTABLE WARNING SURFACES SHALL CONTRAST VISUALLY WITH THE ADJACENT WALKING SURFACE OF 4" THICK. a SEE STD. 9032B 60" MIN. DIA. • I--------.---- -1- • -I :i. I'l 1 CXILIJ .....11--Z FOR RAISED r 1500 mm MIN. DIA. EITHER LIGHT-ON-DARK OR DARK-0\I-LIGHT. THE MATERIAL USED TO PROVIDE VISUAL CONTRACT 0 CONCRETE FLARED SIDE--- \--CURB RAMP SHALL BE AN INTEGRAL PART OF THE DETECTABLE WARNING SURFACE. CERAMIC TILE SHALL BE EPDXIED IN PLACE OR I i 0 MEDIAN „A n LLJ 0 TO I/4" MAX. WITH DETECTABLE SET IN A WET MORTAR BED. MANUFACTURER• cc 6,5783, WARNING ' C, : 2 IRA LLi ,..„ , 0 TO I/4" MAX. RECOMMEND ADHESIVE OR FASTENER SHALL BE ..i., (f) - (Tyi-R3rIFT---1 \ 0 74 ----....‘,.., so......01 14 LLI 0 -pi p ° /- 0 CD\. USED IN THE INSTALLATION. A 1 CD 0 cr ,... ,. K (r) 3 2> 0 0 0 0 0 cc g I-- A o o -Fr:_ li.4 0 o o o • 0.45"-0.91" III : 1 - 3 .--i . . . . _ E ALL OTHER MATERIALS SHALL BE INSTALLED Iij (II mm-23 mm) c..) (-) c5-'6 . . . o ,) o . . . /)2 0 0 0 'q• E - -E a ',T 1 CO rz t', ,. E -z . . 0 00 0 1 0 0 0 ACCORDING TO MANUFACTURES DETAILS OR u_ 2.‹. . . . /)) \.,„,,,,,_._. 0 0) C\1 0 - -- 4,44,00.::::.. 0 1000 --di 5 - r', lti. CO oEv. INSTRUCTION. 1.-- .‹ (13 FT ... 0 . • K<\ °J :',t,, 0 1 0 0 0 co > ,-- :. Q .. , , ..) ,..... , , 4 , = ,... .... . 0.. st_oPE 7 ; GENERAL NOTES: , )1 0. 0 .6 (r) ... .-:,. 3 0.0 000 , 1 4 3 0.0 0.0 RETROFIT SURFACED APPLIED MATERIALS ONLY: m , i-- ... l' . 0"K 0.0 L R 300 mm 1.00-----vs. I. CHANGES IN LEVEL OF I/4" (6.4 mm) HIGH MAXIMUM :i 1 ,,1, , , 0 e'd ":1 1 1 > Lu o_ (MIN.) 2' R ,.. ,;1' SHALL BE PERMITTED VERTICALLY 0\I SURFACED 2 :-.1 0 x - , .(1,,__, -,,,, 600 mni) I/4" MAX. RETROFIT SURFACED APPLIED 0.9"-1.4" I . t3 ' (TYP) (6A mm) / DETECTABLE WARNING (23 mm-36 mm) APPLIED MATERIALS. ....... ........ ,. `I,.. ..,.. E ...... .......• I-- 2° CHANGES IN LEVEL BETWEEN 1/4" (6.4 mm) HIGH . 1 ,` * • &-' A --a, / 1 'Y2 MINIMUM AND 1/2" (I3mm) HIGH MAXIMUM SHALL BE -, >-. CONCRETE ISLAND WITH ELEVATED CLT THROUGH BELEVELED WITH A SLOPE NOT STEEPER THAN 2:10 x ), - : .• 0 :CONdRETE . CUB iRANAD. ,.., ' 1.60" (41 mm) MIN. - - 11 .`" ..• • . • • • • • • • 2.40" (61 mm) MAX. 1 '.'. •.,t 6 ,• ----1 . - - ,-, • -,,',14. '/4" MAX. (6.4 mm) i47 RETROFIT SURFACED APPLIED DETECTABLE WARNING , E E = Lo ' r- \\\ \ Z' < -- - ^ -g 24" (610 mm) , ,. ,.. ,i , - -,.., , .. i 4. -‘' 1 - RECESS WCR - ,' ? .1 2 i . rr) T ' - ' E ell\81. E E E ___, ---- ,' ---- FOR TILE . * Ii;;; '• 7 '\ 'TIC- w ..,e .34 O 1/2" VlAX. a E / , CD 1 I bb , E ISLAND (13 mm) I (\i "I' a .4 5; // r . • • ....' C\i ..,' ell ' Z , CO °0, °0 -0 © © ---- 0---- --- 0 °Oo°00 °°00 P CONCRETE'-. -.. ' . ' airiB IR.A'OD ;--.- i 0 -E' IA" MAX. - ..* .: % . :--' : '• , - .• -, • . . i ... i `-' .-1 ._ ,.._ . . . . . . 0_ - - - - -__ (6.4 mm) - , .., , , , , _ ill DESIGNED DRAWN CHECKED 1 .9 / \ @ @ 0 ----0----- ---- - . 1 / \ 62 4mi_i_rn_)____ H I . / \ 0 o i ISLAND ./111111111111111' ..--- .,---' RECESS WCR FOR . ; DATE: AUGUST, 2012 i '-3 2,,, k E a co l I '-'----" ---------BRICK PAVERS %.°. ---- 1,- ! - N ii v. © @ 0 CD 1 15u(-) mm Min c. <\ °: 00 II."'---- Q" Min. 1 --.A..1 , / 0 ei.... JOB NO. I 0 .. ii. Ff.! 1 ,. Mine,, k II, NCT, - 0 o 0 \ .t. 1 gl 0 SCALE: -'; C\I 0 an o \ COS..„\\ ,..:1eq-'-\'f e.• 'E 0.65" (17 mm) MIN. --, ,,-!,4 ..,„ i':.;; ts„ .47 00• 0 ,. ./.,..:, \-:.■ kej N.) 00°00 0. C'\11 E @ © @ @ CN ---1 1 1ki, !1,./' o 0 o 11V 4 I 1 0 C A co --) k I, • ,.. 0 0 . ,,.i -6 rk Y1 Q) -.-, Ng 0 0 0 0 0 0 0.07/0 0 Irait--4411- 4" (100 mm) : ::' , . , . 0 . ,_ -a_ ISLAND '.° m ...... ■ ris. '' IsLE lain Uni 0 es tom : - FOR TILE OR BRICK PAVERS I N° Liwi _ I A -4.--- ., NO VERTICAL LIP OVER FLARED SIDE V I/8" (3 mm) IS ALLOWED , Is= W I . LI Lau 619 I-,- ...., a I .- . md uffil tin N CURB RAMP WITH -- Z M ,,, , li DETECTABLE WARNING / , 0) 0°°... I > (1) (4 0.0....00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -0 ...-0-00.- . -> ..... . . . . . O . . . . . . . . . . (''" DEPARTMENT OF TRANSPORTATION O . 00 . 0 , = ow (/) s. 00:0° 1,.! I:2) STATE OF GEORGIA I NO SEPARATE PAYMENT WILL BE MADE FOR T-E I Lij ot o L0 re .5?., . 00 000000000000000 __-.1 ci co . ma DETECTABLE WARNINGS. THE COST SHALL BE /4, \\ ,----. --E I.-- v-) luse ..,„;, .....,,, Z LLA s'-'t , -S- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _,-- ------ - E -.3 v-) (=D Lu SPECIAL DETAIL D - O ,..C." F..a. INCLUDED IN THE PRICE BID FOR SIDEWALK ,7,/ \,, RI- , -tC CL 1.4.1 cp M O \ ,,,,. a" ---'; 1 (OR CURB CUT RAMP IF THE ITEM IS INCLUDED , cn cc z LL, . , o a 0 0 0 0 0 0 0 0 0 0 0 0 0 -<-6- „ n a . 1- 1--'' 1-1-1 1 cS DET7CTABLE WARNING SLRF AC 0 IN THE PROPOSAL). SIDEWALK \ , / ,. Ts , , CD _ \ / 0 o a a a a a a o a a a a a o C1 CI 3 -'7 it 14 g 8 E A 1 E TRJ \ CATED DOME SIZ7,_ SPACI \ G -' " ' \/ tii13 - 15F- cilcmLL AND ALIGNMNT R0 -1H7 VNTS • ' C444 ,,, V5 - . ,... a. FOR CUT-THRU ISLANDS AND EXISTING RAMPS, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0' , o ,=) oww 1 C) •=r I ca Lu z v-) v) 412 WHERE NO SIDEWALK OR CURB CUT RAMPS ARE 1 u., < _.-- ,. >. 000000000000000 IE '2 17.; E f 9 teiEl t(L-1 NO SCALE MARCH 12, 2002 , • . ,.1.: co 1...t -ct n < cc -‹ a IN TI-E PROPOSAL. THE COST OF THE DETECTABLE co DETAIL FOR DETECTABLE WARINGS SHALL BE INCLUDED IN THE OVERALL BID 1 N_MBER .. 1 WARNING AT CUT-THRU CONCRETE ISLAND 1 ...i _J _J PRICE SUBMITTED. II (._.0 ‹..) c_D 00 1:1 13) \ 4 ._ 1 , I 1 ,. . > < . -, DRAWING NUMBER , , fl.= -;, 0; c O IL "C: I 1 0 O 11 1 9 •• -45 1 -e- 4 .. I _a >, I •:i t , I- -4 1.,„r ., a 1re/, g l . . . „;-:4: I I I ' STATE PROJECT NUMBER SHEET TOTAL . :g z NO. SHEETS i'.. 1 I K; I xi (i) GA. CSTEE--0008--00(997) ,,,, -10 12 J ; - (i) ci; I ['. NA l: t, .N! I - , LiJ Cl. I: Z .1 !-,;',i f;s. LLJ i'-0 .i 0 H. I 4. 1___ ....„ ke I„, 1___ , , , D ,-. r-1.' O 1 1 ii ..1: sl 1_ -§ - q .11 al - ;QL fill a: t 1 ' ?-7- , . .. :.,. Z - .. 8 I* Ri- u la_l <, ! il . C.D - A 0 ° :- , - C - 0- 111 07 0 1 1 L1J . " .. .. i ,4,, Cff 1.1-1 ' - C3 6 5; I 4 , o3 Ag4 . 7i.j rui I i... I-- . . '''.4- 0 '1'4 X Co) ff% > WO z Cid . -- ':: < 11 CI Lu Lli 0 • , U1 0 pi •o . I 1, • . 0 I i < .I.4 w .; .„,...j (-.:1 9 ''': ..J (5 0 3,-,, ,, ..c. . -. - z =' 0 ,--.. I_ ',- !" Cn ..-1 ..,, y 1 ,....1 la_l I- > V) LF e? i'-', 40: LL1 P-.. - a. .#,:, .,,, "11111. 0 et' I , u.., ''- ( 1 04 CP CC Z x 0 hi (f) >0.:- . I I-- (71 T TYPE 7, TYPE 8, OR TYPE 9 POST CD Li... a ''''' I Lu iii (D i -0 • 0 ..4 -. _J ` 4 Ai i Z 1- ' < H T-0" ,I Iti rl 1- th ! "‘ . 0 co>,-- , 2 cflotsic; 1 .i.tI MINIMUM :,, . z , uJ ,, , , . ___, ,,,„ ,„ ..,, ,t; ,_ ,t., „. ,. < , . a_. - • 1 , ,,,, wl. „ SIGN POST SELECTION CHART I ,,, .., - . ..• ''.-- 0 ' © 70 MPH Wind Load Chart+ 15/ Gust Factor ; -1, ,-';': 4- - - • ;I I .?,-, :;,' ;--'-' '- -• I SLIP BASE NOT REQUIRED GROUND MOUNTED BREAKAWAY SIGN SUPPORT REQUIRED 1 ,,. ':.,- .- ,.-:. it . Iii f---- 4" MAXIMUM STUB HEIGHT ALLOWED - ---.....- I i (2" STUB HEIGHT RECOMMENDED I TYPE 7 TYPE 9 TYPE 8 TYPES TYPE 8 w/TYPE 9 Insert*: 0 A A I 2"14go. 2-1/4"14 ga 2-1/2"12 go. 2-1/2"12 ga. 2-1/2"12ga. W/2-141 4go. Il - ir--`-',`,.. .- '(...) 1 E 1" MINIMUM STUB HEIGHT) , '.,, .'il ,... z.4., . . >- t :";•,,,! ':i•I '''''''' -'1,;...4, ' '1' , .,91eb !1‘;;;;,,i1 " --r-2=-6--ca--.2.---i ---a---a-"'--_, 1 Post 1 Post 2 Post 3 Post 1 Post 2 Post 3 Post o i ceSnitrgonid 113730st 1: 22s7PQ.o0oustARE 0 0 A STUB POST (COST FOR STUB IS INCLUDED IN LIN FT PRICE FOR POST) 6' 7 ; FOOTAGE 19.25 30.00 60.00 SQUARE FOOTAGE 90,00 . 49.25 ,. 98.50 147.75 I I 'f;s.,,., '..J,i'I : - ; - ` 7 .,.: -, 1 I 11.60 ; 23.20 16.50 2a75 51.50 77.25 4225 84.50 126.75 POST SHALL EXTEND 6 MINIMUM i.o..-----"7 (31-0" IN VALLEY & RIDGE AND PIEDMONT REGIONS) I I I 0 BELOW GROUND LEVEL (4`-0" IN COASTAL PLAIN REGION) S l 10.15 ! 20.30 14.45 2255 45.10 67.65 . 37.00 74.00 111.00 I I `', 1 • : . O 9' I 9.00 18.00 1285 2a00 40.00 6aoo 3285 6a70 98.55 I 1 ,,,,,, --.: , 1 i ..c O : 1 cy 1 810 16.20 11.55 18.00 3aoo 5400 2a55 59.10 88.65 I I '--, #- I I I r .> „ O ,., O 0 Iv! ..he 11, I 7.40 ' 14.80 10.50 1640 32.80 49.20 26.90 83.80 8070 1 -;,. !ii O 1 : , 1 cz 1 --, E 12 I 6.80 1a60 9.65 1aoo 3a00 45.00 24.65 49.30 73.95 FRO \ T VIL-W .„...,. _ QO 13' I 6.25 1250 8.90 1385 ' 2770 41.55 22.75 45.50 68.25 -0 14' I 580 11.60. 825 12.90 25.80 38.70 21.15 42.30 6345 co -c-' la w! aco la 6.45 1010 2020 3030 16.55 3a10 49.65 .17. 1 0._ 16' 1 4.70 : 9.40 6.05 9.45 18.90 28.35 15.50 31.00 46.50 - 17' I 4 40 ' I • ' •8 80 5 70 8.90 17.80 26.70 14.60 29 20 43 80 .1 I ' *-. ';'.' DESIGNED DRAWN CHECKED POST STUB SIZE 18' 1 4.15 830 5.40 8.40 16.80 25.20 1380 2760 41.40 TYPE 7 21/4" X 21/4" 19' I 3.96 790 5.10 795 15.90 2385 1305 26.10 39.15 I ..... ..: -0 ,..e. E H .. DATE: AUGUST, 2012 FL O -.. 1...- TYPE 8 23/4" x 2/4" 20 I 336 7.50 4.85 755 15.10 2265 12.40 24.80 37.20 I f VIII Cn . 4fIll cn TYPE 9 21/2 X 21/2" ,..... I'4:1 JOB NO. 1. . Pth I 1 SIGN CENTROID IS DISTANCE FROM GROUND LEVEL TO BC TTOM OF SIGN PLUS HALF THE HEIGHT OF SIGN. EXAMPLE: 24"X 48"SIGN THAT IS 7 FEET FROM GROUND --0 BOTTOM OF SIGN. ADD HALF OF 48"(24"OR 2 FT) PLUS 7 FT. = 9ICENTROID. P., P' 1 Ft,1 C V e: 4 SCALE: A .47 t CV SIGN PLATE SHALL NOT EXCEED 48"IN WIDTH ON A SINGLE: POST. 0 !.; C e' RS x TYPE 9 INSERT SHALL BE A CONTINOUS POST INSERTED INTO THE TYPE --) PE 8 POST WHERE REQUIRED. THE INSERT POST SHALL EXTEND FROM A.;'4,', '',--' -6 1 l', . a) THE BOTTOM OF THE SLIP BASE UPPER ASSEMBLY TO 4" BELOW THE BOTTOM OF THE SIGN. THE INSERT POST SHALL NOT EXTEND ABOVE t-..; 1„, ..,...., ..;_, c THE BOTTOM OF THE SIGN. PAYMENT FOR THE INSIERT POST SHALL BE PER LINEAR FOOT OF TYPE 9 POST. , .. MEDIUM CORNER BOLT . ., i..., m -.f ,.. I : 0 11322g 1 1". C) 5/16"-18 GROUND MOUNTED BREAKAWAY SIGN SUPPORT WILL BE MEASURED AND PAID FOR SEPARATELY. THE COST FOR THIS WORK SHALL ;.. ' = 0 uj 11,7 LI- INCLUDE THE UPPER AND LOWER ASSEMBLY, STUB POST, CLASS "A" CONCRETE, ALL HARDWARE NECESSARY TO COMPLETE THE . Lito 121" 1.1.1 < Air INSTALLATION, AND BE INCLUDED IN THE BID PRICE SUBMITTED FOR ITEM 636-3010. . . tr i-- ' Ili Ili is= , I t.L. , . D Lij 0 --.:. 0 \14 I ., .. I -4 cm z • ... • i .2. . CD • •s Efi cr) O -. ,, ..= 0 . DATE REVISIONS GEORGIA DEPARTMENT OF CO LLI LO' TRANSPORTATION co E5 _ co SERRATED FLANGE NUT OFF ICE OF TRAFFIC SAFETY & DESIGN CD - g__ 5/16"-18 „ ■Ig t.t.„,, *t,k‘,,,, z Ell . TYPE 7, 8, AND 9 ; " D ,--- ti S---_CTION A- A c SQUARE TUBE POST INSTALLATION DETAIL zi :, ***°4 CO 0 132 '!;,, a. NO SCALE JULY 2002 44025921 1232930 . - ettil (it • L=.$ , .4‘ 49 C O ., . . :' ea ■ , C CO 1= 46; ......; CD v a) 0.. _ , . >< ----} :,i- a5 , 1 '. _ = DRAWING NUMBER - an o tk =t,II, N',7 O S.,14 A ' 1 O 10 ± iti a g., tz,„4 "Cli gji la O il 4 .0 , -/- >, F- Ill - I 1,1 ft ll " s _ I I I STATE PROJECT NUMBER SHEET TOTAL ' I_ a, N0. SHEETSa z 1 o GA. CSTEE-0008-90{997) 11 12 :; N IN I _ 0 Pi , i Y . i- , ic(yy- - -- - 41 _ •-:tiO D r 1 , gq o ' q SHEET TOTAL ! ! ----•-___________. ____ STATE COUNTY PROJECT NUMBER NO. SHEETS { i ° INDUCT IVE LOOP VEHICLE DETECTOR DETAILS , `0 0 US INC STRANDED COPPER WIRE 1 ii loco i PLAN VIEW 0 F STANDARD L 0 0 P SAW CUTS PRESS WEDGE MATERIAL IN PLACE•TO PREVENT ( (� ( 1 i .,::-E I FLOATING. PLACE EVERY 3' IN LOOP. USE DULL P L� B V X P I� I fl E D E T A 11. C ! c�i .W INSTRUMENT TO PRESS IN PLACE. ALL wtRES i v co 9 TA :y.f A : • :^.: .WALL LAY FLAT, t TYP.1 DE IL D° �i4 `.b1.°i. / ►Af d• tf4` Mik, j ^I'm f� S'x 6' LOOP ( TYP) s..•0,.E A.'. .i/t••J•W l° • .►► a NO. 14 AWG.(MIN.).+_, +., 7HWN, OR XHHW STRANpEO f 111 NOTE: j" �:d:��� �; SINGLE CONDUCTOR COPPER WIRE. (TYP,) PROP IDE 8 FEET OF SLAC)f FOR THE LOOP LEAD INS j O 1. ALL I a aFU COPPER WIRE LOOP SEAL7:R ' ' Y. ►y 0 ,� 'I ,'`,� FOR MAK ING THE SPL ICEE S) ABOVE GROUND t Z �� MU S���FjLLY ENCASED ' ',4:;;`��.�;.• CONTRAC70I2 SHALL LET SEALANT SET UP 74 SUPPORT THE W IRE. (TYP.1 MULTI PAIR Sw IELOEO LOOP t PRE TW i5TED) ' '' { . �] ,- ►'• ff.A °TRAFF IC f s(� r t' FOR PERIMETER LENGTHS GREATER THAN 30 FT,, LEAD tN CABLE. +FLOW A!I` 'fir A': LOOPS SHALL BE TWO TURNS INSTEAD OF THREE. ° i;,` / �� DETA IL 'G' `a+�° s ,' �. HOLD DOWN BOLTS WITH STAINLESS STEEL WASHERS & NUTS, c��t� � s +�-- r/� FOR STRANDED 14 AWG LOOP W IREt THWN.XHHN,XLPE).x III , NUTS SHALL BE RECESSED BELOW TOP OF COVER.C� DETAIL 'A" w/a' FOR POLYETHYLENE OR PVC ENCASED 14 AWG LOOP WIRE, 'TRAFFIC SIGNAL' ON TOP OF PULL BOX COVER - ! LANE STR E E _ S E C T JjO N A A , I• -I O` EP OR 3' BACK OF CURB -0 , - 0 DETAIL •O' , j LOOP WIRE & LOOP SEALANT `•:•"�: � ` 0 NOTE:ALL DETECTOR LOOPS .'.;f►/ + :. <'°° r ALLOW 5LAGK i , SHALL BE WOUND IN ,' *Q:: v'� '►; ►+' 3` MIN. FOR EXPANS ION LOOP LEAD-INS (TWISTED 3 SYMMETRICAL TURNS PER FOOT) 0 8 8 QPPOS IT.E DIRECT IONS .�.a' ► .4�• •1! A T j f DURING G FREEZE- 00 NOT GROUND LOOP W IRE IN PULL BOX. , i i �.�,� b:1°*'-, + S SAWCUT j { THAW. 1 CONDUIT 2" MIN TO 4' MAX ABOVE GRAVEL 1 p � TRAFF IC .a. `-T f ! \ ENDS OF CONDUIT SHALL BE SEALED I I 1 LI FLOW '* {{� - LOOP SEALER SEE SECT ION AA / • \ AND BE WATERPROOF t TYP.). i cr A �If DETAIL 'G` : "` �__ 1 liii � i':i N / Ly'� \ COARSE GRAVEL ! CM W L 1 WILL REOU IRE' AN ADO IT ZONAL I s �+ wit i;j>a + i' %, 1 '" < CONCRETE S��1:Q'`i'AI a+. a'. +, :4::11'f'.::.' �, s� SAWCUT •IF (1 1NG 2 ANPL IF IEIiS j THE AREA REMOVED SHALL { I2' MIN. •�*..• y.�` •• • ' E BE TO FULL DEPTH PAVEMENT ,ate+• ,•• •. 4'- a•, y ' I re ROAD EDGE (MEN. ti S ARAT ION), JOINT # +-' W E OF SAWCUTS. FILL WITH H ` _ LEAD IN WIRE SECT ION BB - I -a DRILL 2` D IA 2` DEEP JOINT SEALING COMPOUND. I@' MIN. • $' MIN. t TYP) 1 i bII"t� O _ ° SH IELDED CABLE „ Ls I., i I( DETA IL A ; -- TO LOOP CUTS I ' Ia iz ` 1-IN.I NOTE: USE FOR CONCRETE PAVEMENT ONLY. .__4 ,t s� Ili EQUAL TO RAD 1US t MIN.! „o p«o tq!�� >•,�.q WATERPROOF SEAL AT END OF CONDUIT TO CONTROLLER • 1 I••• < cb i_g'v- I Q - OF SAW BLADE. ------„. '1Fig.:0*.;,"� "' 3' MIN. CONDUIT SIZE VARIES MIN, CLEARANCE OF r a-- {` ; 0 1 00,4 ;�(nh,,+ / i 13. {/) r^1 CUT EXTENDED (� _ OOP WIRES �I�©��is�};p�` PAST DITERSECT FULL ION air' LOOP SEALER '.'e' 70 DETAIN FULL , �� �'.I`�,-•, SEE SECT ION AA \ �' DEPTH (TYP.) �+� //S ° �� f �( 12' MINA I 'Ei• MAX, OR xJ A< ____ FULL L QE TH WITH SAWCUT« �• II •� '^-•�1 i z ••�� ) , . • \ ✓ DIAQDNA {" ,,Ili y CHIP OUT CORNERS TO FULL DEPTH (TYP.). i ' '• Y :,--' � Q DETAIL •D" DETAIL °D' -.ALTERNATE �� \ ------,__—,---7- STRANDED COPPER (� (� ! WIRE (TYP.? i I l�E DETA I ' SECT ION CC ( � " � DETA IL " E' I �f _ MIN. CLEARANCE OF 7` "�'�.. OFSAWTBLADEIUS / # z " MIN. CLEARANCE OF 7 "�"^`\ �, ,�� ALTERNATE 1 z GUT EXTENDED CUT EXTENDED # PAST INTERSECTION PAST INTERSECTION ALTERNATE 2 Q_ TO QBTAR`FULL TD OBTAIN FtkL HEAT SHR INK TUB ING j i DEPTH (TYP,1 :z.....17/1_____ •1e - O DEPTH t TYP,) �� CJ { �: = EQUALTO - sgA M TYP ICAO. CURB DETA IL i ! _ ( W iThl SIDEWALK) INITIAL SET-UP t! V I A W R 2/C a 12 AWG TWISTED. ' ; �_._ I/C 14 WG. I E DETAIL•'F' DETA IL `G• S IDEWALK OR CONCRETE r SH IELDED BELDEN CABLE. THWN IN Di,I/4' O.0. TUB ING �- -i a la a INSTALL BACKER ROD j }t� PULL BOX SEAL TUB ING WITH 1/C "14 AWG . ? MA INTA IN 3• MIN. DEPTH - GROUND LINE 0 L I©U ID RUBBER �; I CURB SECTION - _ MULTI PA IR LOOP LEAD- IN CABLE. I ! ` cr) i r7r- SOLDERED SPL ICE (MAY { I PLAN VIEW OF STANDARD LOOP sAWGUT °QOa: `°'" I ' PLAN VIEW OF QUADRUPOLE RUPQLE .4. -e-' „r„ � _,;_= , It USE BUTT CONNECTOR J. !. 11111 EDGE OF PAVEMENT ' - '° - '; OR W IRE NUT)« { i DETA IL •F' y • +4'' ' I8• MIN. "• 0 a m OE IL ••G' DETA IL ••0' DETA IL '0• DETA IL 'G' �/1y.p'd: ;a e e :q'•-,'ir,-� , Ili A BUJ?. I w LI j !I L 1 l: /1/, ' DESIGNED DRAWN I CHECKED 1 �1Ir ifs► -- �� �4a I` ► EAC1� SPL ICE AND ��` e1•rn1111�/IiII//lflt Willi I `: ( TO PULL BOX, TIMBER POLE Oa�I��t��n� 111�AUtti��l� CABLE WRAPPED _ __ I 1 3- 45L 1-1/4• GRILLED HOLE OR DIRECTLY THROUGH STEEL IND IV IDUALLY. 1• III // 1 ;; En- w / / { z z POLE FOUNDAT ION, SEE PLANS, 7 -"r / `` i x� I a a a NOTE: NO LOOP LEADS BUTYL RUBBER TAPE, _1• 1:—,J tl�t� j as w N N THROUGH TURNING RADIUS AP T R SP C /4° i ! ! : — ; i w WRAP EN IRE LIE l i r ; N N V 1/� DATE: AUGUST, 2012 41-64:;3_,:z '4 i 711 E TYP TCAL CURB DETA IL , a OI�II� SIMILAR SPL ICES J4@ N0. 1 ( WITHOUT SIDEWALK) /it/7 TWIST WIRE:. SOLDER y i • oi - a % AND APPLY WIRE CAPS. I I > HEAT SHR INK TUB ING T I£ TOGETHER WITH PLAST IC SCALE: o '' CURB SECT ION GROUND LINE DR NYLON STR ING. . 4• N I a 1-1/4' DR ILLED HOLE t MIN.) tort rr �,�� —� N :. { SEAL ENp pF eokou IT ° 1'{=1I ���{1' 0� -. m • t WATERPROOF SEAL) a°5jO v.---{ {{ "{{��1 f 0,� j % f 1 - f TRAFF IC • FLOW TRAFF IC 4 FLOW EDGE OF PAVEMENT •Q Q:{{{-{!I DETAIL '£` BUTYL TAPE EXTENDS BEYOND TUB ING. tU ! �... _ A'':.:°-111- IB' MIN. 1 G'. s Cj'- ?'3`p •9,p`� i (MIN.) CONDUIT NOTE: { L.Q i NO SCALE NO SCALE �— {` a ��o '?'.V.• x ` FIN ISHED SPL ICE MUST BE WATERPROOF. WIRE NF URAT ION LOOP W IRE CONF IGURAT ION `� �f l r='1�=' j 1�-i "• •, LOOP I CD IG _ NO. 1A AWG LOOP CONDUCTOR I{ �1 I i �-- WIRES IN SAWCUT TWIST 3 SYMMETRICAL TURNS PER FOOT THE DOUBLE LAYER CONFIGURATION THE DOUBLE LAYER CONFIGURATION (2-4-2) SHOWN IS A MINIMUM DESIGN (2-2) SHOWN IS A MINIMUM DESIGN TO PULL BOX, TIMBER POLE D FOR NORMAL INSTALLATIONS FOR NORMAL INSTALLATIONS OR DIRECTLY THROUGH STEEL I NOTE° NO LOOP LEADS POLE FOUNDATION, SEE PLANS FIN ISHED SPL ICE ( R A Q 7... . .... i WHEN REOUIREO BY THE PLANS. WHEN REQUIRED BY THE PLANS. THROUGH TURN IND RADIUS ( M DEPARTMENT ENT OF TRANSPORTATION ORTA� � I I I STATE OF GEORGIA • i i v i DETA IL WHERE NO CURB EX ISTS i ; .. 4 I _ ' TRAFFIC SIGNAL DETAIL Las SEAL CABLE END, ... tg) ND. I4 AWG LbOP CONDUCTOR EDGE OF PAVEMENT SEAL END OF CQNDU IT t WATEERPROOF SEAL) COVER SH IELD ING, { _. (0 WIRES IN SAWCUT. 45[ TO PULL BOX. T I R Ptk E ,.,1 GROUND W IRE WITH i �l,�i, . 1 >s� cr i R :��:;, AND TAPE. ,:Iii 3' MIN. GRDUkO LINE TO Q I L BOX FT ©UGH STEEL •' ! L IOU ID RUBBER �' °� III 1 ' ;),_ 1 _ POLE FOUNDATION, SEE PLANS, 4 1� INDUCTIVE— LOOP j ' L� ..�,t. 8' MIN.` , -ij �I r'(404/0 I c) i //�/ LI �� !►, la- MIN. j•'1 a: �i -+ .:° �- LOOP SEALANT) i I DETECTOR I oST�4LL�4Tr 3' C? PAVEMENT i o 0 : "." WJtde11/MS FAr Ust)ye Qn 6fetrlc Prdjeds DETA IL 'E' A- - t/6 N ! Won Huse details ore incorporated Into plans and or Pro/acts that are Wag prepared or SAWCUT ' `Q constructed in metric of/G sxactor precise emersion to metek units Is not required. I" I.MIN.) CONDUIT TWIST 3 SYMMETRICAL TURNS PER FOOT. P ILL BOTTLE a DETAIL � R :f ® m:_.co)a Tice dimensions shown tiM are la feet and Indus'meg be converted to corresponding s metric units using the following 'RamdedOPf`g7nrBrslon taEiOUSr f.25mt+� NOTES ND LOOP LEADS ; AMrIR�, '�10 ' ,� . 4 u ire yards Oar r-3QOmw)At1 measurement notes Mat rimer to knew feel avM THROUGH TURN ING RADIUS o I , N { square yards stall be interpreted to mean linear_meters and square meters. cn { i NOT TO SCALE REPORT ERRORS 1 If i C i I r r:' .: CO DRAWING NUMBER U. !. i LI 11•1 0 � ,} I r i ,, i LU s z t STATE ' SHEET TOTAL o. ,4 PROJECT NUMBER , N o N0. SHEETS 5 GA. CSTEE-0008 00(997) 12 12 , .• 2 W ' .° c ' s i �E ,fi' • Y e I- iYS 6. 0 e, 1 } Lam. M. STATE COUNTY PROJECT NUMBER ( j IQ SHEET ' TOTAL I £. ', ik� ULLBCIX TYPE N©. SHEETS z sr c. 2 AND .� GA. `<� !• _ 11� I ,s r— ---- 0 TYPE 4, 5, 4S, 5S, 6, AND 7 PUL LBQX ASSEMBLIES ,=? 0J ' v TYPICAL CQNDU 1 T ENTRANCE DETAILS N s} _ t • TYPE 1 • 2 , 3 • 4S & 5S =•1 o cr_ 0 PULL SLOTS { 2} I: eq a co o_ (,y I t UJ SK ID RESISTANT SURFACE i I s m HEX BOLTS VawASHERS ( 2) 3 �F♦ + CONDUIT ° MIN 4° MAX ABOVE GRAVEL ¢ =1 z . l � /q tr•tt qt tt,kt it tt Rn it ttk tR y. it .'. i p> ' �3 o y /�••! L 5 \!• t"•i 4t " at"•t 4 Lt•�i� � I C, �°. .. \! ! R „„,,,lt,,,,,„,.,,„ttgiayQ<t;tgttti�agitq Ctaitttattilii k -; it L i y q i,q, "L . "ai to aR c " t`"< �Fe r Cr I�#d \ ha o-t• t \ LL \ 5 a ya R t k tC, , Ut ( i CD . .Q • Lat`tt"tE4'y9ktt49dLthy�S�i�ti 10+6t�yttt ,�!`q tt`t"gai",k`�,tq .w,�•- .,•r•. rt f"` �p !ik IA tFtpStR"ti,��¢ytat< teiiit S:tRt"Lii46`"!,`•:it�\et �p\ippR�it! I;$ ly/ _ iif EXTEND COARSE GRAVEL 6' BEYOND BASE 1-,i, gyg tt.i..t. pit teya�q _ :`iq;lttli Qti\S.4k yt •` ' `" •� • II••�•O��i•. �(a 1 - j•5ga°af,mr5 tt ! : (rtidT . ►CAT/Q,$:' t ai »•nmme t )•• wI•• wR• i •I•• I • •I• ! (•4.. �,_ i t,4y•.i±. tt"55a ;t . .:-- .. 0!it t q\ "\i t• a ¢t a 4i R kk 1 !t" it 4 Lt tttkgk qtF\t yi ¢"� ait tt ki 1 - '.'rq Rt tt.�t q• t \a R qt i4 y!• y• qq• !••„.. t"q<y,.at 1 a 4 t k yligltgit�qt"tQit\RigRiytktltttttiyriytit(itet¢ttgtt:tkt�itt 3 Lirai.ti",it 4qR tt yai QQ t' ki t< ai a 2a4 kk•'!¢ !t ', '.ttq`ty.ti<igq'tgtt'qaRqiqqSttat Lkgtttgyt"t.titt"Li\iQt"Liktti5 1 8• m IN. • •+ai4 }iy••4Iii• •i •aiI''s •i f•s`�0- •.. .Y<' 2`" tkz,,,kz..l RRilaitaik0atiRq}t.Z.,,Z tt�Sa:Zti Rt,,;,I i4i"kt1Rt Rzk NO t E i ♦ }y ,._ 5 t , RR y, tt t L"tz t k a tt L e k •A 1,' •Ot4;11*,. �fvy`,T`��{•t • •� ° • 5;;• {.,�tty R`�a4�tQ ki ltytitiit\¢R tttktRRtttit t'tti'•"tit Rat A•+I f• •-I•. •Is'I.•I•" • I•+I••"•+ �IaA a4i0 a•i0' +a pt ki±\t tt kk qt t at �".\ ' t! ,t qt \ •a as f,a• •: `89Oat89• .�.1!%8},a t3�IQ I., :I• it t^ r'3 C2 I:u o t.t1. jt,QR. ; ;i: t.'o..,,..��.ce,,t?,,Q.t3,,ta",,.>; 1 . TYPE 5 AND TYPE 7 PULL BOXES SHALL HAVE SPLIT LID a_' a;•'Ie� ,*,'+•'a,.°I a�,:3 °+•v o•aa a•a, m COARSE GRAVEL I i I•\t" q• C� C" 4�CO <, 1i a" t tt t t 4 \a t Rl • • �• • O � c•.It•?•w.aa.Il•Y�aiYi!11�i�%ia+ '$wSaa•r i •y..a]*••• a •,• ( k`� f i �� � •.. •� z i �.ti - I ro ° TOP VIEW 1`R • 0 8 E P 4 A B PVC SWEEP E , �. R i j CONDUIT.T. NONMETAL. TP2 �: , D CONDUIT, NONMETAL, TP3 I • I� Ld w HDPE TO PVC COUPLING I „, : , . a — gi li: ir„.:. I ›,-- , : • > SS h WIRE MESH " S3 ,•u ` L LL -It LL ' ` J` f FIBER OPTIC CABLE MANAGEMENT IN TYPE 4 , 5 , 6 & 7 PULL BOX '' b r'� UNDER IN HOLE �-' I 0 E N. T. S. I ' �r "cia I 0 . .° -°-SOL ID :O ; YF DROP CABLE D- Illibh, gag wI DRA LE {{ `� i ••.11 TiVrillielrli- • r ♦.0•ap*. Viii - + • ♦�i q CABLE CT PLUG ("TYP, 1 #,�� • a •• 8• ipi� spi ge,I/a� er QU s j gq:,%.ga •?:q• •gii86V•gq•%qaqqa e4.1a!"+'179tap'•_Ta rp`•+'4• ( !_ ■ t�os: e�a4e.••paa. 0aya`. 4/p•�a. tpsh %�.��., p.• p•'11♦ip•' *• p*_O au .ri (' c r p•A44 '.. ,q• .p• Aloep••$• p;{qs s r`#+q • q q • 0•q •. / F1 't 4:- nx • .v t4$1 GOARSE GRAVEL f TYP , •s� ��pre.q���.q4 p �l.qe1 p 1$' MIN. �1r �-�i I I . �' • q •.�•qq • • . ' o ai ►p•Ra�•p' r• +p' "agf•p' ' v aid a• •Q ,�, . a q�'; } ,.r �q•%� q•" . .,, a#. c©N©ul r ...,,,. �ONr�u 1 r s!� p pse. paam. a• , • rwir t - r s r`. pa`p• dap•. ,"'�q� UF,''pgf•F Ls• •.'av- dgjs•� g64•i4 '1+ • • • DUCT BANK . DttCT BANK : < �'•r11'JA;�(s �i•.*.c•�•�i�:s�pia�•`� ♦p• �� !.!r� s• q s !�* \ i F J E FRONT VIEW �] r 1 ! i {, END V IE4I o TYPE 4 AND 5 ff STACKABLE ASSEMBLY �,,"�-�■.. ,`3 °_r III _._------'!_- ----AMP SPLICE CLOSURE k- 1 a j LL• DROP CABLE CABLE RACK RAIL f TYP1 {$ i i r^. r K; i I j I '1 -------0 `i co rLED CABLE ON I= i _ RACK HOOKS fTYP1 I I I 'ix Y , SPLICE CLOSURE ( • I , as I : • ' PULL_ BOX S .ICE ( IN. ) . . , i �:41 1 . >, IV GO TYPE A B C 0 E l�Y�l&4 �,,a��+oj� � . : ,,..., H ii. 1 14 14 12 12 12 f• ,, .. . �, I!' I e � I ._ 21 q 4 p 12 ` l i •`pa• •p♦• s'paa .p•+ e'p'•4. •r 0 ,_. �"}{� q „: 2 1 14 18 11 G IT• 6 gsgq •4q gagq .q•quVq •t{+1` ;,-,Teeter�i }•i'q w �' If • • s a • s gip'♦. •p q•A1' t „• rr •'♦ ee. °e •a.•%• �•.•i a• tq s • i •p• i7R'�p%* i7G rf ( i ,, •'p•• •♦ •`pee *'� t 3• 33 20 17 •q• p' q• is q•;.•p• a• p• q• p'' �E e _ _� •*•i�p sqs'®aso�sr# s +' w d•' s • q••e •q,'e •• 1 Q a } \ e. i`�"} , s*• dnpo¢d q"xp'e s q� ;+ rs.•♦ r'a. aq.•%r ■ -I ir: 30 2 i7�ap•�°♦ op '4•Yrp• "4 op•l'f s ";`s *a�1•: •p •• +pj+ •p 1$ MIN R `t+7 38 26 36 24 I♦• pe'®&ap'ype♦ ••p•• p'•p7p-I;•+ � p'e}q� p' qy rte' q. , 18 ��. qaa ;i$�. ' � •ta•q.p% ' • ai qip ;� . 1•q •q•q .q•q •q.q q•q +.,/..•• q•p� • •!t' I DESIGNED DRAWN CHECKED eta. • •+ ► e• • •a. a + s r s. •p jar)! •rd.° e ■ CABLE RACK HOOK l TYPa I I LF!p• •�p� 'q°;��, 'lgrsd�®' •�! 1r y• �• !-�q•q •♦:qsq •� ♦r•q• i!✓ , 9lk•�keuti.,•-+A!-•ae : •'a�'i•_die ilb.0 /i a+q• s q. q• '�. i - a 4 38 26 36 24 .....�. - •_.:♦ •••�. �. -.r ' CO Ca i 36 CIN■ �(- I DATE- AUGUST, 2012—!4_ 55 50 32 48 30 18 ! 0 5 50" 32 48 30 36 4S AND 5S �ofe! �►7• ; 4� ;r'o .47;;Ai".II r• i► .a;,�• +No I.g JOB N0. x cv , '- TYPE ��lr►! !*���rex! l+��,lrll�!+�lAse�' 'l�aall►►!•! liar' ; 1p"�!. •! 0° 11. • ! ,i SCALE: 1 N 6 38 26 36 24 36 i k 7 50 32 48 30 36 • . .%*�'�• ���'�-.• •�►!°��• •!rl+e!w'a�: ,�,• ;! i A ! •%lo o!1a�s ! & .% t44,•*}��t40 1114,0�,��_�jr a o ► � lisp •• ;4< ►®�.�!l�lf� • !" .!•f�a � !f .- NOTES: I ''': ::,.-. :Liii tug° 1 D I♦ .��l�R ! C se�� �� l,�l�y +l!!�e r A •1 s• _S l f1+ _•! x111 COI. a>$:9i! _f !_A2+ _ at COI*.*! , :i i ( . a 1° S IZES SHOWN ARE MIN IMUM TRADE S IZES, FIBER TRUNK AND .DROP CABLE IN CLOSURE SHALL BE COILED IN 2, D IMENS IONS a C° AND " D" ARE MIN IMUM REQUIREMENTS TOGETHER. SEPARATE FIBER CABLES SHALL BE COILED ! I ' W ITH A TOLERANCE OF NO MORE THAN ( - • 050 IN/ + 2 IN) C SEPARATELY AND SUPPORTED ON SEPARATE RACK HOOKS. ! I ' ° I • 3• EXTEND COARSE GRAVEL 6" BEYOND BASE OF PULL BOX 20. 5 . 4• PULL BOXES TYPE 4, 4S4 59 5S9 " 6 & 7 SHALL HAVE 36° 4• � 6` J - 1 ° ( DEGREE) FLARES FOR MAX IMUM STRENGTH1 _ __-_ o o--t DEPARTMENT OF TRANSPORTATION ''•WIRE MES cg-f - 0 0—`� I Q i �° 5, DESIGN PULL BOXES TO MEET OR EXCEED THE TIER E . a-;s`t-� n I STATE OF GEORGIA �( LOADING SET FORTH IN SPECIFICATIONS S 647. i5. 5 co 1� 4 v It ."mitt'•�ii-�tit'r ji • tif'a S:ti�i_s p.f{ilt•'♦ *pp}•;a.-•p�•tie: w }rs.Weil k I 1 TRAFFIC DETAIL. , a•[_• • Q . p S pi i•qL._p�li i•q�i`p'i 101.!,��'p_li s I k .•p•r sp•• •p•• •p•• • P•a *p1 •O q° •p q* .0.... .• .css • q+qiq, �i•qq•,11egq q«q�' .gegq- q•a ►� ¢ !s_ • r♦. • oa. ♦ •s'. • we." o ea. • •, i , p' p' p • 'l t p•• ap.• . •p ® ®a !q+� q•p •� ep r�p• q•��• • q •a I :C,I' a r•p � +��isp•1m�pit q�lpio• y°are�eo='gora8pita +Ar a 'larpi'it `•gq •11+4q + q q•1 I •'Y is1t 'T t• .'o "" 416. p"'T• • ♦pea.•'•p•�a.•�.p•hs.•aypt 18` MIN, I i �" p ps'p•• p•paap•`pr:♦ pap+; p.:p+ • p•'pe +la•p•c °..S' q•. p '�!.r C 1 j/ I r �/�.j�x qj��■'� ?: " s • • 1� • •. • p •grp•saq�/►a+�saq•`p�•i .twlFstriw�.V`* aa/4sw I Y � 'O Guidelines For Usage On Metric Projects ••. ° •s e+ar a. �q•%" •p• •••p• ♦t a k i OP U e c f L.16',% .4 t? *ISO •ei 1•,4 m�II•• 4� ;�p. ` a♦ •0110M' I i Fr .a' 4-r pp�:M r. s is ®e 4J * ats•igt••�•�ryq,��i'�iajq,• •Iss�q�,pj•'i,•y�i,.�iif _ v S• q• 4 I'� 7 •./ ��iff B 0 Wien these details are Incorporated Into plans and or projects that ore being prepared or I • • :... a constructed In metric units, exact or precise conversion to metric units Is not required. 1 E • The dimensions shown that ore In feet and Inches may be converted to corresponding DET L i I n- • I 1 Ti metric units using tlae following ■Rounded-Off° conversion factors: P-25mm, I rn 4'IOOmm,and I2"or i'°300mm. All measurement notes that refer to linear feet and ; TYPE 6 AND ; APRIL 2010 - , : square yards shall be interpreted to mean linear meters and square meters. I co I NOT TO SCALD REP RT ERRORS v. I _.__ _ ____.____ _..___.._ _ _...�_._�_ ____ __ _ _________ _ �__. .__w ^ '' ' •a. r x, DRAWING NUMBER - I, j I� IN 1. ,j . ttA �.i !0 w I t : Z W 00-01 P100505 WG MACES . rt-000r 57.0031 8 I I I I i : I I .... 3 • .1-cout -or-olo i 1 1 i i !moms Lamm: 1 I I I i 4-0007 -IL-001 ' 7.. I I ; . COM AL11711 A III . 8 I I ! I $, i -:•:-.- -I ra 8 a . 8 8 i I .., Z I .46 16 1 sIrroLificrike ..g !. ■'%; i a - 0.0007 .5-00Z PATEL 00.151 10.05.1 I I flitt4111 l ALUMS VC.LE j 4 , /-56/MVOLVALK 1 \ I PALM TREES 150' C - C L00 .--\J 01 II .--61 , mis II, 6ft HE, MI ••1111 • ■ IIIM I Mil I li 7 VIII' f 7/7/ PAYERS c Li. if, , 1 • ., ...... , La.,. ,..., 1 ...•••••• ... - - ../!: 0115.1105 VAIM LLC i I i-.50 PAI ars • 1 i LPN' illill r f..sizzsionvux— i 1 ,,,,_ criwirp, .1 mimmikl.,E___HL MEI II II • MI l==•••••11 11.1iiiiii lin!. J mu 6111: • I BUTLER AVENUE i , . . . , , 11' „ . . • , , , . • , , . • .. . • .... A' • ■ 1 f ' - i ia i , • , — 1_ ! . 1. x'ru. A..77ER i cti 4-poos rs ctio 17611 ° I I r ar- ' r pAvEresi ". A ., „..., j 11__r filiall.sta-wmx—/ N— ige 11%, t ii / MI MOM FY ;g0 4.0000 -0.0034 .t -01001 I I k" f-1, ■ , VI 0080 . • ; I ; I ! Ili • ; ;.„..: ! ilifffrllt i t i t i i CI MICE WI C0090 i 4 . I I I : 1 F --------- : I I-0000 Zi001, • • I I 70 , -0006 -00.000I ; i 4. ° I . 4. I; ; 1 j 5400101L 40000 0 I ; ! i I 1 i i ZS 110715.1 LLC i ! i I 0011011411 IL i 0-0000 -00.005 ! I 1 I i . 1 I I j 4 -03-010 " I . • • 4-0000 -03-607 I ; 100010 IMS 101 i I . I I • I woo 10 um wog . i i i 1 i ! i so r Zama i i ! 1 . I 1...J : I 1 . I . I 1 • I I • I I . I I I I . ! i 1 i 1 i 1 1 :. ' . I : I • I . I I I I I . • . I I I I I - 00160100 80' 0/0/06/ VAL . . . ' ; 1 . j . . ' ■,;;' I j. I • 00/0 86,--,.., . 6' 00100510 . 1/' W Y E ( W E . 1150001. IME 8' V G . 0 1 0 . 5' M A I . LW . 6' 0 0 SW! : -. 1 0. , 0.10 PIRLIS0 611001000000000? swear- SI'S E. crasser- _____ _ - - -r. -- S.R.26 BUTLER AVENUE FROM C.S. 809 14TH STREET MICR PMER5.- _ \-WrgIlfar l itk"PZir' r 0SIMIVOIALL WAS a;TER 00. PRIM TO C.S. 804 TYBRISA STREET COT AMB ilT1 FOR alegNi" THE CITY OF TYBEE ISLAND , GA. TYPICMECTI06 SCALE: 1" = 40'