gainesville midtown multiuse trail phase ii project · public records . any information contained...
TRANSCRIPT
CONTRACT DOCUMENTS
Gainesville Midtown
Multiuse Trail – Phase II Project
GDOT P.I. No. 0010679
CITY OF GAINESVILLE
HALL COUNTY, GEORGIA
05/01/2019
CITY OF GAINESVILLE COMMUNITY DEVELOPMENT DEPARTMENT
CITY OF GAINESVILLE SECTION 00 01 10.16 - 1 TABLE OF CONTENTS
DIVISION 00 PROCUREMENT AND CONTRACT REQUIREMENTS
DIVISION 01 GENERAL REQUIREMENTS
CITY OF GAINESVILLESECTION 00 01 10.16 - 2TABLE OF CONTENTS
SPECIAL PROVISIONS
APPENDICES
1. Bidder Qualifications Notice 2. Bid Rigging Notice 3. FHWA-1273, Required Contract Provisions Federal-Aid Construction Contracts, Revised May 1, 2012 4. Special Provision, Required Contract Provisions, Federal-Aid Highway Program, Cargo Preference Act Requirements, Effective 2-15-2016 5. Special Provision, Required Contract Provisions Federal-Aid Construction Contracts, First Use October 18, 2013 6. Appendix A, Notice to Contractors, Compliance with Title VI of the Civil Rights Act of 1964 for Federal-Aid Contracts 12-15-2008 7. Standard Federal Equal Employment Opportunity Construction Contract Specifications October 3, 1980 43 FR 14895 8. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity October 3, 1980 43 FR 14895 9. Georgia Department of Transportation, Disadvantaged Business Enterprise Program, Criteria for Acceptability, Revised July 09, 2018 10. Instructions for List of DBE Participants and DBE Goals Form 11. Instructions To Contractor DBE Participation Report, Revised 06-01-2010, and Monthly DBE Participation Report 12. Special Provision, Prompt Payment, Updated July 01, 2018
CITY OF GAINESVILLE SECTION 00 01 10.16 - 3 TABLE OF CONTENTS
13. Required Contract Provisions For Federal-Aid Contracts, Buy America, FirstUse November 1, 2013, and Convict Produced Materials, First Use
November 1, 2013 14. Federal-Aid Certification, Revised: June 8, 2016
a. Equal Employment Opportunityb. Examination of Plans and Specificationsc. Conflict of Interest
d. Drug Free workplace e. Boycott of Israel
f. Non-Collusion Certification 15. Georgia Security and Immigration Compliance Act Affidavit, Revised 11/01/2015
CITY OF GAINESVILLE SECTION 00 11 16 - 1
INVITATION TO BID
Bid No. 19030 Gainesville Midtown Multiuse Trail – Phase II Project
CITY OF GAINESVILLE, GEORGIA
SEPARATE SEALED BIDS for furnishing all materials and providing all labor, tools, and equipment will be
received by the Owner by U.S. Mail or by courier delivery (e.g. FedEx or UPS; or courier delivery service) at the
following addresses until 4:00 p.m., local time, on Thursday, May 30, 2019:
Postal Return Address: Courier Delivery Address:
City of Gainesville City of Gainesville
Purchasing Office Purchasing Office
P. O. Box 2496 300 Henry Ward Way, Room 103
Gainesville, GA 30503-2496 Gainesville, GA 30501
The P. O. Box will be opened at 4:05 p.m. Bids received after the deadline will not be considered and will be returned
unopened after the Bid is made. Unsealed Bids, including facsimile Bids, will not be considered.
The Bidder shall provide name and utility contractor license number on the outside of a sealed envelope. Any Bid
submitted which does not contain the above information will not be opened and will be returned to the Bidder. The
Bids will be publicly opened and read aloud at 4:30 p.m., local time, on said date, in the Roosevelt Room, 3rd Floor of
the City Administration Building Located at 300 Henry Ward Way, SE Gainesville, GA 30501. It is the responsibility
of the person/firm submitting a Bid to ensure that it is received at the physical address above prior to the stated
deadline.
THE PROJECT, Gainesville Midtown Multiuse Trail, is the second phase of a multi-phase trail project. It is
comprised of two primary components, trail construction and streetscaping along portions of Parker Street, Main
Street, and College Avenue.
The Georgia Department of Transportation (GDOT) Standard Specifications, 2013 Edition, GDOT
Supplemental Specifications Book, 2016 Edition, and applicable Supplemental Specifications and Special
Provisions apply to this project.
The applicable GDOT specifications govern over any conflicting requirements that may be found in the
Agreement, Supplemental General Provisions, and General Conditions.
The contractor shall use suppliers on the appropriate GDOT Qualified Products List (QPL).
Multiuse Trail: A multiuse trail from Martin Luther King, Jr. Boulevard to Industrial Boulevard and along a
former CSX railroad wye towards Grove Street. This includes the construction of a 12-foot wide,
approximately 1,900-foot long concrete trail, and trailhead. Benches with trash cans, bike racks, landscaping,
pedestrian lighting, and fiber optic cable for future security camera system also will be installed. Streetscaping
includes sidewalk construction; reconfiguration of existing parking and installation of benches with trash cans,
bike racks, landscaping, pedestrian lighting, and fiber optic cable for future security camera system.
Parker Street: Parker Street streetscaping runs approximately 480-feet from the intersection of Main Street to
the existing Midtown Multiuse Trail, approximately 60-feet west of the intersection of Grove Street. Sidewalks
will be constructed on both sides of the street. Existing parking will be reconfigured and striped to
accommodate new sidewalks.
CITY OF GAINESVILLE SECTION 00 11 16 - 2
INVITATION TO BID
Main Street: Main Street streetscaping involves construction of 10-foot wide sidewalks along approximately
200-feet of Main Street from the intersection with Parker Street to the intersection with College Avenue.
College Avenue: College Avenue streetscaping includes construction of 10-foot wide sidewalks along
approximately 300-feet of College Avenue from its intersection with Main Street to its intersection with
Bradford Street. The sidewalk will extend approximately 60-feet along the westerly side of Bradford Street.
THIS PROJECT IS FUNDED UTILIZING GDOT TRANSPORTATION ENHANCEMENT (TE) FUNDS. THEREFORE, CONTRACTORS WILL BE EXPECTED TO COMPLY WITH FEDERAL LABOR STANDARDS, INCLUDING DAVIS-BACON WAGE RATES. THE DISADVANTAGED BUSINESS ENTERPRISE GOAL FOR THIS PROJECT IS 15%.
THE WORK will be awarded in one Contract with a performance period of two hundred seventy (270) calendar days.
CONTRACTORS MUST BE REGISTERED OR PREQUALIFIED WITH GDOT. Bidders will be required to
provide documentation of GDOT registration or prequalification with an expiration date later than the scheduled
project completion date. Only Bids submitted by GDOT registered or pre-qualified Contractors and subcontractors will be opened.
POSTAL SERVICE DELIVERY: City of Gainesville
Financial Services Department
C/o Kevin Hutcheson
P.O. Box 2496
Gainesville, GA 30503
COURIER DELIVERY ADDRESS: City of Gainesville
Financial Services Department
C/o Kevin Hutcheson
300 Henry Ward Way, SE; Room 103
Gainesville, GA 30501
COPIES OF Contract Documents are available on the City’s website at https://www.gainesville.org/purchasing.
Contract Documents may be obtained after Thursday, May 2, 2019, electronically at no charge via email
([email protected]) or a hard copy may be obtained at the Gainesville Department of Water Resources,
Engineering & Construction Services Division Office, 757 Queen City Parkway, 1st Floor, Gainesville, Georgia 30501.
The cost for hard copies of said contract documents is $50.00, non-refundable, per set. Make checks payable to City of
Gainesville. Street address, phone, fax number of your company and a FedEx account number must be provided to
ensure prompt delivery.
PRE-BID CONFERENCE A Pre-Bid Conference will be held for all Bidders on Friday, May 17, 2019 at
10:00 a.m. in the Roosevelt Room, 3rd Floor of the City Administration Building located at 300 Henry Ward Way, SE;
Gainesville, GA 30501.
PRE-CONSTRUCTION CONFERENCE A Pre-Construction Conference with owner, the GDOT Area Engineer
and selected DBE firms will be scheduled with the successful Bidder prior to issuance of the Notice to Proceed.
A BID BOND in the amount of five percent (5%) of the total base bid shall accompany each Bid submitted. The Bid
Bond shall be prepared on the Bid Bond form attached to the Contract Documents or a Surety Company's Standard Bid
Bond, duly executed by the Bidder as principal and having as Surety thereon a surety company licensed to do business
in the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570. THE SUCCESSFUL Bidder for this Contract will be required to Furnish a satisfactory, complete Performance Bond
in the amount of one hundred percent (100%) and a satisfactory, complete Payment Bond in the amount of one
hundred percent ten (110%) of the Bid and liability insurances per Section 00 73 16 Insurance Requirements.
CITY OF GAINESVILLE SECTION 00 11 16 - 3 INVITATION TO BID THE OWNER reserves the right to reject any or all Bids, to waive informalities and to re-advertise. A proposal
acceptance period of one hundred twenty (120) days will follow the bid date.
CLARIFICATIONS Any explanation desired by Bidder regarding the meaning or interpretation of the Contract
Documents shall be requested in writing by 5:00 p.m. on Monday, May 20, 2019. All inquiries shall be directed to
Kevin Hutcheson, Budget/Purchasing Manager, via Email: [email protected]. Any information given
to a prospective Bidder concerning the Contract Documents shall be furnished to all known prospective Bidders as an
amendment to these documents. Oral explanations or instructions given prior to award are not binding. Any final
amendment or addendum will be published on Thursday, May 23, 2019.
ACKNOWLEDGEMENT OF AMENDMENTS Receipt of any amendment to this Invitation to Bid shall be acknowledged, in writing, and shall be submitted with the
Bid.
TAXES The Contractor pays all sales, consumer, use, and other similar taxes required by the law of the place where the Work
is performed.
PUBLIC RECORDS Any information contained in this bid is subject to public disclosure.
The City of Gainesville is an equal opportunity owner/employer and will not discriminate against any Bidder because
of race, creed, color, religion, sex, national origin, or ADA disability status.
All documents are an essential part of this Invitation to Bid. It is the Bidder's responsibility to verify that all documents
are contained in the package received from the City. If any documents are missing, contact Kevin Hutcheson by email
PROJECT CONTACT: The Project Manager for this Project is Jessica Tullar with Gainesville Community &
Economic Development Department. The Engineer/Construction Services Manager for the City of Gainesville is
Chris McGauley with the Gainesville Department of Water Resources.
CITY OF GAINESVILLE DEPARTMENT OF WATER RESOURCES BY: Bryan Lackey, City Manager
______________________________________________
Date: ______________
CITY OF GAINESVILLE SECTION 00 21 13 - 1
INSTRUCTIONS TO BIDDERS
CONTRACT DOCUMENTSThe Contract Documents include the Contract Agreement, Invitation to Bid, Bid Award and Contractor
Selection, Bid Form, Instructions to Bidders, General Conditions, Supplementary Conditions, Special
Conditions, (including all documentation accompanying the Bid and any post-bid documentation required
by the Owner prior to the Notice of Award), Bonds, Specifications, Drawings, and addenda, together with
written amendments, Change Orders, Field Orders and the Owner’s written interpretations and
clarifications issued on or after the date of the Contract Agreement. Shop Drawing submittals reviewed in
accordance with the General Conditions, geotechnical investigations and soil reports and drawings of
physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site.
The Contract Documents define and describe the Work.
PREPARATIONS AND EXECUTION OF BIDA. Each Bid shall:
1. Be prepared to represent that it is based solely upon the materials and equipment specified in the
Contract Documents.
2. Be submitted on the Bid Form. All blank spaces for proposed prices, both words and figures, must
be filled in, in ink. In case of discrepancy, the amount shown in words will govern.
3. Be received by the Owner prior to the date and time of Bid opening as stated in the Invitation for
Bid. Bids received after that time shall not be opened and shall be returned to the Bidder.
4. Be submitted in a sealed envelope addressed to the Owner as shown below:
For hand-carried Bids or Bids submitted via U.S. Postal Service OR private couriers such
as UPS or Federal Express:
B. A detailed description of Work to perform is required to be available upon request.
C. No change to the language of the Bid documents is permissible.
D. Bids not meeting all criteria for Bid submittal may be declared non-responsive, and subsequently
returned to the Bidder.
E. Only Bids submitted by properly GDOT registered and/or pre-qualified Bidders will be opened. A
pre-bid conference will be held for all prospective Bidders on Thursday, May 16, 2019 at 10:30 a.m. in the Roosevelt Room, 3rd Floor of the City Administration Building located at 300
Henry Ward Way,SE; Gainesville, Georgia 30501.
Name of Bidder
Address
City, State Zip
City of Gainesville / Financial Services
P. O. Box 2496
Gainesville, Georgia 30503-2496
Attention: Kevin Hutcheson
Name of Project
All license numbers applicable to project go here.
CITY OF GAINESVILLE SECTION 00 21 13 - 2 INSTRUCTIONS TO BIDDERS
F. The Bidder, in signing a Bid on the whole or any portion of the Project, shall conform to the
following requirements:
1. Bids that are not signed by individuals making them shall have attached thereto a power of
attorney evidencing authority to sign the Bid in the name of the person for whom it is signed.
2. Bids that are signed for a partnership shall be signed by all of the partners or by an attorney-in-
fact. If a Bid is signed by an attorney-in-fact, there should be, attached to the Bid, a power of
attorney executed by the partners evidencing authority to sign the Bid.
3. Bids that are signed for a corporation shall have the correct corporate name thereof and the
signature of the president or other authorized officer of the corporation manually written below
the corporate name following the wording "By _____________". Corporation seal shall also be
affixed to the Bid.
G. Complete, execute, and submit the following documents, which are attached to these Contract Documents:
a. 00 41 53 Bid Form b. 00 43 13 Bid Bond c. 00 45 00.01 Drug-Free Workplace Certificate d. 00 45 19 Non-Collusion Affidavit of Prime Bidder e. 00 45 19.01 Non-Collusion Affidavit of Sub-Contractor f. 00 45 20 Contractor's License Certification g. 00 45 43 Corporate Certificate, if applicable h. 00 40 00.02 Vendor Application Packet
00 40 46.13 W-9 Form 00 40 46.16 Affidavit Verifying Status for City Public Benefit Application 00 40 46.19 Information Security Affidavit 00 40 45.21 Vendor Affidavit and Agreement (GA Security and Immigration
Compliance Act) 00 40 46.23 Sub Affidavit and Agreement (GA Security and Immigration
Compliance Act) i. The completed DBE Goals Form, Federal Aid Certification, and Georgia Security and
Immigration Compliance Act Affidavit shall be submitted with the bid. These documents must be submitted in the sealed envelope as specified in paragraph A. 4 above.
H. Eligible Bidders are limited solely to companies who have a proven record of quality work in the
fields specified for this Project. Further qualifications required are found in the Contract Documents.
I. All submissions become property of the Owner and may be retained by the Owner.
J. All costs associated with the submission preparation will be borne by the submitting company.
METHOD OF BIDDING
The unit or lump sum price for each of the items in the Bid includes its pro rata share of overhead and
profit so that the sum of the products, obtained by multiplying the quantity shown for each item by the
unit price, represents the total amount bid for a particular item. Any Bid not conforming to this
requirement is subject to rejection. This includes Bids, which in the opinion of the Owner, are
unbalanced. Conditional Bids will not be accepted. Should unit quantities be revised, no limit will be
fixed for such increased or decreased quantities, nor extra compensation allowed.
CITY OF GAINESVILLE SECTION 00 21 13 - 3
INSTRUCTIONS TO BIDDERS
ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of the Drawings, Specifications, or other pre-bid documents will be
made orally. Every request for such interpretation shall be made either in writing and addressed to City
of Gainesville, Financial Services, Attn: Kevin Hutcheson, P. O. Box 2496, Gainesville, GA 30503, or in
writing and emailed to [email protected]; and, to be given consideration, must be received by 5:00 p.m. on Monday, May 20, 2019. Interpretations and supplemental instructions will be
issued in the form of written Addenda to the Contract Documents and will be mailed to all prospective
Bidders at the addresses furnished by the Bidders and recorded by the Engineer as having received the
Bid documents prior to the date fixed for the opening of Bids. It is the responsibility of the Bidder to
insure and verify the Owner receives submitted request.
Failure of Bidders to receive or acknowledge any Addendum shall not relieve them of any obligations
under the Bid. Addenda become part of the Contract Documents.
BID MODIFICATION AND WITHDRAWAL
Bids may be modified or withdrawn by an appropriate document duly executed, as defined in this Section
and delivered to the Engineer, any time prior to the Bid opening.
BID SECURITY
A. Each Bid must be accompanied by a Certified Check, Bank Cashier’s Check, or Bid Bond in the
amount of five percent (5%) of the Bid. Bid Bonds must be prepared on Section 00 41 53 “Bid
Bond” form included herein or a Surety Company's Standard Bid Bond Form, duly executed by the
Bidder as Principal and having as surety thereon a Surety Company authorized to transact business in the State of Georgia and listed in the latest issue of U.S. Treasury Circular 570. Attorney-in-fact
signing the Bid Bond must file with each bond a currently dated copy of their Power of Attorney.
B. If, for any reason whatsoever, the successful Bidder withdraws from the competition after opening of
the Bids, or if the Bidder refuses to execute and deliver the Contract and Bonds required within ten
days after receipt of notice of the acceptance of Bid, the Owner may proceed to enforce the provisions
of the Bid Bond.
C. The Bid Bond shall be returned to the Undersigned upon final execution of the Contract Agreement
by the Owner.
RECEIPT AND OPENING OF BIDS
The Owner reserves the right to reject any and all Bids and to waive minor irregularities in Bids received,
whenever such rejection or waiver is in the Owner’s interest. The Owner also reserves the right to
disregard all non-conforming, conditional, or unbalanced Bids or counterbids. Bids received after the time
and date specified shall not be opened.
SUBCONTRACTS
The Bidder is specifically advised that any person, firm or other party to whom it is proposed to award a
subcontract under this Contract must be GDOT registered contractors or prequalified contractors, and
must be acceptable to the Owner. Form FHWA-1273 and the related special provisions are to be
physically attached to all subcontracts between the Contractor and Subcontractors.
CITY OF GAINESVILLE SECTION 00 21 13 - 4 INSTRUCTIONS TO BIDDERS
CONDITIONS OF THE PROJECT
A. Each Bidder shall be informed fully of the conditions relating to the construction of the Project and
the employment of labor thereon. Failure to do so will not relieve a successful Bidder of the
obligation to furnish all material and labor necessary to carry out the provisions of the Contract.
Insofar as possible, the Bidder will employ means or methods to limit the interruption of or
interference with the normal use and operation of the Owner’s facilities.
B. Before submitting a Bid, each Bidder shall:
1. Examine the Contract Documents.
2. Visit the site where the Work will be performed to familiarize himself with the Work and local
conditions that may, in any manner, affect the performance of the Work.
a. Notify the Owner of the date and time the Bidder proposes to examine the location of the
Project. Confine examination to the specific areas designated for the proposed construction,
including easements, and public right-of-ways. If the Owner’s proceedings for obtaining the
proposed construction site, including easements, have not been completed, the Bidder may
enter the site only with the express consent of the property owner. The Bidder is solely
responsible for damages caused by his examinations of the site.
3. Familiarize himself with federal, state, and local laws, ordinances, rules and regulations affecting
the performance of the Work.
4. Carefully correlate his observations with the requirements of the Contract Documents.
C. The Bidder shall employ personnel to see that the Work is carried out in a professional manner and
that all communications with the public are handled with courtesy and understanding at all times.
D. Insofar as possible, the Bidder shall employ means and methods to limit interruption of, or
interference with, the work of other Contractors.
E. Failure to examine the site(s) will not relieve the successful Bidder of the obligation to furnish all
products and labor necessary to carry out the provisions of the Contract Documents.
NOTICE OF SPECIAL CONDITIONS If special federal, state, county or city laws, municipal ordinances, or the rules and regulations of
authorities having jurisdiction over construction of the Project, enclosed, herein referred to, or applicable
by law to the Project; conflict with requirements of the Contract Documents, then the most stringent
requirement prevails.
THIS PROJECT IS FUNDED UTILIZING GDOT TRANSPORTATION ENHANCEMENT (TE) FUNDS. THEREFORE, CONTRACTORS WILL BE EXPECTED TO COMPLY WITH FEDERAL LABOR STANDARDS, INCLUDING DAVIS-BACON WAGE RATES. THE DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL FOR THIS PROJECT IS 15%.
THE COMPLETED DBE GOALS FORM, FEDERAL AID CERTIFICATE, AND GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT ARE REQUIRED TO BE SUBMITTED WITH YOUR BID. YOUR BID WILL BE REJECTED IF THE AFOREMENTIONED DOCUMENTS ARE NOT SUBMITTED WITH YOUR BID.
CITY OF GAINESVILLE SECTION 00 21 13 - 5
INSTRUCTIONS TO BIDDERS
THE CONTRACTOR SHALL USE SUPPLIERS ON THE APPROPRIATE GDOT QUALIFIED PRODUCTS LIST (QPL).
OBLIGATION OF BIDDER
By submission of a Bid, each Bidder warrants that he has inspected the site(s) and is thoroughly familiar
with the Contract Documents, including all addenda. Failure to examine any form, instrument, or
document shall in no way relieve the Bidder from any obligation contained in the Contract Documents.
METHOD OF AWARD
A. The Contract will be awarded to the responsive and responsible Bidder submitting the lowest Bid
complying with the conditions of the Contract Documents. Award will be made on the basis of the
prices given in the base Bid, and alternates. The lowest Bid will be determined by the Owner and may
include any combination of, or none of, the alternates in addition to the base Bid. Alternates may be
awarded at the discretion of the Owner within thirty days of the Notice to Proceed.
B. The Owner reserves the right to reject any and all Bids and to waive any minor irregularities in Bids
received whenever such rejection or waiver is in the Owner’s interest. The Owner also reserves the
right to disregard all non-conforming or conditional Bids or counterbids. All items must meet
specifications as stated by the Owner. The Owner reserves the right to waive any technicalities and to
reject or accept any Bid in its entirety or to accept any portion thereof if it is determined that either
method results in lower costs, better service, final satisfaction or is otherwise determined to be in the
best interest of the City of Gainesville. Bid will be awarded as one contract. Bid terms shall remain
valid for one-hundred twenty days from the date of the Bid opening.
C. A responsive Bidder shall be a Bidder who submits a Bid in the proper form without qualification or
intent other than as called for in the Contract Documents, binds himself on behalf of the Bid to the
Owner with the proper Bid Bond completed and attached, and properly completes all forms required
to be completed and submitted at the time of the Bid. The Bidder furnishes all data required by these
Contract Documents. Failure to do so may result in the Bid being declared non-responsive. No
changes to the Contract Documents are permitted. Should the low Bidder insist on changes, that
Bidder will be disqualified from being awarded the Contract.
D. Acceptance of the Bidder's documentation and substantiation or Contract Award by the Owner does
not relieve the Bidder of liability for non-performance as covered in the Contract Documents, nor will
the Bidder be exempted from other legal recourse the Owner may elect to pursue.
E. A responsible Bidder shall be a Bidder who properly submits all information as requested within the
Contract Documents, specifically on the ‘Statement of Bidder’s Qualifications’, and has been
determined qualified by the Owner.
NON-ENDORSEMENT
As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the
City of Gainesville is neither endorsing nor suggesting that the vendor’s product is the best or only
solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional
material, brochures, sales presentation or the like without the express written consent of the City of
Gainesville.
RESPONSE PROPERTY OF THE CITY OF GAINESVILLE
All material submitted in response to this request becomes the property of the City of Gainesville.
Selection or rejection of a response does not affect this right.
CITY OF GAINESVILLE SECTION 00 21 13 - 6 INSTRUCTIONS TO BIDDERS
COST OF PREPARING PROPOSALS
The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation
of proposals and demonstrations submitted in response to this proposal.
END OF SECTION
CITY OF GAINESVILLESECTION 00 23 00 - 1
PROCUREMENT DEFINITIONS
DEFINITIONS
CITY OF GAINESVILLESECTION 00 23 00 - 2PROCUREMENT DEFINITIONS
CITY OF GAINESVILLESECTION 00 31 00
INFORMATION AVAILABLE TO BIDDERS
INFORMATION AVAILABLE TO BIDDERS
EXISTING REPORTS AND SURVEYS
SUBSURFACE INVESTIGATION REPORT
GEORGIA DEPARTMENT OF TRANSPORTATION, TRAFFIC ENHANCEMENT PROJECTS
Federal Labor Standards, including Davis-Bacon Wage Rate
CITY OF GAINESVILLESECTION 00 31 13.26 - 1
PROJECT SEQUENCING
PART 1 GENERAL
1.01 SCOPE
1.02 SEQUENCING
1.05 UNIQUE SEQUENCING CONSTRAINTS
CITY OF GAINESVILLESECTION 00 31 13.26 - 2PROJECT SEQUENCING
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 00 40 00 - 1
VENDOR APPLICATION
VENDOR APPLICATION INCLUDES THE FOLLOWING:
-
City of Gainesville Purchasing Office
THIS PACKET INCLUDES THE FOLLOWING:
City of Gainesville Purchasing Policy – This policy outlines the City’s purchasing process based on the amount of the expenditure. Additionally, the policy includes the City’s Insurance requirements. Vendor Application – This information is required to be filled out in order to ensure communication with your company is being directed to the proper person(s) and to make certain payments to your company are received in a timely manner. W-9 – This information is required by the IRS in order to verify your social security number or tax identification number. This is a four page document; however, only the first page is required to be returned to the City. Contractor Affidavit Under O.C.G.A. § 13-10-90 & 91 – This affidavit is a mandatory requirement under O.C.G.A. § 13-10-90 & 91 that requires any company with more than zero employees that engage in the physical performance of services on behalf of the City to register with and use the Federal E-Verify System. If you have zero employees or you provide only products to the City you are exempt from having to register. However, we still require that you indicate on the affidavit that you are exempt. This affidavit must include your company ID Number (E-Verify number) or a check indicating that you are exempt because you either have zero employees or you only provide a product to the City. This affidavit must be signed and notarized. Information on where to register for the E-Verify program and frequently asked questions have been included. This affidavit must be updated annually; however, you only have to register with E-Verify one time. Affidavit Verifying Status for City Public Benefit Application – Section 50-36 of the Official Code of Georgia states that any individual applying for a public benefit must verify his/her status in order to receive such benefit. Any purchase order issued through the City is considered, under Federal and State law, to be a public benefit. This affidavit is a requirement of O.C.G.A § 50-36 and must be signed and notarized. You must indicate on this affidavit that you are a US citizen, a legal permanent resident, or a qualified alien. If you check legal permanent resident or qualified alien you must provide your alien number issued by the Department of Homeland Security or other federal immigration agency. Provisions of O.C.G.A § 50-36 also require that the person who signs this affidavit must also submit a form of secure and verifiable identification regardless of which status you check. A list of acceptable identification has been provided in this packet. This affidavit must be updated annually. Information Security Affidavit – The City requires you sign this affidavit to ensure confidential information will not be shared.
City of Gainesville PURCHASING POLICY
Our purchasing policies are such that we attempt to consider at least three vendors for qualifying purchases. Historically, we generally have knowledge of which best meets our specifications and the lowest bid usually wins; however, each bid awarded is given careful judgment. The City of Gainesville reserves the right to reject any and all responses, waive technicalities, and make such decisions as deemed necessary in its own best interest.
1. PURCHASES UNDER $500 – Buyer uses judgment as to source, supply and number of quotations to obtain. Purchase Order is not necessary.
2. PURCHASES $500 TO $19,999 – Requisition and Purchase Order required with three competitive written, faxed, or emailed quotes.
3. PURCHASES $20,000 and over - Requisition and Purchase Order required with formal sealed bid or proposal process.
You are welcome to check with our office to inquire about current possibilities or check the local newspaper for publicly advertised request for qualifications, proposals or bids. Many (but not all) RFP/RFQ/Bid packages are also listed on our website- www.gainesville.org. We are permitted to participate in existing State contracts and do make comparisons to those prices.
The City of Gainesville is an equal opportunity owner/employer and will not discriminate against any bidder and/or contractor because of race, creed, color, religion, sex, national origin or ADA disability status.
City of Gainesville Insurance Requirements
General Liability Coverage (all vendors) - Before commencing any work for the City of Gainesville, you must furnish a valid General Liability Certificate of Insurance with a minimum limit of $1,000,000 per occurrence for bodily injury and property damage. The City of Gainesville, GA must be shown as an additional insured.
Workers Compensation (all vendors) - A valid Worker’s Compensation Certificate of Insurance must be submitted evidencing:
o Workers’ Compensation Statutory Limits o Employer's Liability:
Bodily Injury by Accident - $100,000 each accident
Bodily Injury by Disease - $500,000 policy limit
Bodily Injury by Disease - $100,000 each employee
Auto Liability Certificate of Insurance (if auto is used in the performance of work):
o Minimum $1,000,000 limit per occurrence for bodily injury and property damage. Comprehensive form covering all owned and non-owned and hired vehicles.
Professional Services Insurance (required by all professional services vendors)
o Minimum $1,000,000 limit
3 of 11
CITY OF GAINESVILLE PURCHASING OFFICE
POST OFFICE BOX 2496 GAINESVILLE, GA 30503
Tel. 770-297-5467 Fax. 770-535-5636
VENDOR APPLICATION
General Vendor Information ____________________________________________________________ Company/Individual Name ____________________________________________________________ Doing Business As (If Sole Proprietor)
____________________________________________________________ Remittance Address
____________________________________________________________ City State Zip Code
____________________________________________________________ Main Office Address (If different)
____________________________________________________________ City State Zip Code ________________________________________________________________________ Principal Line of Business
_________________ ________________ ________________ Phone Number Fax Number Email Address
Organized As: Individual Partnership Corporation Date:______ State ____
Vendor Representatives Please type or Print in Ink (Additional names may be submitted on a separate sheet) __________________________________________________________________________________________________________ Name of Vendor Representative Title Business Phone Email __________________________________________________________________________________________________________ Name of Vendor Representative Title Business Phone Email __________________________________________________________________________________________________________ Name of Vendor Representative Title Business Phone Email __________________________________________________________________________________________________________ Purchasing Contact Title Business Phone Email Name and Signatures of Person(s) Authorized to Sign Bids and Contracts. This MUST be kept current. (Additional names may be submitted on a separate sheet)
_________________________________________________________________________________ __________________________________________ Actual Signature (Manually Signed) Title Business Phone Printed Name _________________________________________________________________ __________________________________ Actual Signature (Manually Signed) Title Business Phone Printed Name Name and Signature of Person(s) Authorized to make changes to your vendor file and/or Sign Wire transfer request or change request. This MUST be kept current.
________________________________________________________________________ ______________________________________ Actual Signature (Manually Signed) Title Business Phone Printed Name ________________________________________________________________________ ______________________________________ Actual Signature (Manually Signed) Title Business Phone Printed Name Dun & Bradstreet Rating: __________________ as of _____________ Normal Selling Terms & Discounts Offered ___________________ Bank Reference: ___________________________________________ Return & Refund Policy: __________________________________ Gainesville Business License # _________________ exp ___________ Hall County Business License # _________________ exp ________ What type of business insurance do you carry? What are the Maximum Benefits? ___________________________________________________ Number of Employees ______________________________________ Will Subcontractors be used? ______________________________
FOR CITY USE ONLY
Initial Application Revision
Vendor ID Number
Month Day Year
Initial Below when complete
Packet Completion verified______
FEDERAL TAX I.D. NUMBER (If Company)
SOCIAL SECURITY NUMBER (If Individual)
PRIMARY BUSINESS (Check one) Construction Firm Jobber
Authorized Distributor Service Firm
Surplus Dealer Retail Dealer
Factory Representative Manufacturer
BUSINESS VOLUME (Check One)
Large Business Concern ($1M Sales +)
Small Business Concern (Under $1M sales)
SPECIAL STATUS
Minority Owned (51% +)
Other: ________________________
4 of 11
Contractor Affidavit under O.C.G.A. § 13-10-91(b)(1)
By executing this affidavit, the undersigned, who is the duly elected/appointed _________________ <insert title> of ____________________________, <name of entity> the contractor, and is duly authorized to make this Affidavit on behalf of thecontractor, verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance ofservices on behalf of City of Gainesville, Georgia has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance ofservices in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows:_________________________________Federal Work Authorization User Identification Number_________________________________Date of Authorization _________________________________Name of Contractor _________________________________Name of Project _________________________________Name of Public Employer
I hereby declare under penalty of perjury that the foregoing is true and correct.
Executed on ______, ___, 201__ in _____(city), ______(state).
_________________________________ Signature of Authorized Officer or Agent
_______________________________ Printed Name and Title of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ______ DAY OF ______________,201__. _________________________________ NOTARY PUBLIC
My Commission Expires: _________________________________ JAR/mmk/11403/W189165
E-Verify
Contractor and Subcontractor Affidavit and Agreements
It is the policy of the City of Gainesville that unauthorized aliens shall not be employed to perform work on City contracts involving the physical performance of services. Therefore, the City shall not enter into a contract for the physical performance of services within the State of Georgia unless the contractor shall provide evidence on City-provided forms that it and its subcontractors have registered for and are participating in the federal work authorization program as defined by O.C.G.A. § 13-10-90(2) to verify information of all new employees. The City of Gainesville shall be authorized to conduct random audits of a contractor’s or subcontractor’s compliance with O.C.G.A. § 13-10-91 and the rules and regulations of the Georgia Department of Labor. The contractor/subcontractor shall retain all documents and records of compliance for a period of three (5) years following completion of the contract. This requirement shall apply to all contractors for the physical performance of services.
State Law requires that all who enter into a contract for the physical performance of services with the City must satisfy O.C.G.A. § 13-10-91 and Rule 300-10-1-.02, in all manner, and such are conditions of the contract.
By submitting a proposal to the City, contractor agrees that, in the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from the subcontractor(s) such subcontractor(s') indication of the employee-number category applicable to the subcontractor, as well as attestation(s) from such subcontractor(s) that they are in compliance with O.C.G.A. § 13-10-91 and Rule 300-10-1-.02. Such attestation(s) shall be maintained and may be inspected by the City at any time. Any such attestation shall become a part of the contractor/subcontractor agreement.
An affidavit of such compliance with O.C.G.A. § 13-10-91 and Rule 300-10-1-.02 will be initiated by the City, signed by the contractor, and will become part of the contract.
For further information and Registration in the Employment Eligibility Verification Program please go to the following link:
https://e-verify.uscis.gov/enroll/startpage.aspx
6 of 11
Frequently Asked E-Verify Contractor Questions Q. What types of contracts require that local governing authorities collect the E-Verify Contractor affidavits? A. The City of Gainesville requires all vendors submit the E-Verify Contractor affidavit as defined by O.C.G.A §13-10-90(4). Q. If the contract is exclusively for goods and there are no services being provided does the local governing authority need to
collect an E-Verify contractor affidavit? A. The law only pertains to physical performance of services contracts or contracts that provide both physical performance of
services and goods. If the contract is solely for goods, there is no requirement that the vendor register with the federal E-Verify program. However, the City of Gainesville requires all vendors submit the E-Verify contractor affidavit indicating which category that vendor applies to.
Q. Does every contractor that provides physical performance of services contracts have to fill out an E-Verify Contractor
affidavit? A. The E-Verify Contractor affidavit is required by all vendors providing physical performance of services. Contractors that
provide physical performance of services must register with the federal E-Verify program; provided, however, that if the contractor is an independent party with no employees that individual is exempt from registering but provide valid identification.
Q. Does the local governing authority have to collect affidavits from subcontractors and sub-subcontractors working on local
governing authority projects? A. The local governing authority is only responsible for collecting contractor affidavits for the parties with whom the local
governing authority has directly signed a contract. The contractor is responsible for collecting subcontractor affidavits, the subcontractors must collect from their sub-subcontractors, and so on.
Q. What do we do with the E-Verify Contractor affidavit once the contractor provides it to the local governing authority? A. Once a local governing authority receives an executed E-Verify Contractor affidavit, it must retain it for five years from the
date it was received. At the end of each year, starting on December 31, 2011, a report must be filed with the Department of Audits and Accounts that will include the information on this affidavit.
Q. Must a local governing authority follow the E-Verify contract requirements if there is an emergency or a situation which
calls for immediate action? A. The law, like most laws, does not contain a waiver for abnormal situations. In the event the Governor declares a state of
emergency under Title 38, and dispensing with the E-Verify requirements are somehow necessary to preserve public safety during the disaster, it may be within the Governor’s emergency powers to suspend certain of these requirements during the pendency of the state of emergency.
Q. If there is only one contractor that can provide a certain service to the local governing authority and they refuse to follow
the E-Verify contractor requirements, can the local governing authority contract with them? A. Local governing authorities can only enter into public works contracts with contractors that follow the E-Verify requirements
as provided in O.C.G.A. § 13-10-91. Q. Is the local governing authority required to verify the information provided in the E-Verify Contractor affidavit? A. No. The contractor is responsible for the information provided. If any of the information provided is determined to be
erroneous, the liability is with the contractor and not the local governing authority.
City of Gainesville
Affidavit Verifying Status for City Public Benefit Application
By executing this affidavit under oath, as an applicant for the City of Gainesville, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit or other public benefit as referenced in O.C.G.A. Section 50-36-1, I am stating the following with respect to my Business Occupational Tax Certificate (Business License), Alcohol License, Taxi Permit or other public benefit that:
1) ____ I am a United States Citizen 2) ____ I am a legal permanent resident of the United States
3) ____ I am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act with an
alien number issued by the Department of Homeland Security or other federal immigration agency.
My alien number issued by the Department of Homeland Security or other federal immigration agency is: _____________________.
***The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided at least one secure and verifiable document, as required by O.C.G.A. 50-36-1 (e)(1), with this affidavit. (MUST BE PROVIDED BY EVERYONE—A list of acceptable documents are enclosed) In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of O.C.G.A. 16-10-20, and face criminal penalties as allowed by such criminal statue. Executed in ____________________ (city) _____________________(state). _____________________________ Signature of Applicant _____________________________ Printed Name of Applicant SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _____ DAY OF ________________, 20______ ____________________________________ NOTARY PUBLIC My Commission Expires: __________________
8 of 11
Secure and Verifiable Documents Under O.C.G.A. § 50-36-2
Issued August 1, 2011 by the Office of the Attorney General, Georgia
The Illegal Immigration Reform and Enforcement Act of 2011 (“IIREA”) provides that “[n]ot later than August 1, 2011, the Attorney General shall provide and make public on the Department of Law’s website a list of acceptable secure and verifiable documents. The list shall be reviewed and updated annually by the Attorney General.” O.C.G.A. § 50-36-2(f). The Attorney General may modify this list on a more frequent basis, if necessary.
The following list of secure and verifiable documents, published under the authority of O.C.G.A. § 50-36-2, contains documents that are verifiable for identification purposes, and documents on this list may not necessarily be indicative of residency or immigration status. • A United States passport or passport card [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2] • A United States military identification card [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2] • A driver’s license issued by one of the United States, the District of Columbia, the
Commonwealth of Puerto Rico, Guam, the Commonwealth of the Northern Marianas Islands, the United States Virgin Island, American Samoa, or the Swain Islands, provided that it contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name, date of birth, gender, height, eye color, and address to enable the identification of the bearer [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2]
• An identification card issued by one of the United States, the District of Columbia, the
Commonwealth of Puerto Rico, Guam, the Commonwealth of the Northern Marianas Islands, the United States Virgin Island, American Samoa, or the Swain Islands, provided that it contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name, date of birth, gender, height, eye color, and address to enable the identification of the bearer [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2]
• A tribal identification card of a federally recognized Native American tribe, provided that it
contains a photograph of the bearer or lists sufficient identifying information regarding the bearer, such as name, date of birth, gender, height, eye color, and address to enable the identification of the bearer. A listing of federally recognized Native American tribes may be found at: http://www.bia.gov/WhoWeAre/BIA/OIS/TribalGovernmentServices/TribalDirectory/ind ex.htm [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2]
• A United States Permanent Resident Card or Alien Registration Receipt Card [O.C.G.A. §
50-36-2(b)(3); 8 CFR § 274a.2] • An Employment Authorization Document that contains a photograph of the bearer [O.C.G.A.
§ 50-36-2(b)(3); 8 CFR § 274a.2] • A passport issued by a foreign government [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2]
9 of 11
• A Merchant Mariner Document or Merchant Mariner Credential issued by the United States Coast Guard [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2]
• A Free and Secure Trade (FAST) card [O.C.G.A. § 50-36-2(b)(3); 22 CFR § 41.2]
• A NEXUS card [O.C.G.A. § 50-36-2(b)(3); 22 CFR § 41.2]
• A Secure Electronic Network for Travelers Rapid Inspection (SENTRI) card [O.C.G.A. § 50-36-2(b)(3); 22 CFR § 41.2]
• A driver’s license issued by a Canadian government authority [O.C.G.A. § 50-36-2(b)(3); 8 CFR § 274a.2]
• A Certificate of Citizenship issued by the United States Department of Citizenship and Immigration Services (USCIS) (Form N-560 or Form N-561) [O.C.G.A. § 50-36-2(b)(3); 6 CFR § 37.11]
• A Certificate of Naturalization issued by the United States Department of Citizenship and Immigration Services (USCIS) (Form N-550 or Form N-570) [O.C.G.A. § 50-36-2(b)(3); 6 CFR § 37.11]
In addition to the documents listed herein, if, in administering a public benefit or program, an agency is required by federal law to accept a document or other form of identification for proof of or documentation of identity, that document or other form of identification will be deemed a secure and verifiable document solely for that particular program or administration of that particular public benefit. [O.C.G.A. § 50-36-2(c)]
10 of 11
STATE OF GEORGIA
HALL COUNTY
CITY OF GAINESVILLE
INFORMATION SECURITY AFFIDAVIT
I understand that as a vendor with the City of Gainesville, there is a possibility that the employees of ______________________ (vendor) may be exposed to confidential information including, but not limited to social security numbers, credit card numbers, checking account information, and/or personal health information of customers or employees.
In consideration of the active vendor status with the City of Gainesville, and as an integral part of the terms and conditions of the continued active status, I hereby pledge as a representative of my company to safeguard the integrity of this information and agree that _______________________ (vendor) will not at any time disclose any information to any person(s) within or outside the City of Gainesville except as may be required in the performance of the duties my company has been hired for.
_______________________ (vendor) will not reproduce any confidential information or take any confidential information outside the office without authorization from the City.
_______________________ (vendor) also agrees to notify the City if any of its employees witness another individual divulging such confidential information for any purpose other than the performance of his/her duties.
Any vendor in violation of any part of this policy will be subject to vendor status termination, up to and including any necessary legal action.
Vendor Name (Print) Date
Vendor Signature
11 of 11
Form W-9(Rev. November 2017)Department of the Treasury Internal Revenue Service
Request for Taxpayer Identification Number and Certification
Go to www.irs.gov/FormW9 for instructions and the latest information.
Give Form to the
requester. Do not
send to the IRS.
Pri
nt
or
typ
e.
See
Sp
ec
ific
In
str
uc
tio
ns o
n p
age
3.
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
2 Business name/disregarded entity name, if different from above
3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes.
Individual/sole proprietor or single-member LLC
C Corporation S Corporation Partnership Trust/estate
Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership)
Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner.
Other (see instructions)
4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3):
Exempt payee code (if any)
Exemption from FATCA reporting
code (if any)
(Applies to accounts maintained outside the U.S.)
5 Address (number, street, and apt. or suite no.) See instructions.
6 City, state, and ZIP code
Requester’s name and address (optional)
7 List account number(s) here (optional)
Part I Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later.
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter.
Social security number
– –
orEmployer identification number
–
Part II Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later.
Sign Here
Signature of
U.S. person Date
General InstructionsSection references are to the Internal Revenue Code unless otherwise noted.
Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9.
Purpose of FormAn individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following.• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, including those from stocks or mutual funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross proceeds)• Form 1099-B (stock or mutual fund sales and certain other transactions by brokers)• Form 1099-S (proceeds from real estate transactions)• Form 1099-K (merchant card and third party network transactions)• Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition)• Form 1099-C (canceled debt)• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later.
Cat. No. 10231X Form W-9 (Rev. 11-2017)
Form W-9 (Rev. 11-2017) Page 2
By signing the filled-out form, you:
1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued),
2. Certify that you are not subject to backup withholding, or
3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and
4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting, later, for further information.
Note: If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester’s form if it is substantially similar to this Form W-9.
Definition of a U.S. person. For federal tax purposes, you are
considered a U.S. person if you are:
• An individual who is a U.S. citizen or U.S. resident alien;
• A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States;
• An estate (other than a foreign estate); or
• A domestic trust (as defined in Regulations section 301.7701-7).
Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax under section 1446 on any foreign partners’ share of effectively connected taxable income from such business. Further, in certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income.
In the cases below, the following person must give Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States.
• In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the entity;
• In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the trust; and
• In the case of a U.S. trust (other than a grantor trust), the U.S. trust (other than a grantor trust) and not the beneficiaries of the trust.
Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person, do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign
Entities).
Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a “saving clause.” Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes.
If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items.
1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien.
2. The treaty article addressing the income.3. The article number (or location) in the tax treaty that contains the
saving clause and its exceptions.4. The type and amount of income that qualifies for the exemption
from tax.5. Sufficient facts to justify the exemption from tax under the terms of
the treaty article.
Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first protocol) and is relying on this exception to claim an exemption from tax on his or her scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption.
If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233.
Backup WithholdingWhat is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 28% of such payments. This is called “backup withholding.” Payments that may be subject to backup withholding include interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding.
You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return.
Payments you receive will be subject to backup withholding if:
1. You do not furnish your TIN to the requester,
2. You do not certify your TIN when required (see the instructions for Part II for details),
3. The IRS tells the requester that you furnished an incorrect TIN,
4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only), or
5. You do not certify to the requester that you are not subject to backup withholding under 4 above (for reportable interest and dividend accounts opened after 1983 only).
Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more information.
Also see Special rules for partnerships, earlier.
What is FATCA Reporting?The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all United States account holders that are specified United States persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more information.
Updating Your InformationYou must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you no longer are tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account; for example, if the grantor of a grantor trust dies.
PenaltiesFailure to furnish TIN. If you fail to furnish your correct TIN to a
requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect.
Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty.
Form W-9 (Rev. 11-2017) Page 3
Criminal penalty for falsifying information. Willfully falsifying
certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment.
Misuse of TINs. If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties.
Specific Instructions
Line 1
You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return.
If this Form W-9 is for a joint account (other than an account maintained by a foreign financial institution (FFI)), list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. If you are providing Form W-9 to an FFI to document a joint account, each holder of the account that is a U.S. person must provide a Form W-9.
a. Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name.
Note: ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1a. This should also be the same as the name you entered on the Form 1040/1040A/1040EZ you filed with your application.
b. Sole proprietor or single-member LLC. Enter your individual name as shown on your 1040/1040A/1040EZ on line 1. You may enter your business, trade, or “doing business as” (DBA) name on line 2.
c. Partnership, LLC that is not a single-member LLC, C
corporation, or S corporation. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or DBA name on line 2.
d. Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. You may enter any business, trade, or DBA name on line 2.
e. Disregarded entity. For U.S. federal tax purposes, an entity that is disregarded as an entity separate from its owner is treated as a “disregarded entity.” See Regulations section 301.7701-2(c)(2)(iii). Enter the owner's name on line 1. The name of the entity entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on line 2, “Business name/disregarded entity name.” If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN.
Line 2
If you have a business name, trade name, DBA name, or disregarded entity name, you may enter it on line 2.
Line 3
Check the appropriate box on line 3 for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box on line 3.
IF the entity/person on line 1 is
a(n) . . .
THEN check the box for . . .
• Corporation Corporation
• Individual • Sole proprietorship, or • Single-member limited liability company (LLC) owned by an individual and disregarded for U.S. federal tax purposes.
Individual/sole proprietor or single-member LLC
• LLC treated as a partnership for U.S. federal tax purposes, • LLC that has filed Form 8832 or 2553 to be taxed as a corporation, or • LLC that is disregarded as an entity separate from its owner but the owner is another LLC that is not disregarded for U.S. federal tax purposes.
Limited liability company and enter the appropriate tax classification. (P= Partnership; C= C corporation; or S= S corporation)
• Partnership Partnership
• Trust/estate Trust/estate
Line 4, Exemptions
If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space on line 4 any code(s) that may apply to you.
Exempt payee code.
• Generally, individuals (including sole proprietors) are not exempt from backup withholding.
• Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends.
• Corporations are not exempt from backup withholding for payments made in settlement of payment card or third party network transactions.
• Corporations are not exempt from backup withholding with respect to attorneys’ fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC.
The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space in line 4.
1—An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2)
2—The United States or any of its agencies or instrumentalities
3—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities
4—A foreign government or any of its political subdivisions, agencies, or instrumentalities
5—A corporation
6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or possession
7—A futures commission merchant registered with the Commodity Futures Trading Commission
8—A real estate investment trust
9—An entity registered at all times during the tax year under the Investment Company Act of 1940
10—A common trust fund operated by a bank under section 584(a)
11—A financial institution
12—A middleman known in the investment community as a nominee or custodian
13—A trust exempt from tax under section 664 or described in section 4947
Form W-9 (Rev. 11-2017) Page 4
The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13.
IF the payment is for . . . THEN the payment is exempt
for . . .
Interest and dividend payments All exempt payees except for 7
Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012.
Barter exchange transactions and patronage dividends
Exempt payees 1 through 4
Payments over $600 required to be reported and direct sales over $5,0001
Generally, exempt payees 1 through 52
Payments made in settlement of payment card or third party network transactions
Exempt payees 1 through 4
1 See Form 1099-MISC, Miscellaneous Income, and its instructions.2 However, the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup
withholding: medical and health care payments, attorneys’ fees, gross proceeds paid to an attorney reportable under section 6045(f), and payments for services paid by a federal executive agency.
Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with “Not Applicable” (or any similar indication) written or printed on the line for a FATCA exemption code.
A—An organization exempt from tax under section 501(a) or any individual retirement plan as defined in section 7701(a)(37)
B—The United States or any of its agencies or instrumentalities
C—A state, the District of Columbia, a U.S. commonwealth or possession, or any of their political subdivisions or instrumentalities
D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1(c)(1)(i)
E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i)
F—A dealer in securities, commodities, or derivative financial instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state
G—A real estate investment trust
H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940
I—A common trust fund as defined in section 584(a)
J—A bank as defined in section 581
K—A broker
L—A trust exempt from tax under section 664 or described in section 4947(a)(1)
M—A tax exempt trust under a section 403(b) plan or section 457(g) plan
Note: You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed.
Line 5
Enter your address (number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns. If this address differs from the one the requester already has on file, write NEW at the top. If a new address is provided, there is still a chance the old address will be used until the payor changes your address in their records.
Line 6
Enter your city, state, and ZIP code.
Part I. Taxpayer Identification Number (TIN)Enter your TIN in the appropriate box. If you are a resident alien and you do not have and are not eligible to get an SSN, your TIN is your IRS individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN below.
If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN.
If you are a single-member LLC that is disregarded as an entity separate from its owner, enter the owner’s SSN (or EIN, if the owner has one). Do not enter the disregarded entity’s EIN. If the LLC is classified as a corporation or partnership, enter the entity’s EIN.
Note: See What Name and Number To Give the Requester, later, for further clarification of name and TIN combinations.
How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local SSA office or get this form online at www.SSA.gov. You may also get this form by calling 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification
Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/Businesses and clicking on Employer Identification Number (EIN) under Starting a Business. Go to www.irs.gov/Forms to view, download, or print Form W-7 and/or Form SS-4. Or, you can go to www.irs.gov/OrderForms to place an order and have Form W-7 and/or SS-4 mailed to you within 10 business days.
If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and write “Applied For” in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester.
Note: Entering “Applied For” means that you have already applied for a TIN or that you intend to apply for one soon.
Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8.
Part II. CertificationTo establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, 4, or 5 below indicates otherwise.
For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code, earlier.
Signature requirements. Complete the certification as indicated in items 1 through 5 below.
CITY OF GAINESVILLESECTION 00 40 00.16
COMPANY’S BUSINESS LICENSE OR ARTICLES OF INCORPORATION
CITY OF GAINESVILLE SECTION 00 41 53 - 1
BID FORM-UNIT PRICE
BID FORM
GAINESVILLE MIDTOWN MULTIUSE TRAIL – PHASE II PROJECT
CITY OF GAINESVILLE, GAINESVILLE, GEORGIA
Date:
TO: City of Gainesville
Financial Services
P. O. Box 2496
Gainesville, Georgia 30503-2496
Having carefully examined the Contract Documents entitled “GAINESVILLE MIDTOWN MULTI-USE TRAIL – PHASE II PROJECT”, and addenda as listed below, and the premises and conditions
affecting the Work, the Undersigned hereby proposes to furnish all services, labor and materials, tools,
and equipment necessary to perform the Work in strict conformance with the terms, conditions,
provisions, Schedules, Specifications, and Drawings as set forth in the Contract Documents. See Section
01 22 00 “Measurement and Payment” for explanations of items listed in the Bid Form.
THE PROJECT, Gainesville Midtown Multiuse Trail, is the second phase of a multi-phase
trail project. It is comprised of two primary components, trail construction and
streetscaping along portions of Parker Street, Main Street, and College Avenue.
Trail Section: Multiuse trail from Martin Luther King, Jr. Boulevard to Industrial
Boulevard and along a former CSX railroad wye towards Grove Street. This includes
the construction of a 12-foot wide, approximately 1,900-foot long concrete trail, and
trailhead. Benches with trash cans, bike racks, landscaping, pedestrian lighting, and
fiber optic cable for future security camera system also will be installed.
Streetscaping includes sidewalk construction; reconfiguration of existing parking
and installation of benches with trash cans, bike racks, landscaping, pedestrian
lighting, and fiber optic cable for future security camera system.
Parker Street Streetscape: Parker Street streetscaping runs approximately 480-feet
from the intersection of Main Street to the existing Midtown Multiuse Trail,
approximately 60-feet west of the intersection of Grove Street. Sidewalks will be
constructed on both sides of the street. Existing parking will be reconfigured and
striped to accommodate new sidewalks.
Main Street: Main Street streetscaping involves construction of 10-foot wide
sidewalks along approximately 200-feet of Main Street from the intersection with
Parker Street to the intersection with College Avenue.
College Ave.: College Avenue streetscaping includes construction of 10-foot wide
sidewalks along approximately 300-feet of College Avenue from its intersection with
Main Street to its intersection with Bradford Street. The sidewalk will extend
approximately 60-feet along the westerly side of Bradford Street.
THIS PROJECT IS FUNDED UTILIZING GDOT TRANSPORTATION ENHANCEMENT (TE) FUNDS. THEREFORE, CONTRACTORS WILL BE EXPECTED TO COMPLY WITH FEDERAL LABOR STANDARDS, INCLUDING DAVIS-BACON WAGE RATES. The Bidder proposes and agrees, if this bid is accepted, to contract with the City of Gainesville in the form of the Contract Agreement specified, to furnish all necessary products, machinery, tools, apparatus, means of transportation, material and labor necessary to satisfactorily complete the Work in accordance with the Contract Documents and the “Standard Specifications for Construction” latest edition, and to the full entire satisfaction of the City of Gainesville for the following prices:
CITY OF GAINESVILLE SECTION 00 41 53 - 3
BID FORM-UNIT PRICE
TE ELIGIBLE TRAIL AND STREETSCAPING WORK MIDTOWN MULTIUSE TRAIL (MLK TO INDUSTRIAL) ITEM 1 - DEMOLITION 150-1000 1 L.S. Traffic Control/Temp. Bldg. Access $ /L.S. $ 210-0100 1 L.S. Grading Complete $ /L.S. $ ITEM 2 – SITE CONSTRUCTION 441-0104 1,300 S.F. Concrete Sidewalk, 4” Thick $ /S.F. $ 441-0106 20,785 S.F. Concrete Sidewalk, 6” Thick $ /S.F. $ 441-6012 485 L.F. Concrete Curb and Gutter $ /L.F. $ 6” x 24”, Type 2 636-1036 75 S.F. Highway Signs, Type 1 Material, $ /S.F. $ Reflective Sheeting, Type 11 636-2070 120 L.F. Galvanized Steel Post, Type 7 $ /L.F. $ 652-5452 398 L.F. Solid Traffic Stripe, 5”, Yellow $ /L.F. $ 653-1804 308 L.F. Thermoplastic Solid Traffic $ /L.F. $ Stripe, 8”, White (Crosswalk) ITEM 3 – SITE FURNISHINGS 754-4000 4 E.A. Trash Receptacle $ /EA. $ 754-5000 4 E.A. Bench $ /EA. $ 754-6000 1 E.A. Bicycle Rack $ /EA. $ 754-6100 1 E.A. Pet Waste Station $ /EA. $ ITEM 4 – LANDSCAPE MATERIALS 702-0006 40 E.A. Rose Creek Abelia $ /EA. $ 702-0048 6 E.A. Serviceberry $ /EA. $ 702-0052 98 E.A. Broomsedge $ /EA. $ 702-0160 98 E.A. Upland Sea Oats $ /EA. $ 702-0180 7 E.A. Flowering Dogwood $ /EA. $
CITY OF GAINESVILLE SECTION 00 41 53 - 4
BID FORM-UNIT PRICE 702-0330 117 E.A. Daylily $ /EA. $ 702-0395 29 E.A. Helleri Holly $ /EA. $ 702-0418 12 E.A. Myrtle Holly $ /EA. $ 702-0477 117 E.A. Yellow Flag Iris $ /EA. $ 702-0520 8 E.A. E. Red Cedar $ /EA. $ 702-0630 2 E.A. Southern Magnolia $ /EA. $ 702-0700 9 E.A. Blackgum $ /EA. $ 702-0715 10 E.A. Sourwood $ /EA. $ 702-0804 4 E.A. Sycamore $ /EA. $ 702-0885 10 E.A. Laurel Oak $ /EA. $ 708-1000 225 C.Y. Plant Topsoil, 3 cy/pit $ /C.Y. $ 702-1016 130 E.A. Black Eyed Susan $ /EA. $ 702-2012 3 E.A. Washington Hawthorn $ /EA. $ 702-9025 200 C.Y. Landscape Mulch, 4” depth $ /C.Y. $ 700-9400 2 LB. Bio-Swale Seed Mix $ /LB. $ (See Plant List Sheet 29-01) ITEM 5 – EROSION CONTROL MEASURES 163-0300 2 EA. Construction Exit $ /EA. $ 163-0550 2 EA. Construct and Remove Inlet $ /EA. $ Sediment Trap 165-0010 2,797 L.F. Maintenance of Temporary $ /L.F. $ Silt Fence, Type A 165-0105 2 EA. Inlet Sediment Trap Maintenance $ /EA. $ 167-1000 1 EA. Water Quality Monitoring $ /EA. $ & Sampling 167-1500 9 MO. Water Quality Inspections $ /MO. $ 171-0010 5,594 L.F. Temporary Silt Fence, Type A $ /L.F. $ Double Row
CITY OF GAINESVILLE SECTION 00 41 53 - 5
BID FORM-UNIT PRICE
PARKER STREET STREETSCAPING ITEM 6 – DEMOLITION 150-1000 1 L.S. Traffic Control/Temp. Bldg. Access $ /L.S. $ 210-0100 1 L.S. Grading Complete $ /L.S. $ 610-6515 3 EA. Remove Highway Sign $ /EA. $ 611-5360 3 EA. Reset Highway Sign $ /EA. $ ITEM 7 – SITE CONSTRUCTION 441-0104 4,482 S.F. Concrete Sidewalk, 4” Thick $ /S.F. $ 441-0106 810 S.F. Concrete Sidewalk, 6” Thick $ /S.F. $ 441-6012 677 L.F. Concrete Curb and Gutter, $ /L.F. $ 6” x 24”, Type 2 500-3107 35 C.Y. Class A Concrete Retaining Wall $ /C.Y. $ 511-1000 2,408 LB. Bar Reinforcing Steel $ /LB. $ 515-2015 135 L.F. Galvanized Steel Pipe Handrail $ /L.F. $ 607-3000 400 S.F. Stone Facing $ /S.F. $ 636-2070 40 L.F. Galvanized Steel Post, Type 7 $ /L.F. $ 636-1036 33 S.F. Highway Signs, Type 1 Mat’l., $ /S.F. $ Reflective Sheeting, Type 11 652-5452 1,280 L.F. Solid Traffic Stripe, $ /L.F. $ 5”, Yellow 653-1704 42 L.F. Thermoplastic Solid Traffic $ /L.F. $ Stripe, 24”, White (Stop Bars) 653-1501 20 L.F. Thermoplastic Solid Traffic $ /L.F. $ Stripe, 5”, White (Parking) ITEM 8 – LANDSCAPE MATERIALS 702-0048 7 EA. Serviceberry $ /EA. $ 702-0180 9 EA. Flowering Dogwood $ /EA. $ 702-0006 56 EA. Rose Creek Abelia $ /EA. $ 702-0395 63 EA. Helleri Holly $ /EA. $
CITY OF GAINESVILLE SECTION 00 41 53 - 6
BID FORM-UNIT PRICE 708-1000 48 C.Y. Plant Topsoil, 3cy/tree $ /C.Y. $ 702-9025 56 C.Y. Landscape Mulch, 4” Depth $ /C.Y. $ ITEM 9 – DRAINAGE IMPROVEMENTS 668-2100 1 EA. Drop Inlet, GP 1 $ /EA. $ ITEM 10 – EROSION CONTROL MEASURES 163-0550 2 EA. Construct and Remove Inlet $ /EA. $ Sediment Trap 165-0010 327 L.F. Maintenance of Temporary Silt $ /L.F. $ Fence, Type A 165-0105 2 EA. Inlet Sediment Trap Maintenance $ /EA. $ 167-1000 1 EA. Water Quality Monitoring $ /EA. $ & Sampling 167-1500 9 MO. Water Quality Inspections $ /MO. $ 171-0010 654 L.F. Temporary Silt Fence, Type A $ /L.F. $ MAIN STREET STREETSCAPE (PARKER ST. TO COLLEGE AVE.) ITEM 11– DEMOLITION 150-1000 1 L.S. Traffic Control/Temp. Bldg. Access $ /L.S. $ 210-0100 1 L.S. Grading Complete $ /L.S. $ 610-6515 2 EA. Remove Highway Sign $ /EA. $ 611-5360 2 EA. Reset Highway Sign $ /EA. $ ITEM 12 – SITE CONSTRUCTION 441-0104 1,919 S.F. Concrete Sidewalk, 4” Thick $ /S.F. $ 441-0106 267 S.F. Concrete Sidewalk, 6” Thick $ /S.F. $ 441-6012 336 L.F. Concrete Curb and Gutter, $ /L.F. $ 6” x 24”, Type 2 500-3107 23 C.Y. Class A Concrete Retaining Wall $ /C.Y. $ 511-1000 1,985 LB. Bar Reinforcing Steel $ /LB. $ 636-2070 40 L.F. Galvanized Steel Post, Type 7 $ /L.F. $ 636-1036 33 S.F. Highway Signs, Type 1 Mat’l., $ /S.F. $ Reflective Sheeting, Type 11
CITY OF GAINESVILLE SECTION 00 41 53 - 7
BID FORM-UNIT PRICE
652-5452 622 L.F. Solid Traffic Stripe, $ /L.F. $ 5”, Yellow 653-1804 128 L.F. Thermoplastic Solid Traffic $ /L.F. $ Stripe, 8”, White (Crosswalk) ITEM 13– SITE FURNISHINGS 754-4000 2 EA. Trash Receptacle $ /EA. $ 754-5000 2 EA. Bench $ /EA. $ ITEM 14 – LANDSCAPE MATERIALS 702-0048 2 EA. Serviceberry $ /EA. $ 702-0180 3 EA. Flowering Dogwood $ /EA. $ 702-0885 2 EA. Laurel Oak $ /EA. $ 702-0006 46 EA. Rose Creek Abelia $ /EA. $ 702-0395 57 EA. Helleri Holly $ /EA. $ 708-1000 15 C.Y. Plant Topsoil, 3cy/tree $ /C.Y. $ 702-9025 3 C.Y. Landscape Mulch, 4” Depth $ /C.Y. $ ITEM 15 – EROSION CONTROL MEASURES 165-0010 249 L.F. Maintenance of Temporary $ /L.F. $ Silt Fence, Type A 167-1000 1 EA. Water Quality Monitoring $ /EA. $ & Sampling 167-1500 9 MO. Water Quality Inspections $ /MO. $ 171-0010 498 L.F. Temporary Silt Fence, Type A $ /L.F. $ COLLEGE AVENUE STREETSCAPE (MAIN TO BRADFORD) ITEM 16 – DEMOLITION 150-1000 1 L.S. Traffic Control/Temp. Bldg. Access $ /L.S. $ 210-0100 1 L.S. Grading Complete $ /L.S. $ 610-6515 2 EA. Remove Highway Sign $ /EA. $ 611-5360 2 EA. Reset Highway Sign $ /EA. $
CITY OF GAINESVILLE SECTION 00 41 53 - 8
BID FORM-UNIT PRICE ITEM 17 – SITE CONSTRUCTION 441-0104 2,085 S.F. Concrete Sidewalk, 4” Thick $ /S.F. $ 441-0106 428 S.F. Concrete Sidewalk, 6” Thick $ /S.F. $ 441-6012 295 L.F. Concrete Curb and Gutter, $ /L.F. $ 6” x 24”, Type 2 652-5452 295 L.F. Solid Traffic Stripe, $ /L.F. $ 5”, Yellow 653-1704 27 L.F. Thermoplastic Solid Traffic $ /L.F. $ Stripe, 24”, White (Stop Bars) 653-1804 372 L.F. Thermoplastic Solid Traffic $ /L.F. $ Stripe, 8”, White (Crosswalk) ITEM 18 – LANDSCAPE MATERIALS 702-0885 2 EA. Laurel Oak $ /EA. $ 702-0006 24 EA. Rose Creek Abelia $ /EA. $ 702-0395 35 EA. Helleri Holly $ /EA. $ 708-1000 6 C.Y. Soil Mix, 3cy/tree $ /C.Y. $ 702-9025 5 C.Y. Mulch, 4” depth $ /C.Y. $ ITEM 19 – EROSION CONTROL MEASURES 165-0010 246 L.F. Maintenance of Temporary $ /L.F. $ Silt Fence, Type A 167-1000 1 EA. Water Quality Monitoring $ /EA. $ & Sampling 167-1500 9 MO. Water Quality Inspections $ /MO. $ 171-0010 492 L.F. Temporary Silt Fence, Type A $ /L.F. $ LIGHTING (PROJECT WIDE) ITEM 20 – LIGHTING 005-0002 1 L.S. Installation of Lighting Facilities $ /L.S. $
CITY OF GAINESVILLE SECTION 00 41 53 - 9
BID FORM-UNIT PRICE BID TOTAL FOR TE ELIGIBLE ITEMS, ITEMS 1 THROUGH 20, INCLUSIVE, THE AMOUNT OF DOLLARS ($ ____________________)
CITY OF GAINESVILLE SECTION 00 41 53 - 10
BID FORM-UNIT PRICE
TE INELIGIBLE UTILITY ADJUSTMENT WORK MIDTOWN MULTIUSE TRAIL (MLK TO INDUSTRIAL) ITEM 21 – ADJUSTMENTS AND RELOCATIONS a. 1 L.S. Sanitary Sewer Manhole Adjustments $______________/L.S. $_____________ PARKER STREET STREETSCAPING ITEM 22 – ADJUSTMENTS AND RELOCATIONS a. 1 L.S. Relocation of Fire Hydrant(s) and $______________/L.S. $_____________ Water Meter Adjustments MAIN STREET STREETSCAPE (PARKER ST. TO COLLEGE AVE.) ITEM 23 – ADJUSTMENTS AND RELOCATIONS a. 1 L.S. Relocation of Fire Hydrant(s) and $______________/L.S. $_____________ Water Meter Adjustments COLLEGE AVENUE STREETSCAPE (MAIN TO BRADFORD) ITEM 24– ADJUSTMENTS AND RELOCATIONS a. 1 L.S. Relocation of Fire Hydrant(s) and $______________/L.S. $_____________ Water Meter Adjustments BID TOTAL FOR TE INELIGIBLE ITEMS, ITEMS 21 THROUGH 24, INCLUSIVE, THE AMOUNT OF DOLLARS ($ ____________________)
CITY OF GAINESVILLE SECTION 00 41 53 - 11
BID FORM-UNIT PRICE
TOTAL OF ALL ITEMS BID TOTAL FOR TE ELIGIBLE AND INELIGIBLE ITEMS, ITEMS 1 THROUGH 24, INCLUSIVE, THE AMOUNT OF DOLLARS ($ ____________________)
In case of discrepancies between the figures shown in the unit prices and the totals, the unit prices shall
apply and the totals shall be corrected by the Owner to agree with the unit prices. In case of discrepancies
between written amounts and figures, written amount shall take precedence over figures and the sum of all
Bid extensions, of unit prices, plus lump sum items shall take precedence over Bid total.
The Undersigned agrees, if awarded the Contract, to commence work within ten (10) calendar days of
receipt of the Notice to Proceed and complete the Work within 270 days of receipt of said Notice to
Proceed.
In accordance with the Instructions to Bidders, attached hereto is the Bid security in the form of a (__) Bid
Bond, (__) Certified Check, or (__) Bank Cashier’s Check, for the sum of five percent (5%)of the base
Bid.
The Undersigned agrees that failure to execute the Contract Agreement, including all required bonds,
within ten (10) days of being given the same by the Owner may result in the bid bond being called. The
Bid Bond shall be returned to the Undersigned upon final execution of the Contract Agreement by the
Owner.
CITY OF GAINESVILLE SECTION 00 41 53 - 12
BID FORM-UNIT PRICE
CONTINUED ON NEXT PAGE
CITY OF GAINESVILLE SECTION 00 41 53 - 13
BID FORM-UNIT PRICE The Bidder operates as:
Individual
Partnership
Corporation in the State of
Receipt of Addenda:
Bidder Acknowledges receipt of Addendum No. 1 dated ______________.
Bidder Acknowledges receipt of Addendum No. 2 dated ______________.
Bidder Acknowledges receipt of Addendum No. 3 dated ______________.
Respectfully Submitted,
BY: (SEAL)
(Signature, by Officer of Corporation)
Name of Bidder (Type or print)
Title: Phone:
Company:
Address:
Witness:
(Officer of Corporation)
Date:
Sworn to and subscribed before me
This ____ day of ___________, 20__
_______________________________
Notary Public
END OF SECTION
CITY OF GAINESVILLESECTION 00 43 13 - 1
BID BOND
GAINESVILLE MIDTOWN MULTI-USE TRAIL – PHASE II PROJECT
CITY OF GAINESVILLESECTION 00 43 13 - 2
BID BOND
CITY OF GAINESVILLESECTION 00 45 00.01
DRUG-FREE WORKPLACE CERTIFICATE
(name signed)
(name printed or typed)
CITY OF GAINESVILLESECTION 00 45 13- 1
STATEMENT OF BIDDER’S QUALIFICATIONS
All questions shall be answered and the data given shall be clear and comprehensive. This statement shall be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. Attach all additional sheets to this statement.
Submission of a response authorizes the Owner to make inquires concerning the respondent and its officers to any persons or firms deemed appropriate by the Owner. Any proprietary information that the Contractor does not want disclosed to the public shall be so identified on each page in which it is found. The Owner, solely for the purpose of evaluation and contract negotiations, will use data or information so identified.
1. Name of Bidder:
2. Permanent main office address:
3. When organized:
4. If a Corporation, where incorporated:
5. How many years have you been engaged in the contracting business under your present firm or trade name?
6. Contracts on hand (schedule these, showing amount of each contract and the appropriate anticipated dates of completion):
7. General description of work performed by your company (list by prime or subcontractor status):
8. Have you ever failed to complete any work awarded to you. If so, where and why?
9. Have you ever defaulted on a contract? If so, where and why?
10. List the most important projects completed by your company, stating the name, location, and approximate cost for each, and the month and year completed; Provide name and phone number of Owner or Owner’s representative:
11. Experience in construction work similar in nature, scope, and importance to this retrofit project:
12. Background and experience of the principal members of your organization, including officers:
CITY OF GAINESVILLESECTION 00 45 13- 2
STATEMENT OF BIDDER’S QUALIFICATIONS
The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the local public agency in verification of the recitals comprising this Statement of Bidder's Qualifications.
Dated this __________ day of _____________________, 2018.
BIDDER:
By:
Title:
State of _____________________
County of ___________________
being duly sworn deposes and says that
he or she is of
and that the answers to the foregoing questions and all statements therein contained
are true and correct.
Subscribed and Sworn to before me this _________day of ________________, 2018.
My Commission expires:(Notary Public)
(SEAL)
END OF SECTION
CITY OF GAINESVILLESECTION 00 45 19 - 1
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
(Owner, Partner, Officer, Representative or Agent)
(Notary Public)
(name signed)
(name printed or typed)
CITY OF GAINESVILLESECTION 00 45 19.01
NON-COLLUSION AFFIDAVIT OF SUB-CONTRACTOR
(Owner, Partner, Officer, Representative or Agent)
(Notary Public)
(name signed)
(name printed or typed)
CITY OF GAINESVILLESECTION 00 45 20
CONTRACTOR LICENSE CERTIFICATE
(name signed)
(name printed or typed)
CITY OF GAINESVILLESECTION 00 45 43 - 1
CORPORATE CERTIFICATE
(name signed)
(name printed or typed)
CITY OF GAINESVILLE SECTION 00 52 43 - 1
CONTRACT AGREEMENT
WITNESSETH:
GAINESVILLE MIDTOWN MULTI-USE TRAIL – PHASE II PROJECT
270 consecutive calendar days
Two-Hundred Fifty Dollars ($250.00)
$_________________)
CITY OF GAINESVILLE SECTION 00 52 43 - 2
CONTRACT AGREEMENT
IN WITNESS WHEREOF,
CITY OF GAINESVILLE SECTION 00 52 43 - 3
CONTRACT AGREEMENT
CITY OF GAINESVILLESECTION 00 61 13.13 - 1PERFORMANCE BOND
STATE OF GEORGIA BOND NO.
COUNTY OF HALL
,
WHEREAS
Gainesville Midtown Multi-Use Trail – Phase II ProjectCity of Gainesville, Gainesville, Georgia
NOW, THEREFORE,
CITY OF GAINESVILLESECTION 00 61 13.13 - 2PERFORMANCE BOND
IN WITNESS WHEREOF,
CITY OF GAINESVILLESECTION 00 61 13.13 - 3PERFORMANCE BOND
CITY OF GAINESVILLESECTION 00 61 13.16 - 1
PAYMENT BOND
STATE OF GEORGIA BOND NO.
COUNTY OF HALL
$
WHEREAS,
Gainesville Midtown Multi-Use Trail – Phase II ProjectCity of Gainesville, Gainesville, Georgia
NOW, THEREFORE
HOWEVER,
CITY OF GAINESVILLESECTION 00 61 13.16 - 2
PAYMENT BOND
IN WITNESS WHEREOF
CITY OF GAINESVILLESECTION 00 61 13.16 - 3
PAYMENT BOND
CITY OF GAINESVILLESECTION 00 62 13 - 1
SPECIAL ASSURANCES FOR UTILITY CONTRACT WORKWITHIN PUBLIC RIGHT-OF-WAY
Gainesville Midtown Multi-Use Trail – Phase II Project
CITY OF GAINESVILLESECTION 00 62 16
COMPANY’S INSURANCE CERTIFICATE
CITY OF GAINESVILLESECTION 00 65 19.16
FINAL AFFIDAVIT, RELEASE, AND LIEN WAIVER
Gainesville Midtown Multi-Use Trail – Phase II Project
(name signed)
(name printed or typed)
(name signed)
(name printed or typed)
CITY OF GAINESVILLESECTION 00 72 43
GENERAL CONDITIONS
TABLE OF CONTENTS
Article Title Page
CITY OF GAINESVILLESECTION 00 72 43 - 1
GENERAL CONDITIONS
GENERAL
ARTICLE 1 - NOTICE OF AWARD OF CONTRACT
ARTICLE 2 - EXECUTION OF CONTRACT DOCUMENTS
ARTICLE 3 - CONTRACT SECURITY
CITY OF GAINESVILLESECTION 00 72 43 - 2GENERAL CONDITIONS
ARTICLE 4 - INDEMNIFICATION
ARTICLE 5 - NOTICE TO PROCEED
ARTICLE 6 - TERMINATION OF WORK FOR DEFAULT
CITY OF GAINESVILLESECTION 00 72 43 - 3
GENERAL CONDITIONS
ARTICLE 7 - TERMINATION FOR CONVENIENCE OF THE OWNER
ARTICLE 8 - ASSIGNMENTS
CITY OF GAINESVILLESECTION 00 72 43 - 4GENERAL CONDITIONS
ARTICLE 9 - SUBCONTRACTING
Any changes or additional subcontractors should be submitted at least 14 days prior to the needed approval.
ALLSUBCONTRACTORS, INCLUDING DBE FIRMS, ARE REQUIRED TO BE GDOT REGISTERED SUBCONTRACTORS OR PREQUALIFIED CONTRACTORS.
THIS PROJECT IS FUNDED UTILIZING GDOT TRANSPORTATION ENHANCEMENT FUNDS. THEREFORE, CONTRACTORS WILL BE EXPECTED TO COMPLY WITH FEDERAL LABOR STANDARDS, INCLUDING DAVIS-BACON WAGE RATES.
ARTICLE 10 - SEPARATE CONTRACTS
CITY OF GAINESVILLESECTION 00 72 43 - 5
GENERAL CONDITIONS
ARTICLE 11 - LAWS AND REGULATIONS
ARTICLE 12 - TAXES
ARTICLE 13 - NOTICE AND SERVICE THEREOF
CITY OF GAINESVILLESECTION 00 72 43 - 6GENERAL CONDITIONS
ARTICLE 14 - PATENTS
ARTICLE 15 - LAND AND RIGHTS-OF-WAY
ARTICLE 16 – USE OF PREMISES
CITY OF GAINESVILLESECTION 00 72 43 - 7
GENERAL CONDITIONS
ARTICLE 17 - PRODUCTS
ARTICLE 18 - SUPERVISION OF WORK
CITY OF GAINESVILLESECTION 00 72 43 - 8GENERAL CONDITIONS
ARTICLE 19 - INTERRUPTION OF FACILITY OPERATIONS
ARTICLE 20 - PROTECTION OF WORK, PROPERTY AND PERSONS
ARTICLE 21 - PROTECTION, LOCATION AND RELOCATION OF UTILITIES
CITY OF GAINESVILLESECTION 00 72 43 - 9
GENERAL CONDITIONS
ARTICLE 22 - PROTECTION OF THE ENVIRONMENT
ARTICLE 23 - SCHEDULES, REPORTS AND RECORDS
CITY OF GAINESVILLESECTION 00 72 43 - 10GENERAL CONDITIONS
ARTICLE 24 - DRAWINGS AND SPECIFICATIONS
ARTICLE 25 – SURVEYS
CITY OF GAINESVILLESECTION 00 72 43 - 11
GENERAL CONDITIONS
CITY OF GAINESVILLESECTION 00 72 43 - 12GENERAL CONDITIONS
ARTICLE 26 - TESTING, INSPECTION AND REJECTION OF WORK
ARTICLE 27 - CONTRACT TIME AND LIQUIDATED DAMAGES
CITY OF GAINESVILLESECTION 00 72 43 - 13
GENERAL CONDITIONS
ARTICLE 28 - CHANGES IN THE CONTRACT
CITY OF GAINESVILLESECTION 00 72 43 - 14GENERAL CONDITIONS
CITY OF GAINESVILLESECTION 00 72 43 - 15
GENERAL CONDITIONS
ARTICLE 29 – WARRANTIES
ARTICLE 30 - PAYMENT AND COMPLETION
CITY OF GAINESVILLESECTION 00 72 43 - 16GENERAL CONDITIONS
CITY OF GAINESVILLESECTION 00 72 43 - 17
GENERAL CONDITIONS
CITY OF GAINESVILLESECTION 00 72 43 - 18GENERAL CONDITIONS
ARTICLE 31 - ARBITRATION AND JURISDICTION
ARTICLE 32 – AUTHORITY OF THE ENGINEER AND DESIGN ENGINEER
CITY OF GAINESVILLESECTION 00 73 00-1
SUPPLEMENTAL CONDITIONS
PART 1 GENERAL
1.01 SCOPE
1.02 SEQUENCING
1.03 SEQUENCING CONSTRAINTS
CITY OF GAINESVILLESECTION 00 73 00-2SUPPLEMENTAL CONDITIONS
1.05 WORK RESTRICTIONS
1.06 NPDES Permit
CITY OF GAINESVILLESECTION 00 73 00-3
SUPPLEMENTAL CONDITIONS
1.07 EXISTING SITE CONDITIONS
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 00 73 16 - 1
INSURANCE REQUIREMENTS
ARTICLE 1 - INSURANCE
Kevin Hutcheson, Budget and Purchasing Manager Bryan Lackey,City Manager
Kevin Hutcheson Bryan Lackey
CITY OF GAINESVILLESECTION 00 73 16 - 2INSURANCE REQUIREMENTS
CITY OF GAINESVILLESECTION 01 11 13
SUMMARY OF WORK
PART 1 GENERAL
1.01 SCOPE
1.02 PROJECT LOCATION
1.03 QUANTITIES
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 14 00
WORK RESTRICTIONS
PART 1 GENERAL (NOT USED)
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 OCCUPANT NOTIFICATION
3.02 WORKING HOURS
CITY OF GAINESVILLESECTION 01 18 00
PROJECT UTILITY SOURCES
PART 1 GENERAL
1.01 PROTECTION OF UTILITIES
1.02 UTILITY PROVIDERS
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 22 00 - 1
MEASUREMENT AND PAYMENT
PART 1 GENERAL
1.01 GENERAL INFORMATION
1.02 MOBILIZATION
1.03 TRAFFIC CONTROL
CITY OF GAINESVILLESECTION 01 22 00 - 2MEASUREMENT AND PAYMENT
1.04 GRADING COMPLETE
CITY OF GAINESVILLESECTION 01 22 00 - 3
MEASUREMENT AND PAYMENT
CITY OF GAINESVILLESECTION 01 22 00 - 4MEASUREMENT AND PAYMENT
1.05 ROCK EXCAVATION
CITY OF GAINESVILLESECTION 01 22 00 - 5
MEASUREMENT AND PAYMENT
1.6 EROSION AND SEDIMENT CONTROL
CITY OF GAINESVILLESECTION 01 22 00 - 6MEASUREMENT AND PAYMENT
1.7 VALVE BOX, FIRE HYDRANT AND METER BOX ADJUSTMENTS
CITY OF GAINESVILLESECTION 01 22 00 - 7
MEASUREMENT AND PAYMENT
1.8 STREETSCAPE IMPROVEMENTS
CITY OF GAINESVILLESECTION 01 22 00 - 8MEASUREMENT AND PAYMENT
1.9 STORM SEWER FACILITIES
CITY OF GAINESVILLESECTION 01 22 00 - 9
MEASUREMENT AND PAYMENT
CITY OF GAINESVILLESECTION 01 32 00 - 1
CONSTRUCTION PROGRESS DOCUMENTATION
PART 1 GENERAL
1.01 SCOPE
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 CONSTRUCTION SCHEDULES
.
.
CITY OF GAINESVILLESECTION 01 32 00 - 2CONSTRUCTION PROGRESS DOCUMENTATION
3.02 RECORD DOCUMENTS
CITY OF GAINESVILLESECTION 01 32 00 - 3
CONSTRUCTION PROGRESS DOCUMENTATION
3.03 MAINTENANCE OF DOCUMENTS AND SAMPLES
3.04 QUALITY ASSURANCE
3.05 RECORDING
3.06 RECORD DRAWINGS
CITY OF GAINESVILLESECTION 01 32 00 - 4CONSTRUCTION PROGRESS DOCUMENTATION
3.07 SPECIFICATIONS
3.08 SUBMITTAL
3.09 PRE-CONSTRUCTION PHOTOGRAPHS
CITY OF GAINESVILLESECTION 01 32 00 - 5
CONSTRUCTION PROGRESS DOCUMENTATION
3.10 CONSTRUCTION PHOTOGRAPHS
CITY OF GAINESVILLESECTION 01 32 33-1
CONSTRUCTION PHOTOGRAPHS
PART 1 GENERAL
1.01 SCOPE
1.02 PRE- AND POST-CONSTRUCTION PHOTOGRAPHS
1.03 SUBMITTALS
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 PHOTOGRAPHS
3.02 BURIED, SUBMERGED AND HIDDEN CONSTRUCTION
CITY OF GAINESVILLESECTION 01 33 23 - 1
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
PART 1 GENERAL
1.01 SCOPE
PART 2 PRODUCTS
2.02 SUBMITTAL REQUIREMENTS
CITY OF GAINESVILLESECTION 01 33 23 - 2SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
2.01 PRODUCT DATA
2.02 SAMPLES
CITY OF GAINESVILLESECTION 01 33 23 - 3
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
2.03 COLORS
PART 3 EXECUTION
3.01 SUBMITTALS
CITY OF GAINESVILLESECTION 01 33 23 - 4SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
3.02 TIMING OF SUBMITTALS
3.03 ROUTING OF SUBMITTALS
3.04 REVIEWED SHOP DRAWINGS
CITY OF GAINESVILLESECTION 01 33 23 - 5
SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
CITY OF GAINESVILLE SECTION 01 41 00 - 1
REGULATORY REQUIREMENTS
PART 1 GENERAL
1.01 SCOPE
1.02 DESCRIPTION
Standard Specifications – Construction of Transportation Systems
F. THIS PROJECT IS FUNDED UTILIZING GDOT TRANSPORTATION ENHANCEMENT (TE) FUNDS. THEREFORE, CONTRACTORS MUST COMPLY WITH FEDERAL LABOR STANDARDS, INCLUDING DAVIS-BACON WAGE RATES.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLE SECTION 01 41 00 - 2 REGULATORY REQUIREMENTS
CITY OF GAINESVILLESECTION 01 41 13 - 1
CODES AND STANDARDS
PART 1 GENERAL
1.01 STANDARD ORGANIZATIONS
CITY OF GAINESVILLESECTION 01 41 13 - 2CODES AND STANDARDS
CITY OF GAINESVILLESECTION 01 41 13 - 3
CODES AND STANDARDS
CITY OF GAINESVILLESECTION 01 41 13 - 4CODES AND STANDARDS
1.02 SYMBOLS
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 45 00 - 1
QUALITY CONTROL
PART 1 TESTING LABORATORY SERVICES
1.01 SCOPE
1.02 PAYMENT FOR TESTING SERVICES
1.03 LABORATORY DUTIES
CITY OF GAINESVILLESECTION 01 45 00 - 2QUALITY CONTROL
1.04 CONTRACTOR RESPONSIBILITIES
1.05 QUALITY ASSURANCE
1.06 PRODUCT HANDLING
1.07 FURNISHING MATERIALS
CITY OF GAINESVILLE SECTION 01 45 00 - 3
QUALITY CONTROL
1.08 CODE COMPLIANCE TESTING
1.09 CONTRACTOR'S CONVENIENCE TESTING
1.10 SCHEDULES FOR TESTING
1.11 TAKING SPECIMENS
1.12 TRANSPORTING SAMPLES
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 45 33
INSPECTIONS
PART 1 GENERAL
1.01 DESCRIPTION
1.02 ROADWAY INSPECTIONS
1.03 NOTIFICATION
PART 2 (NOT USED)
PART 3 (NOT USED)
CITY OF GAINESVILLESECTION 01 51 00 - 1
TEMPORARY UTILITIES
PART 1 GENERAL
1.01 SCOPE
1.02 GENERAL
1.03 TEMPORARY UTILITIES
1.04 FIRST AID FACILITIES
CITY OF GAINESVILLESECTION 01 51 00 - 2TEMPORARY UTILITIES
1.05 SANITARY FACILITIES
1.06 POTABLE WATER
1.07 ENCLOSURES AND CONSTRUCTION FACILITIES
1.08 PARKING FACILITIES
1.09 TEMPORARY HEATING
CITY OF GAINESVILLESECTION 01 51 00 - 3
TEMPORARY UTIILITIES
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 55 00-1
VEHICULAR ACCESS AND PARKING
PART 1 VEHICULAR ACCESS AND PARKING
1.01 CONSTRUCTION ACCESS
1.02 STORAGE OF EQUIPMENT
1.03 TRAFFIC CONTROL
Manual of Uniform Traffic Control Devices for Streets and Highways
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 56 16
TEMPORARY DUST BARRIERS
PART 1 GENERAL
1.01 SCOPE
1.02 PROTECTION OF ADJACENT PROPERTY
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 56 23
BARRICADES, LIGHTS AND SIGNALS
PART 1 JOB SITE SECURITY
1.01 BARRICADES, LIGHTS, AND SIGNALS
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 65 00
PRODUCT DELIVERY REQUIREMENTS
PART 1 GENERAL
1.01 MATERIAL TRANSPORTATION
1.02 TRANSPORTATION
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 66 00 -1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 GENERAL
1.01 SCOPE
1.02 STORAGE AND PROTECTION
CITY OF GAINESVILLESECTION 01 66 00 -2PRODUCT STORAGE AND HANDLING REQUIREMENTS
1.03 EXTENDED STORAGE
1.04 HANDLING
1.01 OWNER FURNISHED EQUIPMENT AND MATERIALS
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 73 23.13-1
CONSTRUCTION LAYOUT
PART 1 GENERAL
1.01 SCOPE
1.02 PROJECT CONDITIONS
1.03 QUALITY ASSURANCE
The surveying firm selected shall not be the same firm that performed the design survey for this project.
CITY OF GAINESVILLESECTION 01 73 23.13-2CONSTRUCTION LAYOUT
1.04 SITE WORK
1.05 SIDE WALK, CURB AND GUTTER, LIGHT FIXTURES, BENCHES, STORM DRAIN AND LANSCAPING
PART 2 PRODUCTS (NOT USED)
CITY OF GAINESVILLESECTION 01 74 13 - 1
PROGRESS CLEANING
PART 1 GENERAL
1.01 SCOPE
1.02 QUALITY ASSURANCE
1.03 HAZARDOUS MATERIAL AND WASTE
1.04 DISPOSAL OF SURPLUS MATERIALS
PART 2 PRODUCTS
2.01 CLEANING MATERIALS AND EQUIPMENT
2.02 COMPATIBILITY
PART 3 EXECUTION
3.01 PROGRESS CLEANING
CITY OF GAINESVILLESECTION 01 74 13 - 2PROGRESS CLEANING
3.02 FINAL CLEANING
3.03 CLEANING DURING OWNER’S OCCUPANCY
CITY OF GAINESVILLESECTION 01 77 00 - 1
CLOSE-OUT PROCEDURES
PART 1 GENERAL
1.01 PROJECT MAINTENANCE AND WARRANTY
CITY OF GAINESVILLESECTION 01 77 00 -2CLOSE-OUT PROCEDURES
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 78 33 - 1
WARRANTIES AND BONDS
PART 1 GENERAL
1.01 PROJECT MAINTENANCE AND WARRANTY
CITY OF GAINESVILLESECTION 01 78 33 - 2WARRANTIES AND BONDS
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLESECTION 01 78 39 - 1
PROJECT RECORD DOCUMENTS
PART 1 GENERAL
1.01 SCOPE
1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES
CITY OF GAINESVILLESECTION 01 78 39 - 2PROJECT RECORD DOCUMENTS
1.03 QUALITY ASSURANCE
1.04 RECORDING
1.05 RECORD DRAWINGS
CITY OF GAINESVILLESECTION 01 78 39 - 3
PROJECT RECORD DOCUMENTS
1.06 SPECIFICATIONS
1.07 PRODUCT INFORMATION BINDER (PIB)
CITY OF GAINESVILLESECTION 01 78 39 - 4PROJECT RECORD DOCUMENTS
CITY OF GAINESVILLESECTION 01 78 39 - 5
PROJECT RECORD DOCUMENTS
1.08 SUBMITTAL
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION (NOT USED)
CITY OF GAINESVILLE SECTION – SPECIAL PROVISIONS
GDOT SPECIAL PROVISIONS, STANDARDS & SPECIFICATIONS
TABLE OF CONTENTS
DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA
Utility Conflicts
1
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SUPPLEMENTAL SPECIFICATION
Section 106—Control of Materials
Delete Section 106 and substitute the following:
106.01 Source of Supply and Quantity of Materials
106.02 Unacceptable Material
106.03 Samples, Tests, Cited Specifications
Section 106—Control of Materials
2
Sampling, Testing and Inspection Manual
A. Testing and Acceptance Plans
A Lot:
Acceptance Plans:
Resampling of Lots:
Acceptance or Rejection:
Adjusted PaymentSingle Deficiency:
Multiple Deficiency:
106.04 Plant Inspection
Section 106—Control of Materials
3
106.05 Materials Certification
106.06 Agricultural Lime and Fertilizer
Section 106—Control of Materials
4
106.07 Sample Holes
106.08 Storage of Materials
106.09 Handling Materials
106.10 Local Material Sources A. Sources Shown on the Plans
Section 106—Control of Materials
5
B. Substitution of Sources of Materials
C. Material Pits Furnished By the Contractor
D. Haul Roads
Section 106—Control of Materials
6
106.11 Field Laboratory
106.12 Inspection for Non-Domestic Materials A. Materials Manufactured Outside the United States
B. Certified Mill Test Reports
C. Materials from Foreign Manufacturers
D. Structural Steel Fabricated Outside the State of Georgia
E. Department Reimbursement
F. Definitions
Section 106—Control of Materials
7
106.13 Out of State Materials Payment
DEPARTMENT OF
TRANSPORTATION STATE OF
GEORGIA
SUPPLEMENTAL SPECIFICATION
Section 107 – Legal Regulations and Responsibility to the Public
Delete Section 107 and Substitute the following:
107.01 Laws to Be Observed
107.02 Permits and Licenses
107.03 Patented Devices
107.04 Restoration of Surfaces Opened By Permit
107.05 Federal-Aid Provisions
107.06 Sanitary Provisions
107.07 Public Convenience and Safety
107.08 Railroad-Highway Provisions
107.09 Barricades and Danger, Warning, and Detour Signs
107.10 Forest Protection
107.11 Construction Over or Adjacent to Navigable Waters A. Navigation to Be Protected
B. Obstructions to be Removed
107.12 Use of Explosives
107.13 Protection and Restoration of Property and Landscape A. General Provisions
B. Erosion and Siltation Control
C. Pollution
D. Insect Control Regulations
E. Reclamation of Material Pits and Waste Disposal Areas
F. Mailboxes
G. Failure to Comply
H. Payment for Damages
I. Compensation
107.14 Load Restrictions
A. Parties Affected
B. Within Project Limits
C. Outside Project Limits
D. Responsibilities
E. Excess Loads and Violations
107.15 Responsibility for Damage Claims
107.16 Opening Sections of Project to Traffic
107.17 Contractor’s Responsibility for the Work
107.18 Acquisition of Right-of-Way
107.19 Personal Liability of Public Officials
107.20 No Waiver of Legal Rights
107.21 General Description
A. Qualifications
B. Ticket Status
C. Notice
D. Agenda
E. Emergency Response Plan
F. Submission
G. Delays
H. Facilities Supported on Bridges
I. Clearances
J. Utility Relocation Progress Schedule
K. Compensation
107.22 Hazardous and/or Toxic Waste
107.23 Environmental ConsiderationsA. Construction
B. Bridge Construction Over Waterways
C. Environmental Clearance of Local Material or Disposal Sites
D. Control of Pollutants
E. Temporary Work in Wetlands Outside of the Construction Limits within the Right-of-Way andEasement Areas
F. Environmentally Sensitive Areas
G. Protection of Migratory Birds and Bats
Hirundo rustica Petrochelidon pyrrhonotaSayornis phoebe
107.24 Closing of Roadways without On-Site Detours
107.25 Disruption to Residential and Commercial Property
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 107 – Legal Regulations and Responsibility to the Public
Retain Section 107.23 A and add the following:
107.23 Environmental ConsiderationsA. Construction
Page 1
1
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 161—Control of Soil Erosion and Sedimentation
Add the following to Section 161:
161.1 General Description
161.1.01 Definitions
161.1.02 Related References
A. Standard Specifications
Section 161—Control of Soil Erosion and Sedimentation
2
Erosion Control Measure Section
Concrete Paved Ditches 441
Check Dams 163.3.05.J
Mulching 700.3.05.G
Erosion Control Mats (Slopes) 716
Grassing 700
Maintenance of Temporary Erosion and SedimentationControl Devices 165
711
Reclamation of Material Pits and Waste Areas 160
Rip Rap 603
Restoration or Alteration of Lakes and Ponds 166
Asphalt Ditch Paving 434
Temporary Sediment Basin 163.3.05.C
Silt Control Gates 163.3.05.A
Silt Retention Barrier 170
Sod 700.3.05.H & 700.3.05.I
Mulch 163.3.05.G
Temporary Grass 163.3.05.F
Silt Fence 171
Temporary Slope Drains 163.3.05.B
Triangular Silt Barrier 720
Silt Filter Bag 719
Organic and Synthetic Material Fiber Blanket 713
B. Referenced Documents
161.1.03 Submittals
A. Status of Erosion Control Devices
Section 161—Control of Soil Erosion and Sedimentation
3
B. Erosion and Sediment Pollution Control Plan
161.2 Materials
Section 161—Control of Soil Erosion and Sedimentation
4
161.2.01 Delivery, Storage, and Handling
161.3 Construction Requirements 161.3.01 Personel
A. Duties of the Worksite Erosion Control Supervisor
Section 161—Control of Soil Erosion and Sedimentation
5
161.3.02 Equipment
161.3.03 Preparation
161.3.04 Fabrication
161.3.05 Construction
A. Control Dust Pollution
B. Perform Permanent or Temporary Grassing
C. Seed and Mulch
D. Implement Permanent or Temporary Erosion Control
Section 161—Control of Soil Erosion and Sedimentation
6
E. Erodible Area
NOTE: Never allow the surface area of erodible earth material exposed at one time to exceed 17 acres (7 ha) except as approved by the State Construction Engineer.
F. Perform Grading Operations
G. Perform Construction in Rivers and Streams
Section 161—Control of Soil Erosion and Sedimentation
7
H. State Water Buffers and Environmental Restrictions
I. Maintenance Projects
Section 161—Control of Soil Erosion and Sedimentation
8
J. Other Projects
161.3.06 Quality Acceptance
161.3.07 Contactor Warranty and Maintenance
Section 161—Control of Soil Erosion and Sedimentation
9
161.4 Measurement
161.4.01 Limits
161.5 Payment
161.5.01 Enforcement and Adjustments
A. Failure to Provide WECS
B. Failure to Comply with Specifications
C. Receipt of a Consent Order, Notice of Violation, etc.
Section 161—Control of Soil Erosion and Sedimentation
10
Schedule of Deductions for Each Calendar Day of ErosionControl Deficiencies Initial Occurrence* Original
Total Contract AmountFrom More Than To and Including Daily Charge
0 $100,000 $750$100,000 $1,000,000 $1125$1,000,000 $5,000,000 $2000$5,000,000 $15,000,000 $3000$15,000,000 - $5000
*Continued non-compliance with the requirements of this specification may result in the doubling of the above tabulated Daily Charge.
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 163—Miscellaneous Erosion Control Items
Delete Section 163 and substitute the following:
163.1 General Description
163.1.01 Related ReferencesA. Standard Specifications
Section 163 – Miscellaneous Erosion Control Items
B. Referenced Documents
163.1.02 Submittals
163.2 Materials
Material Section
Mulch 893.2.02
Temporary Silt Fence 171
Concrete Aprons and Footings shall be Class A 500
Rip Rap 603
Temporary Grass 700
Triangular Silt Barrier 720
Coarse Aggregate 800
Lumber and Timber 860.2.01
Preservative Treatment of Timber Products 863.1
Corrugated Polyethylene Temporary Slope Drain Pipe 845
163.2.01 Delivery, Storage, and Handling
163.3 Construction Requirements163.3.01 Personnel
163.3.02 Equipment
163.3.03 Preparation
163.3.04 Fabrication
163.3.05 Construction
A. Silt Control Gates
Section 163 – Miscellaneous Erosion Control Items
B. Temporary Slope Drains
C. Temporary Sediment Basins
D. Sediment Barriers
Section 163 – Miscellaneous Erosion Control Items
E. Other Temporary Structures
F. Temporary Grass
Section 163 – Miscellaneous Erosion Control Items
G. Mulch
H. Miscellaneous Erosion Control Items Not Shown on the Plans
I. Diversion Channels
J. Check Dams
K. Construction Exits
Section 163 – Miscellaneous Erosion Control Items
L. Retrofits
M. Inlet Sediment Traps
N. Rock Filter Dams
O. Stone Filter Berms
P. Stone Filter Rings
Q. Temporary Sediment Traps
163.3.06 Quality Acceptance
163.3.07 Contractor Warranty and Maintenance
Section 163 – Miscellaneous Erosion Control Items
163.4 MeasurementA. Silt Control Gates
B. Temporary Slope Drains
C. Temporary Sediment Basins
D. Sediment Barriers
E. Other Temporary Structures
F. Temporary Grass
G. Mulch
H. Miscellaneous Erosion Control Items Not Shown on the Plans
I. Diversion Channels
J. Check Dams
K. Construction Exits
Section 163 – Miscellaneous Erosion Control Items
L. Retrofits
M. Inlet Sediment Traps
N. Rock Filter Dams
O. Stone Filter Berms
P. Stone Filter Rings
Q. Temporary Sediment Traps
163.4.01 Limits
163.5 PaymentA. Silt Control Gates
B. Temporary Slope Drains
C. Temporary Sediment Basins
D. Sediment Barriers
Section 163 – Miscellaneous Erosion Control Items
E. Other Temporary Structures
F. Temporary Grass
G. Mulch
H. Miscellaneous Erosion Control Items Not Shown on the Plans
I. Diversion Channel
J. Check Dams
K. Construction Exits
L. Retrofits
M. Inlet Sediment Traps
N. Rock Filter Dams
O. Stone Filter Berms
Section 163 – Miscellaneous Erosion Control Items
P. Stone Filter Rings
Q. Temporary Sediment Traps
Item No. 163 Construct and remove silt control gates Per each
Item No. 163 Construct and remove temporary pipe slope drains Per linear foot (meter)
Item No. 163 Construct and remove temporary sediment barriers Per linear foot (meter)
Item No. 163 Construct and remove sediment basins Per each
Item No. 163 Construct and remove check dams except fabric dams Per each
Item No. 163 Construct and remove fabric check dams Per linear foot (meter)
Item No. 163 Construct and remove construction exits Per each
Item No. 163 Construct and remove construction exit tire wash assembly Per each
Item No. 163 Construct and remove retrofits Per each
Item No. 163 Construct and remove rock filter dams Per each
Item No. 163 Construct and remove stone filter berms Per linear foot (meter)
Item No. 163 Construct and remove stone filter rings Per each
Item No. 163 Construct and remove inlet sediment traps Per each
Item No. 163 Construct and remove temporary sediment traps Per each
Item No. 163 Temporary grass Per acre (hectare)
Item No. 163 Mulch Per ton (megagram)
163.5.01 Adjustments
1
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices
Delete Section 165 and substitute the following:
165.1 General Description
165.1.01 Definitions
165.1.02 Related ReferencesA. Standard Specifications
B. Referenced Documents
165.1.03 Submittals
165.2 Materials
Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices
2
165.2.01 Delivery, Storage, and Handling
165.3 Construction Requirements165.3.01 Personnel
165.3.02 Equipment
165.3.03 Preparation
165.3.04 Fabrication
165.3.05 Construction
A. Temporary Silt Fence
B. Silt Control Gates
C. Check Dams (all types)
Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices
3
D. Silt Retention Barriers
E. Temporary Sediment Basins
F. Sediment Barriers
G. Triangular Silt Barriers
H. Retrofits
I. Construction Exits
J. Inlet Sediment Traps
K. Rock Filter Dams
Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices
4
L. Stone Filter Berms
M. Stone Filter Rings
N. Temporary Sediment Traps
165.3.06 Quality Acceptance
165.3.07 Contractor Warranty and Maintenance
165.4 MeasurementA. Temporary Silt Fence
B. Silt Control Gates
C. Check Dams (All Types)
D. Silt Retention Barriers
E. Temporary Sediment Basins
F. Sediment Barriers
G. Triangular Silt Barriers
Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices
5
H. Retrofits
I. Construction Exits
J. Inlet Sediment Traps
K. Rock Filter Dams
L. Stone Filter Berms
M. Stone Filter Rings
N. Temporary Sediment Traps
165.4.01 Limits
165.5 PaymentA. Temporary Silt Fence
B. Silt Control Gates
C. Check Dams
D. Silt Retention Barriers
E. Temporary Sediment Basins
Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices
6
F. Sediment Barriers
G. Triangular Silt Barriers
H. Retrofits
I. Construction Exits
J. Inlet Sediment Traps
K. Rock Filter Dams
L. Stone Filter Berms
M. Stone Filter Rings
N. Temporary Sediment Traps
Item No. 165 Maintenance of temporary silt fence per linear foot (meter)
Item No. 165 Maintenance of silt control gates per each
Item No. 165 Maintenance of check dams per linear foot (meter)
Item No. 165 Maintenance of silt retention barriers per foot (meter)
Item No. 165 Maintenance of temporary sediment basins per each
Item No. 165 Maintenance of sediment barriers per linear foot (meter)
Item No. 165 Maintenance of triangular silt barriers per linear foot (meter)
Item No. 165 Maintenance of retrofits per each
Item No. 165 Maintenance of construction exits per each
Section 165—Maintenance of Temporary Erosion and Sedimentation Control Devices
7
Item No. 165 Maintenance of construction exit tire wash assembly per each
Item No. 165 Maintenance of inlet sediment traps per each
Item No. 165 Maintenance of rock filter dams per each
Item No. 165 Maintenance of stone filter berms per linear foot (meter)
Item No. 165 Maintenance of rock filter dams per each
Item No. 165 Maintenance of temporary sediment traps per each
165.5.01 Adjustments
1
DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA
SPECIAL PROVISION
Section 167—Water Quality Monitoring
Delete Section 167 and substitute the following:
167.1 General Description
167.1.01 Definitions
167.1.02 Related References
A. Standard Specifications
B. Referenced Documents
167.1.03 Submittals
167.2 Materials
Section 167 – Water Quality Monitoring
2
167.2.01 Delivery, Storage, and Handling
167.3 Construction Requirements167.3.01 Personnel
167.3.02 Equipment
167.3.03 Preparation
167.3.04 Fabrication
167.3.05 ConstructionA. General
B. Water Quality Inspections
Section 167 – Water Quality Monitoring
3
C. Water Quality Sampling
D. Reports
Section 167 – Water Quality Monitoring
4
Section 167 – Water Quality Monitoring
5
167.3.06 Quality Acceptance
167.3.07 Contractor Warranty and Maintenance
167.4 Measurement
167.4.01 Limits
167.5 Payment
Section 167 – Water Quality Monitoring
6
167.5.01 Adjustments
DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA
SUPPLEMENTAL SPECIFICATION
Section 201 – Clearing and Grubbing Right of Way
Delete Subsection 201.3.05.E.3 and substitute the following:
187
188
–
– a copy of the landfill’s Permit By Rule notification, and for landfills exceeding one acre, a copy of the landfill’s
Any necessary documentation regarding a disposal site’s permit status must
189
DEPARTMENT OF TRANSPORTATIONSTATE OF GEORGIA
SUPPLEMENTAL SPECIFICATION
Section 550—Storm Drain Pipe, Pipe-Arch Culverts, and Side Drain Pipe
Delete Section 550 and Substitute the following:
550.1 General Description
550.1.01 Definitions
550.1.02 Related References A. Standard Specifications
B. Referenced Documents
550.1.03 Submittals
550.2 Materials
Material Section
Backfill Materials 207
Graded Aggregate 815
Reinforced Concrete Pipe 843.2.01
Nonreinforced Concrete Pipe 843.2.02
Mortar And Grout 834.2.03
Bituminous Plastic Cement 848.2.05
Rubber Type Gasket Joints (Concrete Pipe) 848.2.01
Preformed Plastic Gaskets 848.2.06
Corrugated Steel Pipe 844.2.01
Bituminous Coated Corrugated Steel Pipe 844.2.02
Corrugated Aluminum Alloy Pipe 840.2.01
Bituminous Coated Corrugated Aluminum Pipe 840.2.03
Aluminized Type 2 Corrugated Steel Pipe 844.2.06
Ductile Iron Pipe, Fittings and Joints 841
Precoated, Galvanized Steel Culvert Pipe 844.2.05
Smooth Lined Corrugated High Density (HDPE) Polyethylene Culvert Pipe 845.2.01
Polyvinyl Chloride (PVC) Profile Wall Drain Pipe 845.2.02
Polyvinyl Chloride (PVC) Corrugated Smooth Interior Drain Pipe 845.2.03
Smooth Lined Corrugated Polypropylene (PP) Pipe 845.2.05
Miscellaneous Pipe 847
7
A. Thermoplastic Pipe Project Restrictions
550.2.01 Delivery, Storage, and Handling
550.3 Construction Requirements
550.3.01 Personnel
550.3.02 Equipment
550.3.03 Preparation and Backfill
550.3.04 Fabrication
550.3.05 Construction A. Drainage
B. Damage
C. Installation
550.3.06 Quality Acceptance A. Post Installation Inspection
B. Manual Post Installation Inspections
C. Inspection Report
D. Requirements for Concrete Pipe
:
E. Requirements for Thermoplastic Pipe
F. Requirements for Corrugated Aluminum or Coated Steel Pipe
550.3.07 Contractor Warranty and Maintenance
550.4 Measurement A. Excavation and Backfill
B. Flat Bottom and Circular Pipe (All Types)
C. Pipe-Arches
D. Multiple Installations
E. Tapered Pipe Inlets
F. Flared-End Sections
G. Smooth-Flow Pipe
H. Elliptical Pipe
I. Post Installation Inspection
550.4.01 Limits
550.5 Payment A. Backfill
B. Pipe Installations
C. Post Installation Inspection
Item No. 550 Storm drain pipe___ in (mm), H=___ Per linear foot (meter)
Item No. 550 Side drain pipe___ in (mm), H=___ Per linear foot (meter)
Item No. 550 Pipe arch (span) ____in (mm) x (rise) ___in(mm) Per linear foot (meter)
Item No. 550 Tapered pipe inlet ___ in (mm), Per each
Item No. 550 Flared-end section ___ in (mm), Per each
Item No. 550 Elliptical pipe___ in (mm) wide x ___ in (mm) high Per linear foot (meter)
550.5.01 Adjustments
Replace Section 653 with the following:
1
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SUPPLEMENTAL SPECIFICATION
Section 893—Miscellaneous Planting Materials
Delete Section 893 and substitute the following:
893.1 General Description
893.1.01 Related ReferencesA. Specifications
B. Referenced Documents
893.1.02 Submittals
Section 893 – Miscellaneous Planting Materials
2
893.2 Materials893.2.01 Plant TopsoilA. Requirements
B. Fabrication
C. Acceptance
D. Materials Warranty
E. Delivery and Packaging
893.2.02 MulchA. Requirements
Section 893 – Miscellaneous Planting Materials
3
Table 1 – Physical Requirements for Compost
Test Requirements Test MethodOrganic Matter Content 25-100% (dry mass) TMECC 05.07-AParticle Size 100% passing 2 in (50 mm) sieve
50-70% retained on 3/8 in (9.5 mm) sieve
TMECC 02.02-B
Soluble Salts 5.0 max. * dS/m TMECC 04.10-AFecal Coliform Pass TMECC 07.01-BpH 5.5 – 8.5 pH TMECC 04.11-AStability 8 or below TMECC 05.08-B, Maturity greater than 80% TMECC 05.05-AHeavy Metals Pass TMECC 04.06 and
TMECC 04.13-B
*A soluble salt content up to 10.0 dS/m for compost used in Compost Manufactured Topsoil will be acceptable.
NOTE: All physical requirements are in accordance with the United States Department of Agriculture and the United States Composting Council, “Test Methods for the Examination of Composting and Compost” (TMECC). Organic Matter Content and Particle Size requirements are in accordance with AASHTO R51-13.
B. Fabrication
C. Acceptance
Section 893 – Miscellaneous Planting Materials
4
D. Materials Warranty
E. Delivery and Packaging
893.2.03 Vines, Shrubs, Trees, and Miscellaneous PlantsA. Requirements
NOTE: Use plant names according to the edition of “Standardized Plant Names” in effect at the time of Invitation For Bids.
B. Fabrication
C. Acceptance
D. Materials Warranty
E. Delivery and Packaging
Section 893 – Miscellaneous Planting Materials
5
893.2.04 InoculantsA. Requirements
B. Fabrication
C. Acceptance
D. Material Warranty
E. Delivery and Packaging
893.2.05 Prepared Plant TopsoilA. Requirements
B. Fabrication
C. Acceptance
D. Material Warranty
E. Delivery and Packaging
Section 893 – Miscellaneous Planting Materials
6
893.2.06 StakesA. Requirements
B. Fabrication
C. Acceptance
D. Materials Warranty
E. Delivery and Packaging
893.2.07 Organic Soil AdditivesA. Requirements
Section 893 – Miscellaneous Planting Materials
7
B. Fabrication
C. Acceptance
D. Material Warranty
E. Delivery and Packaging
893.2.08 Engineered TopsoilA. Requirements
Section 893 – Miscellaneous Planting Materials
8
Sieve Size Percent Passing by Weight
Passing 2 in (50 mm) 100
Passing 1-1/2 in (37.5 mm) 95-100
Passing No. 10 (2 mm) sieve 75-90
Passing No. 40 (425 μm) 50-70
Passing No. 60 (250 μm) sieve 30-60
Passing No. 200 (75 μm) sieve 10-25
Clay size (< 2 μm) 3-10
Property Value
Liquid Limit (LL) 25 or less
Plasticity Index (PI) 10 or less
Volume change, max. percent 12
Maximum dry density, lb/ft³ (kg/m³)* 105 (1680)
*by standard proctor
B. Fabrication
C. Acceptance
Test Method
Soil gradation GDT 4
Volume change GDT 6
Maximum density GDT 7
Liquid Limit AASHTO T 89
Plastic Limit and Plasticity Index AASHTO T 90
D. Materials Warranty
E. Delivery and Packaging
Section 893 – Miscellaneous Planting Materials
9
CITY OF GAINESVILLE SECTION – APPENDICES
APPENDIX A – REQUIRED CONTRACT PROVISIONS
TABLE OF CONTENTS
Required Contract Provisions for Bid Manuals for TE Funded Construction Contracts (11-21-2018)
1. Bidder Qualifications Notice 2. Bid Rigging Notice 3. FHWA-1273, Required Contract Provisions Federal-Aid Construction Contracts, Revised
May 1, 2012 4. Special Provision, Required Contract Provisions, Federal-Aid Highway Program, Cargo
Preference Act Requirements, Effective 2-15-2016 5. Special Provision, Required Contract Provisions Federal-Aid Construction Contracts, First
Use October 18, 2013 6. Appendix A, Notice to Contractors, Compliance with Title VI of the Civil Rights Act of
1964 for Federal-Aid Contracts 12-15-2008 7. Standard Federal Equal Employment Opportunity Construction Contract Specifications
October 3, 1980 43 FR 14895 8. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity
October 3, 1980 43 FR 14895 9. Georgia Department of Transportation, Disadvantaged Business Enterprise Program,
Criteria for Acceptability, Revised July 09, 2018 10. Instructions for List of DBE Participants and DBE Goals Form 11. Instructions To Contractor DBE Participation Report, Revised 06-01-2010, and Monthly
DBE Participation Report 12. Special Provision, Prompt Payment, Updated July 01, 2018 13. Required Contract Provisions For Federal-Aid Contracts, Buy America, First Use
November 1, 2013, and Convict Produced Materials, First Use November 1, 2013 14. Federal-Aid Certification, Revised: June 8, 2016
a. Equal Employment Opportunity b. Examination of Plans and Specifications c. Conflict of Interest d. Drug Free workplace e. Boycott of Israel f. Non-Collusion Certification
15. Georgia Security and Immigration Compliance Act Affidavit, Revised 11/01/2015 Note: Davis Bacon wage rates apply to all projects. The applicable wage rate determination is included in this bid document and was posted on the Davis Bacon web site of the U.S. Department of Labor http://www.wdol.gov/dba.aspx#0 on the date of preparation of this bid document. 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
1-800-424-9071
GEORGIA DEPARTMENT OF TRANSPORTATION REQUIRED CONTRACT PROVISIONS, FEDERAL-AID HIGHWAY PROGRAM
EFFECTIVE FEBRUARY 15, 2016
Cargo Preference Act Requirements
Agreement Clauses.
Contractor and Subcontractor Clauses.
not apply
apply
SPECIAL PROVISION
Required Contract Provisions Federal-Aid Construction Contracts
Subsection I.4 Selection of Labor; Delete the last sentence in the paragraph.
Subsections IV Davis Bacon and Related Act Provisions; Delete the first paragraph in itsentirety and substitute the following:
80
FEDERAL REGISTER / VOL. 45, NO. 194 / FRIDAY, OCTOBER 3, 1980 / NOTICES
FEDERAL REGISTER / VOL. 45, NO. 194 / FRIDAY, OCTOBER 3, 1980 / NOTICES
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
CRITERIA FOR ACCEPTABILITY
DEFINITIONS:
DBE DIRECTORY:
GOAL FOR PARTICIPATION:
SUBLETTING DISCRIMINATION PROHIBITED:
FAILURE TO ACHIEVE REQUIREMENTS:
Joint Venture:
Commercially Useful Function
a. Joint Check Agreement:
Trucking:
(E)(2)(ii)
(E)(2).
REPORTS
SUBSTITUTION OF DBEs:
CERTIFICATION OF DBEs:
PI 0010679; Hall County
15%
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.
S SC
1RNRC2
RNRC3
RNRC4
RNRC5
RNRC6
RNRC
NAME / TITLE
CONTRACT ID NO.:CONTRACTOR:
MONTHLY DBE PARTICIPATION REPORTREPORT SUBMISSION DATE:
PROJECT NO.:COUNTY: REPORT NO.:
DATE WORK BEGAN: DBE REQUIRED %: 31-Mar 30-Sep
31-Jan 31-JulNOTICE TO PROCEED: 28-Feb 31-Aug
DBE $ AMOUNT: % PROJECT COMPLETE: 31-May 30-NovCONTRACT $ AMOUNT: % DOLLAR COMPLETE: 30-Apr 31-Oct
ORIGINAL SUBCONTRACT AMOUNT
PREVIOUS PAYMENTS PAYMENTS THIS REPORT TOTAL PAYMENTS TO DATE
30-Jun 31-DecS = SUPPLIER SC = SUBCONTRACTOR
APPROVED DBE VENDOR ID DESCRIPTION OF WORK
RC COLUMN TOTALS:RN COLUMN TOTALS:
PRINT NAME:
PRINT NAME:
SIGNATURE:
TOTAL % PAID TO DATE:
FOR DEPARTMENT USE ONLYTHIS DOCUMENT HAS BEEN REVIEWED AT THE PROJECT LEVEL BY:
SIGNATURE:(Mandatory)
NAME / TITLE
(Mandatory)
NAME / TITLE
THIS DOCUMENT HAS BEEN REVIEWED AT THE DISTRICT LEVEL BY:
PRINT NAME:SIGNATURE:
Page 1 of 1
I HEREBY CERTIFY THAT THE ABOVE STATEMENT IS TRUE AND CORRECT AND SUPPORTING DOCUMENTATION IS ON FILE AND IS AVAILABLE FOR INSPECTION BY DEPARTMENT PERSONNEL AT ANY TIME.
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 APPLICABLE LAWS AND REGULATIONS.
$ 0.00
15.000
$ 0.00$ 0.00
$ 0.00$ 0.00
$ 0.00$ 0.00
$ 0.00$ 0.00
$ 0.00$ 0.00
$ 0.00$ 0.00
$ 0.00 $ 0.00 $ 0.00 $ 0.00$ 0.00 $ 0.00 $ 0.00 $ 0.00
0010679
Hall
DEPARTMENT OF TRANSPORTATION STATE OF GEORGIA
SPECIAL PROVISION
PROMPT PAYMENT:
DEPARTMENT OF TRANSPORTATIONSTATE OF GEORGIA
FEDERAL AID CERTIFICATION
EQUAL EMPLOYMENT OPPORTUNITY
Office of FederalContract Compliance, President'sCommittee on Equal Employment Opportunity,
EXAMINATION OF PLANS AND SPECIFICATIONS
DEPARTMENT OF TRANSPORTATIONSTATE OF GEORGIA
CONFLICT OF INTEREST
DRUG FREE WORKPLACE
BOYCOTT OF ISRAEL
DEPARTMENT OF TRANSPORTATIONSTATE OF GEORGIA
NON-COLLUSION CERTIFICATION
GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT
Contractor’s Name:
Solicitation/Contract No./ Call No.or Project Description:
CONTRACTOR AFFIDAVIT
I hereby declare under penalty of perjury that theforegoing is true and correct
GDOT Specification Section 109.H
H. Insert the Following in Each Subcontract
The Contractor shall insert the following in each Subcontract entered into for work under this Contract:
“The Contractor shall not withhold any retainage on Subcontractors. The Contractor shall pay the Subcontractor 100% percent of the gross value of the Completed Work by the Subcontractor as indicated by the current estimate certified by the Engineer for payment.”
Neither the inclusion of this Specification in the Contract between the Department and the Prime Contractor nor the inclusion of the provisions of this Specification in any Contract between the Prime Contractor and any of his Subcontractors nor any other Specification or Provision in the Contract between the Department and the Prime Contractor shall create, or be deemed to create, any relationship, contractual or otherwise, between the Department and any Subcontractor.