Jones Bridge Rd. Intersection

advertisement
INVITATION TO BID
FOR THE
CONSTRUCTION OF
JONES BRIDGE ROAD INTERSECTION IMPROVEMENTS
Jones Bridge Road at Morton Road - CSSTP-0006-00(907), PI No. 0006907
Jones Bridge Road at Waters Road - CSSTP-0006-00(908), PI No. 0006908
Jones Bridge Road at Buice Road - CSSTP-0006-00(910), PI No. 0006910
Fulton County
BID NUMBER
12-116
Release of Bid
March 29, 2012
Bid Due Date
April 25, 2012 at 2:00 P.M.
Questions must be directed to:
City of Johns Creek, Purchasing Manager, John T. Henderson,
via e-mail to:
john.henderson@johnscreekga.gov
____________________________________
Tom Black
Director of Public Works
Bid Documents Prepared by:
Wolverton & Associates, Inc.
6745 Sugarloaf Parkway, Suite 100
Duluth, GA 30097
(770) 447-8999
Table of Contents
Topic
Page
Invitation to Bid .......................................................................................................3
Bid Form ................................................................................................................4
Bidding Instructions ................................................................................................6
Insurance Requirements ...........................................................................................8
Bonding Requirements.............................................................................................9
Bid ..........................................................................................................9
Performance .........................................................................................11
Payment................................................................................................13
Qualifications Signature and Certification.............................................................16
Bid Specifications ..................................................................................................17
Project Location Map .............................................................................................24
Bid Schedules.........................................................................................................25
Immigration & Security Form ...............................................................................34
Affidavit Verifying Lawful Presence Within the United States ............................35
GDOT Special Provisions ......................................................................................36
Special Provision 108 – Prosecution and Progress ..............................36
Special Provision 150 – Traffic Control ..............................................37
Special Provision 615 – Jacking or Boring Pipe ..................................38
Special Provision 647 – Traffic Signal Installation .............................42
Special Provision 687 – Traffic Signal Timing ...................................44
Special Provision 938 - Detection........................................................57
Davis Bacon Wage Rate Determination ................................................................87
Required Contract Provisions Federal-Aid Construction Contracts ......................91
Notice to Contractors Compliance with Title VI of the Civil Rights Act of the
Civil Rights Act of 1964 for Federal-Aid Contracts ............................................107
Standard Federal Equal Employment Opportunity Construction
Contract Specifications ........................................................................................112
Drug-Free Workplace Certification .....................................................................135
CITY OF JOHNS CREEK
Purchasing Division
Jones Bridge Road Intersection Improvements
Invitation To Bid #12-116
The City of Johns Creek is accepting formal sealed Invitation to Bid (ITB) from qualified construction firms for
the above referenced project. Sealed ITB’s will be received no later than 2:00 PM on April, 25 2012 in the City
of Johns Creek Purchasing Office, 12000 Findley Rd., Suite 400, Johns Creek, Georgia, 30097 at which time
ITB’s will be opened and publicly read aloud. ITB’s received after the above time or in any other location other
than the Purchasing Office will not be accepted. A Pre-Bid Conference will be held on April 10, 2012 at
10:00AM at the City Hall location Chattahoochee Conference Room.
Georgia Department of Transportation Standard Specifications, 2001 Edition, Supplemental Specifications Book,
2008 edition, and applicable Supplemental Specifications and Special Provisions. The DBE goal for this project
is: 12%. Bidders submitting a bid $2,000,000 or less must be either a prequalified contractor or a registered
subcontractor with GDOT. Bidders submitting bids in excess of $2,000,000 must be prequalified with the GDOT.
The City of Johns Creek, in accordance with Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC
2000d—42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the
Secretary, part 21, Nondiscrimination in federally assisted programs of the Department of Transportation issued
pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into
pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national
origin in consideration for an award.
ITB
packages
and
plans
are
available
on
the
City
of
Johns
Creek
website
(http://www.johnscreekga.gov/services/purchasing). Additional information may be obtained by contacting the
Purchasing Office at (678) 512-3233. ITB’s shall be presented in a sealed opaque envelope with the ITB number
and name clearly marked on the outside of the envelope. The name of the company or firm submitting an ITB
response should also be clearly marked on the outside of the envelope. TWO (2) ORIGINAL HARD COPIES
AND ONE (1) COPY ON CD OF THE ITB MUST BE SUBMITTED. All offerors must comply with all
general and special requirements of the ITB information and instructions enclosed herein.
John Kachmar
City Manager
Mike Bodker
Mayor
3
BID FORM
TO: PURCHASING MANAGER
CITY OF JOHNS CREEK
JOHNS CREEK, GEORGIA 30097
Ladies and Gentlemen:
In compliance with your Invitation To Bid, the undersigned, hereinafter termed the Bidder, proposes to
enter into a Contract with the City of Johns Creek, Georgia, to provide the necessary machinery, tools,
apparatus, other means of construction, and all materials and labor specified in the Contract Documents
or as necessary to complete the Work in the manner therein specified within the time specified, as
therein set forth, for:
JONES BRIDGE ROAD INTERSECTION IMPROVEMENTS
The Bidder has carefully examined and fully understands the Contract, Specifications, and other
documents hereto attached, has made a personal examination of the Site of the proposed Work, has
satisfied himself as to the actual conditions and requirements of the Work, and hereby proposes and
agrees that if his bid is accepted, he will contract with the City of Johns Creek in full conformance with
the Contract Documents.
Unless otherwise directed, all work performed shall be in accordance with the Georgia Department of
Transportation Standard Specifications, Construction of Transportation Systems (current edition). All
materials used in the process of completion of the work included in the Contract will be furnished from
Georgia Department of Transportation certified suppliers only.
It is the intent of this Bid to include all items of construction and all Work called for in the
Specifications, or otherwise a part of the Contract Documents.
In accordance with the foregoing, the undersigned proposes to furnish and construct the items listed in
the attached Bid schedule for the unit prices stated.
The Bidder agrees that the cost of any work performed, materials furnished, services provided or
expenses incurred, which are not specifically delineated in the Contract Documents but which are
incidental to the scope, intent, and completion of the Contract, shall be deemed to have been included in
the prices bid for the various items scheduled.
Attached hereto is an executed Bid Bond or certified check on the (Bank)
of (City, State) ________________________________________________ in the
amount of
Dollars ($ (Five Percent of Amount Bid).
If this bid shall be accepted by the City of Johns Creek and the undersigned shall fail to execute a
satisfactory contract in the form of said proposed Contract, and give satisfactory Performance Bonds, or
furnish satisfactory proof of carriage of the insurance required within ten days from the date of Notice
of Award of the Contract, then the City of Johns Creek may, at its option, determine that the
undersigned abandoned the Contract and there upon this bid shall be null and void.
4
Bidder also acknowledges receipt of the following addenda:
Addendum No.
Date Received
The DBE goal for this project is: 12%
Bidders submitting a bid $2,000,000 or less must be either a prequalified contractor or a registered
subcontractor with GDOT. Bidders submitting bids in excess of $2,000,000 must be prequalified with
the GDOT
Bidder further declares that the full name and resident address of Bidder’s Principal is as follows:
Signed, sealed, and dated this _______________ day of _____________________________, 2012
Bidder
.
(Seal)
Bidder Mailing Address:
By:
Title:
By:
Title:
5
BIDDING INSTRUCTIONS
FAILURE TO RETURN THE FOLLOWING BID DOCUMENTS WILL RESULT IN THE BID
BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION:
1. Completed Bid Schedule and Bid Form
2. Applicable Addenda Acknowledgement(s)
3. Appropriate Bond Information
The following additional items will be included in the bid response package:
1. Georgia Security and Immigration Compliance Affidavit
2. DBE Forms
3. Certificate of Insurance
4. The bidder shall provide References to verify experience with similar type projects
BIDDING REQUIREMENTS
GDOT Specification – Section 102-Bidding Requirements and Conditions will be followed for this bid
package unless otherwise noted.
All questions should be e-mailed to john.henderson@johnscreekga.gov. The deadline for submitting
questions is April 10, 2012 @ 5:00 p.m. Responses to questions will be submitted in an addendum on
April 13, 2012. Information concerning this bid, including addendum information and question
responses, can be found online at www.johnscreekga.gov; link to purchasing page.
Interested parties shall submit their completed bid by the date and time designated on the cover sheet to
the City of Johns Creek Purchasing Office. The completed bid shall be delivered in a sealed, opaque
envelope with the name of firm submitting, address, phone, and primary point of contact. Any bids
received after the deadline will be returned to the bidder unopened.
Each bid must be accompanied by a bid bond, prepared on an accepted form, duly executed by the
bidder, in the amount of five percent (5%) of that bid. In order to allow for GDOT review and approval
of the contract, the bid bond must be valid for a period of not less than 90 days. The successful bidder
for this contract will be required to furnish a satisfactory performance bond in the amount of 100% of
the bid and labor and material payment bond in the amount of one hundred and ten percent (110%) of
the bid.
If the Contract is awarded, it will be awarded to the lowest reliable bidder whose proposal shall have
met all the prescribed requirements. The City seeks to ensure that all segments of the business
community have access to supplying the goods and services needed by City programs. The City
affirmatively works to encourage utilization of disadvantaged and minority business enterprises in our
procurement activities. The City provides equal business opportunity for all businesses and does not
discriminate against any persons regardless of race, color, religion, age, sex, national origin or handicap.
6
SCHEDULE:
Release of Bid
Pre-bid Conference
Deadline for Questions
Response to Questions
Bid Due Date:
Anticipated Notice to Proceed:
Project Completion Date:
3/29/2012
4/10/2012
4/10/2012
4/13/2012
4/25/2012
6/25/2012
365 calendar days from
the issuance of the NTP
7
INSURANCE REQUIREMENTS
Within 10 days of Notice of Award, and at all times that this Contract is in force, the Contractor shall
obtain, maintain and furnish the City Certificates of Insurance from licensed companies doing business
in the State of Georgia with an A.M. Best Rating A-6 or higher and acceptable to the City covering:
A.
Workmen's Compensation Insurance in accordance with the laws of the State of Georgia.
B.
Public Liability Insurance in an amount of not less than one hundred thousand dollars ($100,000)
for injuries, including those resulting in death to any one person, and in an amount of not less
than three hundred thousand dollars ($300,000) on an account of any one occurrence.
C.
Property Damage Insurance in an amount of not less than fifty thousand dollars ($50,000) from
damages on account of any occurrence, with an aggregate limit of one hundred thousand dollars
($100,000).
D.
Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans,
drawings, field notes, or other similar data relating to the work covered by the PROJECT.
Insurance shall be maintained in full force and effect during the life of the Agreement and until final
completion of the PROJECT.
Certificate Holder should read: The City of Johns Creek, Georgia, 12000 Findley Rd, Suite 400, Johns
Creek, Georgia 30097.
8
BONDING REQUIREMENTS
BID BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
(Name of Contractor)
(Address of Contractor) at
(Corporation, Partnership and or Individual) hereinafter called Principal, and
(Name of Surety)
(Address of Surety
A corporation of the State of
, and a surety authorized by law to do business in
the State of Georgia, hereinafter called Surety, are held and firmly bound unto
City of Johns Creek Georgia
(Name of Obligee)
12000 Findley Rd., Suite-400, Johns Creek, Georgia 30097
(Address of Obligee)
herein after referred to as Obligee, in the penal sum of
Dollars ($
) in lawful money of the United States, for the payment of which sum well
and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and
severally, firmly by these presents.
WHEREAS, the Principal is about to submit, or has submitted, to the City of Johns Creek, Georgia, a
proposal for furnishing materials, labor and equipment for:
JONES BRIDGE ROAD INTERSECTION IMPROVEMENTS
WHEREAS, the Principal desires to file this Bond in accordance with law in lieu of a certified Bidder’s
check otherwise required to accompany this Proposal.
NOW, THEREFORE, the conditions of this obligation are such that if the bid is accepted, the Principal
shall within ten days after receipt of notification of the acceptance execute a Contract in accordance
with the Bid and upon the terms, conditions, and prices set forth in the form and manner required by the
City of Johns Creek, Georgia, and execute a sufficient and satisfactory Performance Bond payable to
the City of Johns Creek, Georgia, in an amount of 100% of the total Contract Price, and Payment
Bond in the amount of 110% of the total Contract Price in form and with security satisfactory to said
the City of Johns Creek, Georgia, and otherwise, to be and remain in full force and virtue in law; and the
Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within
the time specified above, immediately pay to the City of Johns Creek, Georgia, upon demand, the
9
amount hereof in good and lawful money of the United States of America, not as a penalty, but as
liquidated damages.
PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed
pursuant, to and in accordance with the applicable provisions of the Official Code of Georgia
Annotated, as Amended, including, but not limited to, O.C.G.A. SS 13-10-1, et. Seg. And SS 36-86101, et. Seg. And is intended to be and shall be constructed as a bond in compliance with the
requirements thereof.
Signed, sealed, and dated this
day of
A.D. 2012
ATTEST:
(Principal Secretary)
(Principal)
(SEAL)
BY:
(Witness to Principal)
(Address)
(Address)
(Surety)
ATTEST
BY:
(Attorney-in-Fact) and Resident Agent
(Attorney-in-Fact)
(SEAL)
(Address)
(Witness as to Surety)
(Address)
10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: THAT
(Name of Contractor)
(Address of Contractor)
(Corporation, Partnership or Individual)
Hereinafter called Principal, and
(Name of Surety)
(Address of Surety)
A Corporation of the State of
and a surety authorized by law to do business in
the State of Georgia, hereinafter called Surety, are held and firmly bound unto
The City of Johns Creek. Georgia
(Name of Obligee)
12000 Findley Rd., Suite-400, Johns Creek, Ga. 30097
(Address of Obligee)
hereinafter referred to as Obligee; are held firmly bound unto said Obligee and all persons doing work
or furnishing skill, tools, machinery, supplies, or material under or for the purpose of the Contract
hereinafter referred to, in the penal sum of:
Dollars ($
) in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators and successors, jointly and severally, firmly by these presents.
The condition of this obligation is such, as whereas the Principal entered into a certain contract, hereto
attached, with the Obligee, dated for:
, 2012.
NOW THEREFORE, the conditions of this obligation are such that if the above bound Principal shall
well, truly, fully and faithfully perform said contract according to its terms, covenants, conditions, and
agreements of said contract during the original term of said contract and any extensions thereof that may
be granted by the oblige, with or without notice to the Surety, and during the life of any guaranty
required under the contract, and shall also well and truly perform and fulfill all the undertakings,
covenants, terms, conditions and agreement of any and all duly authorized modifications of said
contract that may hereafter be made, then his obligation shall be void, otherwise to remain in full force
and effect.
11
PROVIDED FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees
that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any way affect its obligation on this bond, and it does hereby waive
notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to
the work to be performed thereunder.
PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed
pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated,
as Amended, including but not limited to, O.C.G.A. SS 13-10-1 et. Eq. and SS 36-86-101, et. Seg., and
is intended to be and shall be construed as a bond in compliance with the requirements thereof.
Signed, sealed, and dated this
2012
day of
A.D.,
ATTEST:
(Principal Secretary)
(Principal)
(SEAL)
BY:
(Witness to Principal)
(Address)
(SURETY)
ATTEST BY:
Attorney-in-Fact) and Resident Agent
(Attorney-in-Fact)
(SEAL)
(Address)
_
(Witness as to Surety)
(Address)
12
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: THAT
(Name of Contractor)
(Address of Contractor)
(Corporation, Partnership or Individual)
Hereinafter called Principal, and
(Name of Surety)
(Address of Surety)
a Corporation of the State of
and a surety authorized by law to do business in the State of
Georgia, hereinafter called Surety, are held and firmly bound unto
The City of Johns Creek Georgia
(Name of Obligee)
12000 Findley Rd., Suite-400, Johns Creek, Georgia 30097
(Address of Obligee)
hereinafter referred to as Obligee; for the use and protection of all subcontractors and all persons
supplying labor, services, skill, tools, machinery, materials and/or equipment in the prosecution of the
work provided for in the contract herein after referred to in the full and just sum of
Dollars ($
) in lawful money of the United States, for the
payment of which sum well and truly to be made, the Principal and Surety bind themselves, their, and
each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
The condition of this obligation is such, as whereas the Principal entered into a certain contract. hereto
attached, with the Obligee, dated
for
.
NOW, THEREFORE, the conditions of this obligation are such that if the Principal shall well, truly, and
faithfully perform said Contract in accordance to its terms, covenants, and conditions, and shall
promptly pay all persons furnishing labor, materials, services, skill, tools, machinery and/or equipment
for use in the performance of said Contract, then this obligation shall be void; otherwise, it shall remain
in full force and effect.
All persons who have furnished labor, materials, services, skill, tools, machinery and/or equipment for
use in the performance of said Contract shall have a direct right of action on this Bond, provided
payment has not been made in full within ninety (90) days after the last day on which labor was
13
performed, materials, services, skill, tools, machinery, and equipment furnished or the subcontract
completed.
PROVIDED FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees
that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any way affect its obligation on this bond, and it does hereby waive
notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to
the work to be performed thereunder.
PROVIDED, HOWEVER, that no suit or action shall be commenced hereunder by any person
furnishing labor, materials, services, skill, tools, machinery, and/or equipment having a direct
contractual relationship with a subcontractor, but no contractual relationship express or implied with the
Principal:
Unless such person shall have given notice to the Principal within One Hundred and Twenty (120) days
after such person did, or performed the last of the work or labor, or furnished the last of the materials,
services, skill, tools, machinery and/or equipment for which claim is made, stating with substantial
accuracy the amount claimed and the name of the party to whom the materials, services, skill, tools,
machinery and/or equipment were furnished, or for whom the work or labor was done or performed.
Such a notice shall be served by mailing the same by registered mail, postage prepaid, in an envelope
addressed to the Principal, at any place where an office is regularly maintained for the transaction of
business, or served in any manner in which legal process may be served in the State in which the
aforesaid project is located, save that such service need not be made by a public officer, and a copy of
such notice shall be delivered to the Obligee, to the person and at the address provided for in the
Contract, within five (5) days of the mailing of the notice to the Principal.
PROVIDED, FURTHER, that any suit under this bond must be instituted before the expiration of one
(1) year after the acceptance of the public works covered by the Contract by the proper authorities.
PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed
pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated,
as Amended, including, but not limited to, O.C.G.A. SS 13-10-1, et. Eq. and SS 36-86-101, et. Seg., and
is intended to be and shall be construed as a bond in compliance with the requirements thereof.
14
Signed, sealed, and dated this
day of
_A.D., 2012
ATTEST:
(Principal Secretary)
(Principal)
(SEAL)
BY:
(Witness to Principal)
(Address)
(Address)
(Surety)
ATTEST
BY:
(Attorney-in-Fact)
(Attorney-in-Fact) and Resident Agent
(SEAL)
(Address)
(Witness as to Surety)
(Address)
15
QUALIFICATIONS SIGNATURE AND CERTIFICATION
(Bidder to
sign and return)
I certify that this offer is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a proposal for the same materials, supplies, equipment, or
services and is in all respects fair and without collusion or fraud. I understand collusive bidding is a
violation of State and Federal Law and can result in fines, prison sentences, and civil damage awards. I
agree to abide by all conditions of the proposal and certify that I am authorized to sign this proposal for
the proposer. I further certify that the provisions of the Official Code of Georgia Annotated, Sections
45-10-20 et. Seq. have not been violated and will not be violated in any respect.
Authorized Signature
Date
Print/Type Name
Print/Type Company Name Here
CORPORATE CERTIFICATE
I,
foregoing bid; that
, certify that I am the Secretary of the Corporation named as Contractor in the
who signed said bid in behalf of the Contractor, was then (title)
of said Corporation; that said bid was duly signed for and in
behalf of said Corporation by authority of its Board of Directors, and is within the scope of its corporate
powers; that said Corporation is organized under the laws of the State of
This
day of
, 2012
(Seal)
(Signature)
LIST OF SUBCONTRACTORS
I do
, do not
, propose to subcontract some of the work on this project. I propose to
Subcontract work to the following subContractors:
Company Name:
The City of Johns Creek requires 51% participation by
the prime Contractor on all projects.
16
Bid Specifications
Jones Bridge Road Intersection Improvements
PURPOSE, INTENT AND PROJECT DESCRIPTION
The contractor will construct an asphalt pavement, storm drainage, concrete sidewalk/multi-use trail,
and all other miscellaneous items necessary for the completion of the work within the City of Johns
Creek (City) Georgia. This work includes the following projects:
1.
2.
3.
Jones Bridge Road at Buice Road Intersection Improvement (GDOT P.I. #0006910)
Jones Bridge Road at Morton Road Intersection Improvement (GDOT P.I. #0006907)
Jones Bridge Road at Waters Road Intersection Improvement (GDOT P.I. #0006908)
The Contractor will construct all work per Georgia Department of Transportation Standard
Specifications, latest edition; Supplemental Specifications Book, latest edition; and applicable
Supplemental Specifications and Special Provisions; Contract Documents including but not limited to
typical sections, scope of work, plan drawings, and specifications; Schedule; and Budget.
In case of discrepancy between the unit price and the total price on the completed Bid Schedule, the unit
price will prevail and the total price will be corrected.
The successful bidder must have verifiable experience at construction of similar projects in accordance
with these specifications. Bidder shall provide references for similar type projects.
The Prime Contractor must be a GDOT Prequalified Contractor. All subcontractors must be Registered
Subcontractors with GDOT. Contractors and Subcontractors must also be approved for use on the
project. . Bidders submitting a bid $2,000,000 or less must be either a prequalified contractor or a
registered subcontractor with GDOT. Bidders submitting bids in excess of $2,000,000 must be
prequalified with the GDOT. DOT Forms 483, 484, and 485 will be used for the approval process.
The Georgia Department of Transportation and the City will inspect the work as it progresses.
All work shall be constructed according to the Plans, Standards, and Details. These documents are made
part of the contract by reference and can be found on the City of Johns Creek (City) website at
http://www.johnscreekga.gov/Services/purchasing.aspx. The contractor is responsible for printing the
plans.
Also on the City website are supporting documents. The information provided is for informational
purposes only. The City does not warrant or guarantee the accuracy of the information provided.
The selected contractor is responsible for printing all plans. Hard copies of plans will not be supplied by
the City only electronic versions.
SCOPE OF WORK
Contractor shall refer to the general notes within the plans for additional scope of work information.
17
SPECIAL PROVISIONS
All materials and workmanship associated with this contract shall meet current GDOT Specifications
and Standards for construction materials, methods and procedures.
The following are special provisions prepared specifically for this contract and may be in conflict with
parts of the standard specifications. If conflicts are evident the special provisions shall take precedence
over the standard specifications.
Special Provision 108 – Prosecution and Progress
Special Provision 150 – Traffic Control
Special Provision 615 – Jacking or Boring Pipe
Special Provision 647 – Traffic Signal Installation
Special Provision 687 – Traffic Signal Timing
Special Provision 938 - Detection
PROSECUTION AND PROGRESS
The Contractor will have 365 calendar days from issuance of the Notice to Proceed (NTP) to be
substantially complete with the project. The Contractor will be considered substantially complete when
all contract work, except punch list, work has been completed and accepted.
The Contractor will mobilize with sufficient forces such that all construction identified as part of this
contract shall be substantially completed by the completion date indicated above. Upon receipt of Notice
to Proceed (NTP) the Contractor will be required to submit a progress schedule. The anticipated date
that the contractor will receive NTP is June 25, 2012. The bid must be reviewed and approved by both
GDOT and the City.
Normal workday for this project shall be 8:00 AM to 5:00 PM and the normal work week shall be
Monday through Friday. The City will consider extended workdays or work weeks upon written
request. No work will be allowed on national holidays (i.e. July 4th, Labor Day, etc.). Refer to the Johns
Creek web site for a calendar of holidays. Please refer to Special Provision 150 – Traffic Control for
lane closure restrictions.
The contractor will be responsible for providing all labor, materials, and equipment necessary to perform
the work. The work specified for this project includes but not limited to placement of asphalt pavement,
installation on storm drainage, traffic control, erosion control, grading, concrete forming and pouring,
backfilling, grassing, and clean-up.
The work will require bidder to provide all labor, administrative forces, equipment, materials and other
incidental items to complete all required work. The City shall perform a Final Inspection upon
completion of all work. The Contractor will be allowed to participate in the Final Inspection. All repairs
shall be completed by the Contractor at his expense prior to issuance of Final Acceptance. 10%
retainage will be held from the total amount due the Contractor until Final Acceptance of work is issued
by the City.
Materials must come from GDOT approved sources. The contractor will be required to submit in writing
a list of proposed sources of materials. When required representative samples will be taken for
18
examination and testing prior to approval. The materials used in the work shall meet all quality
requirements of the contract. Materials will not be considered as finally accepted until all tests, including
any to be taken from the finished work have been completed and evaluated. Standard Specification 106
– Control of Materials will be used as a guide. All material is to meet the requirements outlined in the
sampling testing and inspection manual.
The Contractor shall be assessed liquidated damages in the amount of $300.00 per calendar day for any
work not completed by 365 calendar days after the issuance of the NTP. Refer to special provisions and
supplemental specifications: Section 108—Prosecution and Progress, Subsection 108.08, latest
edition. Liquidated damages shall be deducted from the 10% retainage held by the City.
The City has two local sidewalk projects (see location map) that will be bid in the summer of 2012.
Contractor will be required to coordinate the work with the other local sidewalk projects.
PERMITS AND LICENSES
The Contractor shall procure all permits and licenses, pay all charges, taxes and fees, and give all notices
necessary and incidental to the due and lawful prosecution of the work. Contractor shall submit Notice
of Intent in order to obtain the appropriate NPDES permit as per plans.
MATERIALS
All materials will meet appropriate GDOT specifications. Materials quality control test types will meet
GDOT specifications at a frequency equal to or exceeding that set by those specifications.
Contractor will be responsible for replacing any work performed with material from rejected sample lot
at no cost to the City.
EXISTING CONDITIONS / DEVIATION OF QUANTITIES
All information given in this ITB, shown on the plans and / or included in the supporting documentation
concerning quantities, scope of work, existing conditions, etc. is for information purposes only. It is the
Contractors responsibility to inspect the project site to verify existing conditions prior to submitting their
bid. No adjustment will be made to the bid for differing site conditions.
The City reserves the right to add, modify, or delete quantities. Contractor will be paid for actual inplace quantities completed and accepted for pay items listed in the Bid Schedule. Contractor will not be
entitled to an adjustment of unit price on an item which increased or decreased from the original plan
quantity. All other work required by this ITB, plans, specs, standards, etc. but not specifically listed in
the Bid Schedule shall be considered “incidental work”. The bidder shall include the cost for all
incidental work in their lump sum bid for Grading Complete. No adjustment will be made to the bid
based on missing or inaccurate information.
No payment will be made for additional work without prior written approval from the City. At no time
will Contractor proceed with work outside the prescribed scope of services for which additional payment
will be requested without the written authorization of the City.
19
UTILITIES
Contractor is responsible for coordinating the relocation of all utilities. Contractor is to install all utilities
per utility plan sheet unless noted otherwise. Contractor shall also be responsible for the adjusting to
grade of existing utility structures that are incorporated into the work.
Utility relocation of power poles has commenced and currently being coordinated by City staff.
Contractor shall assume utility coordination responsibilities once contract is awarded. Fulton County to
provide material for work associated with their waterlines. See Supporting Documentation for
clarification of water blowout box relocation at the intersection of Jones Bridge and Buice Road.
Fulton County Water Department has a project along Buice Road. This project limits overlap with the
Jones Bridge at Buice Road Intersection Project and Buice Road Sidewalk. Contractor is responsible
for coordinating construction on Buice Road with Fulton County’s “Alpharetta Water Transmission
Main Project”. See Supporting Documentation for DRAFT construction plan.
TRAFFIC CONTROL
The Contractor shall, at all times, conduct his work as to assure the least possible obstruction to the
citizens. The safety and convenience of the general public and the residents along the roadway and the
protection of persons and property shall be provided for by the Contractor as specified in the State of
Georgia, Department of Transportation Standard Specifications Sections 104.05, 107.09 and 150.
Traffic whose origin and destination is within the limits of the project shall be provided ingress and
egress at all times unless otherwise approved by the City. The ingress and egress includes entrances and
exits via driveways at various properties, and access to the intersecting roads and streets. The
Contractor shall maintain sufficient personnel and equipment (including flaggers and traffic control
signing) on the project at all times, particularly during inclement weather, to insure that ingress and
egress are safely provided when and where needed.
Two-way traffic shall be maintained at all times, utilizing certified flaggers as necessary, unless
otherwise specified or approved by the City. In the event of an emergency situation, the Contractor shall
provide access to emergency vehicles and/or emergency personnel through or around the construction
area.
See Special Provision 150 – Traffic Control for information related to lane closures.
The Contractor shall furnish, install and maintain all necessary and required barricades, signs and other
traffic control devices in accordance with MUTCD and DOT specifications. Contractor shall take all
necessary precautions for the protection of the workers and safety of the public. Contractor shall submit
a traffic control plan to the City for approval. Lane closure along Waters will also need to be
coordinated with the City of Alpharetta.
All existing signs, markers and other traffic control devices removed or damaged during construction
operations will be reinstalled or replaced at the Contractors expense unless otherwise directed. At no
time will Contractor remove regulatory signing which may cause a hazard to the public.
All personnel, equipment, and materials required for installing and maintaining traffic control shall be
the responsibility of the contractor.
20
INVOICING
The Contractor shall invoice monthly for work satisfactorily completed. Separate invoices will need to
be submitted for each project.
The City will retain 10% of the fee due the CONTRACTOR (calculated monthly). Retainage may be
invoiced and will be paid as part of the final invoice submitted after the project has been completed and
accepted.
PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE
The Contractor shall be responsible for the preservation of all public and private property, crops, fish
ponds, trees, monuments, highway signs and markers, fences, grassed and sodded areas, etc. along and
adjacent to the highway, road or street, and shall use every precaution necessary to prevent damage or
injury thereto, unless the removal, alteration, or destruction of such property is provided for under the
contract.
When or where any direct or indirect damage or injury is done to public or private property by or on
account of any act, omission, neglect or misconduct in the execution of the work, or in consequence of
the non-execution thereof by the Contractor, he shall restore, at his/her own expense, such property to a
condition similar or equal to that existing before such damage or injury was done, by repairing,
rebuilding or otherwise restoring as may be directed, or she/he shall make good such damage or injury in
an acceptable manner. The Contractor shall correct all disturbed areas before retainage will be released.
Contractor will be responsible for relocating mailboxes, if necessary, at no cost to the City.
SURVEY
The Contractor will be responsible for all staking necessary to complete construction activities. All
survey equipment, stakes and other materials needed, will be considered incidental to construction
operations and no additional compensation will be provided. Electronic CAD files will be available to
the winning bidder for information purposes only.
RIGHTS AND USE OF MATERIAL
Materials excavated from the City owned right of way within the project limits become the property of
the Contractor. The Contractor, at his/her discretion, may elect to incorporate any of the excavated
material into his/her work provided and that it is suitable for the intended use. Materials identified to be
removed and are unsuitable for the project will be removed from the site by the Contractor. All
excavation, placement, hauling and grading of on-site material will be the Contractors responsibility.
GRADING COMPLETE
The Contractor shall be responsible for all grading work including all clearing, grubbing, hauling,
grading, excavation, backfilling, and compaction tasks associated with the work. In addition to the above
listed tasks, any costs associated with providing borrow material from a location not within the project
limits will be the responsibility of the Contractor. Sub-grade excavation to required elevations, removal
of excavated material if necessary, sub-grade compaction, fine grading, and back-filling excavated area
with suitable material will be the responsibility of the Contractor. Also included in this work will be the
removal and hauling off of existing curb, sidewalk, roadway, trees and any other items necessary to
complete the work.
21
Sidewalk, shoulders, etc. shall be installed according to typical sections. Finished grade of disturbed
areas will match and blend with adjacent areas not disturbed by construction operations. The Contractor
is also responsible for all ditch grading required to maintain drainage.
CONCRETE CURB AND GUTTER
The Contractor shall saw cut the existing edge of pavement at locations where curb is to be installed to
provide a straight and uniform tie-in. This work is incidental to the project and no separate payment will
be made.
The curb and gutter shall be installed in a manner to provide a uniform curb section.
EROSION/SEDIMENT CONTROL
It is the responsibility of the Contractor to follow all Federal, State and Local erosion and sediment
control laws and specifications. This includes meeting all NPDES guidelines.
Erosion/Sediment Control measures shall be installed and maintained by the Contractor throughout the
duration of the project. The Contractor is responsible for the removal and disposal, off project site, all
installed temporary erosion/sediment control measures when affected areas have been restored to a level
where vegetative coverings will minimize erosion.
GRASSING
Contractor will be responsible for grassing installed shoulders and all other disturbed areas. This work
shall consist of ground preparation, furnishing and planting, seeding (including the cost of the seed),
fertilizing, sprigging, mulching and watering of all areas disturbed due to construction operations. This
work will comply with GDOT Section 700 – “Grassing.” Finished grade of disturbed areas will match
and blend with adjacent areas not disturbed by construction operations. In the event that areas are
damaged prior to final project acceptance, the Contractor will repair or replace as necessary. The type
of grass to be used shall match the type of grass on the adjacent property.
PREPARATION OF SUBGRADE
This work shall consist of constructing the sub-grade for the Concrete Sidewalk, Curb & Gutter and
Graded Aggregate Base such that the finished line and grade will conform to the line and grade as
shown on the plan or as directed by City. The subgrade will be compacted to a degree such that no
noticeable deflection is apparent. Removal of unsuitable material and replacement with suitable material
is the responsibility of the Contractor. The City staff will verify line, grade, and compaction prior to
placement of any Concrete Sidewalk, Curb & Gutter and Graded Aggregate Base Contractor will not
proceed without approval of the subgrade compaction by City.
SAFETY
Beginning with mobilization and ending with acceptance of work, the Contractor shall be responsible
for providing a clean and safe work environment at the project site. The Contractor shall comply with
all OSHA regulations as they pertain to this project.
22
CLEANUP
All restoration and clean-up work shall be performed daily. Operations shall be suspended if the
Contractor fails to accomplish restoration and clean-up within an acceptable period of time. Failure to
perform clean-up activities may result in suspension of the work.
WALL TREATMENT EXHIBIT
23
LOCATION MAP
Jones Bridge Road Intersection Improvements
Jones Bridge Road at Morton Road
(GDOT PI #006907)
Buice Road Sidewalk
Improvements (City Project
to be bid separately)
Jones Bridge Road Sidewalk
Improvements (City Project to
be bid separately)
City of Alpharetta
Jones Bridge Road at Buice Road
(GDOT PI #006910)
City Limit Line
City of Johns Creek
Jones Bridge Road at Waters Road
(GDOT PI #006908)
24
BID SCHEDULES
25
26
(JONES AT BUICE)
(JONES AT BUICE)
(JONES AT BUICE)
27
28
29
(JONES AT MORTON)
(JONES AT MORTON)
(JONES AT MORTON)
30
31
32
(JONES AT WATERS)
(JONES AT WATERS)
(JONES AT WATERS)
TOTAL BID AMOUNT – ALL THREE LOCATIONS
(SUM OF GRAND TOTALS)
33
IMMIGRATION AND SECURITY FORM
CONTRACTOR AFFIDAVIT AND AGREEMENT
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 1310-91, stating affirmatively that the individual, firm, or corporation which is contracting with the City of
Johns Creek has registered with and is participating in a federal work authorization program* [any of the
electronic verification of work authorization programs operated by the United States Department of
Homeland Security or any equivalent federal work authorization program operated by the United States
Department of Homeland Security to verify information of newly hired employees, pursuant to the
Immigration Reform and Control Act of 1986 (IRCA), P.L. 989-603], in accordance with the
applicability provisions and deadlines established in O.C.G.A. 13-10-91.
The undersigned further agrees that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to this contract with the City of Johns
Creek, contractor will secure from such subcontractors(s) similar verification of compliance with
O.C.G.A. 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or substantially
similar form. Contractor further agrees to maintain records of such compliance and provide a copy of
each such verification to the City of Johns Creek at the time the subcontractor(s) is retained to perform
such service.
EEV / Basic Pilot Program* User Identification Number
BY: Authorized Officer or Agent
(Contractor Name)
Date
Title of Authorized Officer or Agent of Contractor
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME ON
THIS
DAY OF
201
Notary Public
My Commission Expires:
*As of the effective date of O.C.G.A. 13-10-91, the applicable federal work authorization program is the “EEV/
Basic Pilot Program” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department
of Homeland Security, in conjunction with the Social Security Administration (SSA).
34
City of Johns Creek
12000 Findley Road, Suite 400
Johns Creek, Georgia 30097
(678) 512-3200
www.johnscreekga.gov
O.C.G. A. § 50-36-1(e)(2) Affidavit
Verifying Lawful Presence in the United States
By executing this affidavit under oath, as an applicant for a(n) _______________________, as
referenced in O.C.G.A. § 50-36-1, from the City of Johns Creek, a municipal corporation of the State of
Georgia, the undersigned applicant verifies one of the following with respect to my application for a
public benefit:
I am a United States citizen.
I am a legal permanent resident of the United States.
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. § 50-361(e)(1), with this affidavit.
The secure and verifiable document provided with this affidavit can best be classified as:
________________________________________________________________________.
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 this affidavit
shall be guilty of a violation of O.C.G.A. § 16-10-20, and face criminal penalties as allowed by
such criminal statute.
Executed in ____________________ (city), ______________________________(state).
Signature of Applicant
_________________________________________
Printed Name of Applicant and Title
Subscribed and sworn to before me on
this the
day of
, 20
.
(Clerk/Notary Public)
My commission expires: __________________
35
GDOT Special Provisions
November 12, 2010
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Project No. CSSTP-0006-00(907), CSSTP-0006-00(908), CSSTP-0006-00(910)
County: Fulton
PI NO.: 0006907, 0006908, 0006910
SECTION 108 - PROSECUTION AND PROGRESS
Retain Sub-Section 108.08 as written and add the following:
108.08. C: Intermediate Completion
An overall Completion Date is established for this Project.
For this project the following item of work and corresponding intermediate time is required:
Jones Bridge Road intersection with Morton Road
1. Morton Road traffic may be detoured for a maximum of 45 calendar days. Time charges begin the
day traffic is shifted to the detour and continue until the completion of all work and the roadway is reopened to safe and convenient use for the traveling public.
Failure to reopen the roadway in accordance with the above will result in the assessment of Liquidated
Damages at the rate of $1,000 per Calendar Day or portion thereof.
The above rate is cumulative and is in addition to any Liquidated Damages which may be assessed for
failure to complete the overall project.
2. Failure to re-open travel lanes as specified in Special Provision Section 150.11.A will result in the
assessment of liquidated damages in the amount of $1,000.00 per hour or any part thereof.
The above rate is cumulative and is in addition to any Liquidated Damages which may be assessed for
failure to complete the overall project.
MILLED SURFACES:
Failure to cover milled surfaces as specified in Special Provision Section 150.11 will result in the
assessment of liquidated damages in the amount of $1,000 per calendar day.
The above rate is cumulative and is in addition to any Liquidated Damages which may be assessed for
failure to complete the overall project.
36
November 12, 2010
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Project No. CSSTP-0006-00(907), CSSTP-0006-00(908), CSSTP-0006-00(910)
County: Fulton
PI NO.: 0006907, 0006908, 0006910
SECTION 150 – TRAFFIC CONTROL
ADD the following:
150.11 SPECIAL CONDITIONS:
A. The Contractor shall not install lane closures, pace traffic or move equipment or materials on Jones
Bridge Road, Buice Road or Water Road between the hours of 6:00 am to 9:00 am and 4:00 pm to 7:00
pm, Monday through Friday.
B. The Contractor shall not install lane closures, pace traffic or move equipment or materials on Jones
Bridge Road or Waters Road between the hours of 6:00 am to 7:00 pm Saturday. Existing pedestrian
access is to remain open at all times during construction.
C. MISCELLANEOUS :
MILLED SURFACES:
All milled surfaces shall be covered before they are opened to traffic. Failure to cover milled surfaces
with asphaltic concrete mix as required by the applicable typical section shall be considered a failure to
comply with the requirements of Section 150 Traffic Control and shall result in the assessment of nonrefundable deductions as specified in Special Provision Section 108.08 Enforcement.
37
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Project No. CSSTP-0006-00(907), CSSTP-0006-00(908)
County: Fulton
PI NO.: 0006907, 0006908
Section 615—Jacking or Boring Pipe
615.1 General Description
This work includes installing different sizes and types of pipe by jacking or boring through various materials.
615.1.01 Definitions
General Provisions 101 through 150.
615.1.02 Related References
A.
Standard Specifications
Section 205—Roadway Excavation
Section 208—Embankments
Section 550—Storm Drain Pipe, Pipe-Arch Culverts, and Side Drain Pipe
Section 841—Iron Pipe
Section 847—Miscellaneous Pipe
B.
Referenced Documents
General Provisions 101 through 150.
615.1.03 Submittals
A.
Handling Method
Furnish for the Engineer’s approval, a plan showing the proposed method of handling, including:
Design for the jacking head, jacking support, or back stop
Arrangement and position of jacks, pipe guides, etc., complete as assembled
B.
Welding Procedure
Before welding steel pipe or ductile iron pipe as casing and carrier, submit to the State Materials
and Research Engineer a written welding procedure. Include joint details, preheat temperature,
and electrodes to be used. Do not use welded steel pipe as a sanitary sewer carrier.
38
615.2 Materials
Use pipe types and sizes that conform to the Plans and the following:
Material
Section
Corrugated Metal Pipe
550
Concrete Pipe
550
Steel Pipe
847.2.02
Ductile Iron Pipe (Plain Ends)
841
615.2.01 Delivery, Storage, and Handling
General Provisions 101 through 150.
615.3 Construction Requirements
615.3.01 Personnel
General Provisions 101 through 150.
615.3.02 Equipment
General Provisions 101 through 150.
615.3.03 Preparation
General Provisions 101 through 150.
615.3.04 Fabrication
General Provisions 101 through 150.
615.3.05 Construction
Dispose of the excavated material from the following jacking or boring operations or use it as directed
by the Engineer at no additional cost to the Department.
A.
1.
2.
3.
4.
5.
Jacking
Follow these requirements when jacking:
Excavate suitable pits or trenches for the jacking operation and for placing the end joints of pipe,
when required. Securely sheet and brace the pits or trenches to prevent caving, where necessary.
When installing pipe under railroads, highways, streets, or other facilities by jacking or boring,
perform construction and prevent:
Interfering with the facility operation
Weakening the roadbed or structure
To force the pipe through the roadbed, use a jack with a head constructed to apply uniform
pressure around the ring of the pipe.
Set the pipe to be jacked on guides, braced together to properly support the pipe section and to
direct it to the proper line and grade.
Excavate the roadbed as follows:
39
a. Excavate roadbed material just ahead of the pipe.
b. Remove the excavated material through the pipe.
c. Ensure that the excavation diameter conforms to the outside diameter and
circumference of the pipe as closely as possible.
6. Force the pipe through the roadbed into the excavated space.
7. Use an approved mix to pressure grout voids that develop during installation and that the
Engineer determines are detrimental to the work.
8. Ensure that the excavation does not extend beyond the pipe more than 2 ft. (600 mm).
Decrease the distance at the Engineer’s direction or if the character of the excavated material
allows.
9. Jack the pipe from the low or downstream end. The line and grade from the pipe’s final position
established by the Engineer may vary no more than two percent in lateral alignment and one
percent in vertical grade. Ensure that the final grade of the flow line is in the direction indicated
on the Plans.
10. Use a cutting edge around the head end. Extend it a short distance beyond the pipe end with
inside angles or lugs to keep the cutting edge from slipping back into the pipe.
11. Once the pipe jacking has begun, proceed with the operation without interruption to prevent the
pipe from becoming firmly set in the embankment.
12. Remove and replace pipe damaged in jacking operations at no additional expense to the
Department.
13. After completing the jacking, immediately backfill the excavated pits or trenches.
B.
Boring
Proceed with the boring from a pit provided for boring equipment and workmen. Complete these
steps:
14. Excavate for pits and shoring installation as outlined above.
15. Locate the pit at the Engineer’s approval.
16. Bore the holes mechanically using a pilot hole approximately 2 in. (50 mm) in diameter that is
bored the entire length of the installation.
d. Check the pilot hole for line and grade on the opposite end of the bore from the work
pit.
e. Use the pilot hole to serve as the center line of the larger diameter hole to be bored.
17. Place excavated material near the top of the working pit and dispose of it as required. Use water
or other fluids with the boring operation to lubricate the cuttings. Do not perform jetting.
18. In unconsolidated soil formations, use a gel-forming collodial drilling fluid with at least 10
percent of high grade carefully processed bentonite to consolidate excavated material, seal the
walls of the hole, and lubricate subsequent removal of material and immediate pipe installation.
19. Ensure that the diameter of the excavation conforms to the outside diameter of the pipe as closely
as possible.
20. See Subsection 615.3.05.A, “Jacking,” for the allowable variation from line and grade.
21. Use an approved mix to pressure grout voids that develop during the installation operation and
that the Engineer determines are detrimental to the Work.
40
615.3.06 Quality Acceptance
General Provisions 101 through 150.
615.3.07 Contractor Warranty and Maintenance
General Provisions 101 through 150.
615.4 Measurement
Pipe installed by jacking or boring is measured by the linear foot (meter) of pipe complete in place.
Measurement is made between the ends of the pipe along the control axis as installed.
615.4.01 Limits
General Provisions 101 through 150.
615.5 Payment
Work performed and materials furnished as prescribed by this item and measured as provided above will
be paid for at the Contract Price per linear foot (meter) for jacking and boring of the pipe type, size, and
class specified. Payment is full compensation for furnishing the pipe and the incidentals to complete the
Item.
Excavation will not be paid for separately but will conform to Section 205 and Section 208.
Payment will be made under:
Item No. 615
Jack or bore pipe (type), (class), (size)
615.5.01 Adjustments
General Provisions 101 through 150.
41
Per linear foot (meter)
October 19, 2007
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Project Nos. CSSTP-0006-00(907), CSSTP-0006-00(908), CSSTP-0006-00(910)
County: Fulton
PI NO.: 0006907, 0006908, 0006910
Section 647—Traffic Signal Installation
Delete Subsection 647.3.07.A and substitute the following:
Contractor Warranty and Maintenance
Traffic Signal Equipment Maintenance
Perform an inspection with the Engineer to determine the operational status of existing field
equipment and finalize materials and equipment that is to be removed due to the project.
Prepare written report identifying what equipment was operational and non-operational and
responsibility for repair.
Functional responsibility for new traffic signal equipment installed will become the responsibility of
the Contractor until acceptance of the project. Contractor responsibility for operation, maintenance
and response to reports of operational or equipment malfunction for existing or newly installed
signal material at the intersection begins from the issuance of the Notice to Proceed (NTP) until
Final Acceptance of the project.
Measure and document existing vertical signal head clearance during the inspection. Maintain
existing vertical clearances until Final Acceptance.
Failure to measure and document vertical clearances as part of the inspection will require that all
signals be maintained with a vertical clearance of 17 feet (5.1 m) until Final Acceptance. Maintain
newly installed signals continuously as detailed in following sections, until Final Acceptance.
Provide a telephone number where the Worksite Traffic Control Supervisor (WTCS) or responsible
representative of the Contractor can be reached twenty four (24) hours a day seven (7) days a week
in the event of an emergency.
If a signal is not functioning properly:
Non-Emergency
Commence work on this signal within three (3) days of the delivery of written notice or e-mail
from the Engineer. Failure to respond within three (3) days will result in liquidated damages in
the amount of $1,000.00 per day, or portion of, until the work is complete.
In addition, the cost of labor and materials will be charged by the Department if the Department
takes corrective action after the three (3) days from written notice using its own forces or local
municipality forces.
The department or local municipality will not be held responsible or liable for any alleged
damage to the signal or as a result of the signal malfunction due to problems that may occur after
42
the Department or local municipality forces make repairs.
Emergency
If the Engineer determines that the signal malfunction or failure is an operational hazard, the
Contractor is to take corrective action within three (3) hours of the first attempt of verbal
notification. Response shall be considered only when qualified personnel and equipment are
provided.
Failure to respond within three (3) hours will result in a non-refundable deduction of money of
$1,000.00 with an additional charge of $500.00 per hour after the first three (3) hours until
qualified personnel and equipment arrives on site and begins corrective action.
In addition, the cost of labor and material will be charged by the Department if the Department
takes corrective action after the three (3) hours notification using its own forces or local
municipality forces.
Total charges will not exceed $10,000.00 (per emergency call) in addition to the material cost
and labor incurred to make repairs by the Department or local municipality forces respond to the
malfunction.
The Department or local municipality will not be held responsible or liable for any alleged
damage to the signal or as a result of the signal malfunction due to problems that may occur after
Department or local municipality forces make emergency repairs.
The Contractor shall be responsible for all materials and equipment necessary to correct signal
malfunction or repair.
Final Acceptance will not be given until payment for such work is received.
43
Georgia Department of Transportation
State of Georgia
Special Provision
Project No. CSSTP-0006-00(907), CSSTP-0006-00(908)
County: Fulton
PI NO.: 0006907, 0006908
Section-687 Traffic Signal Timing
687.1 General Description
This work consists of developing and implementing, by a prequalified Signal Timing Consultant, a
traffic signal operating plan designed to provide a safe and efficient operation of the intersections
included in this Special Provision. This work includes system timing plan development, implementation
and adjustment, and conducting before and after studies. Traffic-responsive development and
implementation will be included as part of this project.
GDOT will provide the following data to aid the consultant in developing signal timing plans:
 Turning movement counts (vehicle and pedestrian)
 24-hour tube counts
 Signal phasing at each intersection
 Existing timing database
 Existing controller equipment inventory at each intersection
 Type of communication utilized in the system
 Controller cabinet location
 Sign locations
 Loop detector locations, type and reliability
 Proposed roadway construction and signal installations
 Lane configuration
 Turn bay lengths
 Approach grades
 Speed limit
 Distances for clearance values
 Distance between intersections
44
687.1.01 Definitions
Use the following definitions for purposes of this section:
A prequalified Contractor is defined as one who is qualified to perform work in Area Class Codes 3.06
and 3.09 in the Department’s Consultant Prequalification regulations.
A signal timing plan is defined as a unique combination of cycle lengths, splits, and offsets for all
intersections within a system or control section.
A control section is defined as any portion of a traffic control system that can be controlled by a single
set of timing parameters and in which all intersections change timing patterns at the same time.
Engineer is defined as the District Traffic Engineer for the District in which the intersections are located
or the GDOT Signal Timing Program Manager.
Approved or approval is defined as written approval by the District Traffic Engineer or his or her
designated representative.
687.1.02 Submittals
Make the following four submittals to the Engineer for review and approval in the sequence and order
listed. Each submittal must be obtained before conducting any associated work.
1. Preliminary Timing Plans/Assessment Report
2. Traffic-responsive volume and occupancy signature (if traffic-responsive information is required)
3. Traffic-responsive test results (if required)
4. Final Timing Plans Report
5. CD copies of all deliverables
Submit all traffic signal timing data to the Engineer in a form utilizing the manufacturer’s software.
Ensure that all work submitted is neat and legible. Submit two CD copies of all deliverables including
Synchro files, timing databases, and reports.
687.2 Materials
687.2.01 Software
The Department will not provide resources to fulfill any contractor obligations under this Special
Provision. The Department will not furnish any software or equipment for the development and
implementation of timing plans. The Department’s own signal system software may only be used on
site. Obtain all necessary licensed software, equipment, and materials to support this work effort. All
software used for this project must be registered to the Timing Consultant and must be 100 percent
compatible with the software utilized by the Department. Supply proof of registration.
687.3 Construction Requirements
687.3.01 Field Review
The timing consultant will review the GDOT-supplied data and validate the data by performing
qualitative assessments of the systems. All validation shall be summarized in the Preliminary Timing
Plans/Assessment Report. Also in doing these qualitative assessments for the systems, observe the
systems for traffic patterns of the motorists in the area. Upon completion of the field qualitative
assessments for the systems, check with GDOT and the local agencies to determine if any special local
conditions exist that could affect the timing plan development process. A recommendation to use or not
use traffic-responsive operation is also made at this time.
45
687.3.02 Initial Timing Plan Development
Develop the number of signal timing plans determined in the Inventory/Data Collection/Timing Plan
Assessment Report approved by the Engineer. Use a Department-approved computer signal timing
analysis program to develop the signal timing plans.
All software programs must be 100 percent compatible with the programs the Department
currently uses. Program version numbers may be different as long as the data can be saved into
the version utilized by the Department. Obtain approval of all computer programs to be used for
this project from the Department. Provide the Department with program registration numbers.
687.3.02.01 Timing Plan Development Requirements
Include in each timing plan controller, master (if present) and system settings necessary to allow
coordinated operation of the intersections. Determine values for all controller parameters (local and
coordination) and prepare the system database. Include the entire database for the local and master
controllers, as well as the microcomputer-resident system database including local, master, and system
wide graphics.
687.3.02 Preliminary Timing Plans/Assessment Report
Develop a Preliminary Timing Plans/Assessment Report consisting of the following data:
1. Methodology for conducting before and after studies
2. Proposed number of timing plans
3. Recommended time-of-day for each plan’s time periods
4. Recommended day-of-week for each plan’s time periods
5. Proposed signal timing plans
6. Databases for each plan
Submit to the Department procedures and a schedule for implementing and fine tuning the timing plans
and for developing and testing traffic-responsive operation. Submit the signal timing development
computer program input and output files for the proposed signal timing plans. Explain in this report the
analysis and conclusions regarding the development of the signal timing plans.
687.3.03 Timing Plan Implementation
Upon receipt of written approval of the Initial Timing Plan Report by the Engineer, implement the new
signal and system timing graphics data for the entire system. Notify the Engineer five working days in
advance of the implementation of the system timing plans. Do not schedule implementation on peak
traffic days or during peak travel times without prior approval from the Engineer.
Enter only approved data into the equipment at each location. If an intersection is ready for turn-on
before the initial timing plans are developed, the existing timings (if suitable) or other approved
temporary timings may be installed until the initial timing plans are developed. Enter the new timing
data at each controller, through the master or from the workstation. If entering the timing data from the
workstation, this person should be experienced with controller operation in the field during the
implementation process. Obtain approval of the method of data entry from the Engineer prior to the
entry of any data. Develop and implement all settings required for the system database.
687.3.04 Fine Tuning
Review the timing plans and adjust this data as required by actual field conditions or as directed by the
Engineer. Conduct this evaluation in three stages:
1. Conduct initial field verification within 24 hours of operating plan implementation. Review the
operation of the equipment in the field to verify that the correct cycle lengths, splits, and offsets are
being implemented by the system and that no major operating problems occur.
46
2. In the second stage, include a detailed on-street review of the operation of all timing plans. This
review will determine where adjustments are required subject to excessive queues or vehicle delays.
Upon determining these locations, make the necessary adjustments.
3. The third stage of the fine tuning consists of an on-street review of the timing plans by the Engineer,
the Consultant, the Department, and the local agency, if applicable. The Consultant must request in
writing notice to proceed with this stage and submit documentation of the activities in completing stages
one and two before beginning the third stage. It is not the intent of stage three for the Department and
the Local Agency to accomplish stages one and two for the Consultant.
Stage three is reserved for the Department and the local agency to review and approve, reject or request
changes to the final timings as installed by the Timing Consultant. As directed by the Department, the
third stage could involve rejection of the timing plans, at which point the Timing Consultant must repeat
stages one and two and then request a follow-up stage three review with the Department. As directed by
the Department, the third stage could also require the Consultant to re-run the timing plan development
program at lower or higher restricted ranges or at specific cycle lengths (as needed to achieve the desired
progression and minimize delay). If so directed, implement the necessary adjustments and repeat the
detailed on-street review. Notify the Department at least five working days in advance of all on-street
reviews. The Department reserves the right to require that adjustments be made due to conditions
observed in the field.
Make any adjustments to the timings requested by the Department or its representative until the Final
Timing Plan Report is submitted for review. Anticipate implementing all plans into the system and fine
tuning all plans during the time-of-day/day-of-week (and season of year, if applicable) that the plans are
scheduled to be in effect. Consultant shall present to the Department for approval any contract
scheduling conflicts that may interfere with the proper scheduling of the timing plan implementation
along with proposed resolutions.
Complete the fine tuning prior to the beginning of the operational test period, as specified in Section
647.3.06.C of the Traffic Signal Installation Supplemental Specification.
687.3.05 Traffic-Responsive Plan Development
For each intersection approach for which traffic-responsive thresholds are to be developed, collect 15minute volume and occupancy levels for a minimum of one week. Utilizing the system sensor data
collected and field observations, graphically evaluate volume and occupancy levels for running the
system in the traffic-responsive mode for each control section where timing plans have been developed
and where system detectors exist. Based on the traffic-responsive algorithm utilized by the Department's
traffic signal system software, develop a set of volume and occupancy signatures for selection of the
most appropriate timing plan from the plans developed as defined above.
Document the procedures and methods used for establishment of volume and occupancy thresholds and
submit a set of volume and occupancy signatures to the Engineer for approval along with proposed time
periods for operating in a traffic-responsive mode by control section. Develop a procedure to be
approved by the Engineer that tests the validity of the volume and occupancy data being received by the
designated system detectors.
Test the traffic-responsive operation for each control section utilizing the volume and occupancy
signatures developed. First develop a procedure whereby a traffic-responsive operation is placed in a
background mode of operation. Demonstrate with this operational mode that volume and occupancy
detector information is being collected and utilized in conjunction with an algorithm to select an
appropriate timing plan for implementation. Selection of any timing plan in lieu of the most appropriate
one will not be accepted. Following the background mode test, program traffic-responsive operation into
the time-of-day/day-of-week scheduler and observe in the field. Conduct field verification and on-street
reviews within 24 hours of traffic-responsive field plan implementation. Notify the Engineer at least
three working days in advance of traffic-responsive field plan implementation. The Department reserves
the right to direct the Consultant to make adjustments based on conditions viewed in the field.
47
Develop procedures for testing and submit them to the Engineer for approval. Include the documentation
of the traffic-responsive simulation test results, which will provide the means for determining success or
failure.
687.3.06 Final Timing Plans
Include in the final timing plans parameters for each intersection and control section, which timing plans
are available for manual and traffic-responsive selection, and the values of the traffic flow parameters
used in the traffic-responsive selection program. Develop time-of-day/day-of-week schedule
information, a system database, and graphics. Implement the system database into the District's resident
microcomputer system, which contains the traffic signal system software.
After all necessary adjustments are made to the timing, operating data, and system graphics, furnish two
(2) signed copies in a notebook of the final local and system timing plans to the Department. Provide
hard copies of the local and system timings on the signal system software manufacturer’s forms. Use the
back-up routine provided in the Department’s signal system software to make a back-up of the system
database. Supply two CD-ROM copies of all the generated reports, updated Synchro files with the final
timing, copy of system database to the Department within a week of completion.
687.3.07 Effectiveness Study
After the fine-tuning period, prepare and submit a cost/benefit analysis in a report format for review and
approval by the Engineer. This analysis must include at a minimum:






Emissions (NOx, CO, VOC)
Total travel time (before and after)
Stops/delays
Fuel consumption
Level of service
Measure of efficiency
687.3.08 Training (only if requested by the Department)
687.3.08.01 Overview
Provide instructors and all material for training Department and local agency personnel in the
development and implementation of timing plans specifically related to this project. Submit instructors’
resumes, training course outlines, and samples of all training aids and manuals to the Engineer for
approval at least 45 days prior to the proposed scheduled start of the training session. Obtain written
approval of this material prior to the final scheduling of the training session or the final production of
training materials. Do not schedule the training session until after the fine tuning has been completed.
Develop and supply all necessary manuals, displays, class notes, visual aids, and/or other instructional
materials as required to provide the training programs described herein. Bind the manuals individually in
loose-leaf binders and provide up to 12 copies. Check with the Engineer to determine the final number
of required manuals.
Unless otherwise specified, conduct the training session at the District office. Provide up to 16 hours of
training over two days. The dates and times of the training will be approved by the Engineer. Attendance
will range from three to 12 persons. The Engineer will determine the personnel who will attend each
training session.
687.3.08.02 Content
Provide a course to instruct the procuring and maintaining agency in the procedures used in the
development and implementation of timing plans for this project.
Items to be covered are:
48










Relationship of signal timing program used to other programs available (Synchro, Passer, Tranyst)
Data required for input into the signal timing program. What does the signal timing program do with
the data and what are the most critical data items?
Limitations of the program
Timing plan methodology for this project
Explanation of timing plan development process as related to the signal timing program.
Terminology employed, data required, reports and graphics available for evaluation, definition of
MOEs, and interpretation of results.
Explanation of timing plan development process as related to this project. Provide process and
reasons for the evaluation and selection of cycle length, splits, and offsets. Explain why it is an
iterative process.
Conversion of the timing plan output from the programs to the input utilized by the system and
controller database. Installation of the timing plans for manual mode use and time-of-day use.
What is fine tuning? What should one look for when fine tuning and how does one transfer the
conclusions from fine tuning into database modifications?
Development of parameters to be used in the database to implement traffic-responsive operation
based on the data collected from the field
What type of data should be collected in the field for traffic-responsive operation? How do you fine
tune a traffic-responsive operation and how is an effectiveness study conducted?
687.4 Measurement
687.4.01 Construction Contracts
Work performed under this specification will not be measured separately for payment.
687.4.02 Consultant Services Contracts
Work performed under this specification will be measured based upon hours expended and expenses
incurred subject to the labor and expenses defined in the contract and/or task order.
687.5 Payment
687.5.01 Construction Contracts
For traffic signal timing that is a part of a construction contract, work performed under this specification
will be paid for at the Lump Sum price bid under item 687 and will include all materials, labor, tools,
equipment, supplies, and incidentals to complete the item of work.
Payment will be made under:
Item no. 687._Traffic Signal Timing... per Lump Sum.
687.5.02 Consultant Services Contracts
For traffic signal timing that is a part of a consultant services contract, work performed under this
specification will be paid for on a cost plus, services rendered basis up to the maximum amount
specified in the contract and/or task order.
49
GDOT Data Example
EXHIBIT A.1-A.5
50
51
52
53
Data Collection Format Example
EXHIBIT A.5A- 24 HR Count Data
Thu 19 May 2005 - Total=4003, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
2300
- 1193 795 686 679 398
252
- 363 194 169 156 104
83
45
- 300 207 169 187 121
79
30
- 258 223 174 164
87
45
37
- 272 171 174 172
86
45
15
Fri 20 May 2005 - Total=17517, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
2300
127
47
37
32
69 236 752 1608 1679 1095 833 1115 1524 1328 922 933 963 917 818 655 551 501 408
367
45
11
13
7
7
25 119 312 456 335 220 195 405 397 243 217 222 241 226 186 134 128 116
96
63
30
15
11
7
9
40 150 356 409 285 202 229 424 350 228 235 275 243 176 165 143 134
78
97
55
37
11
3
8
18
58 200 426 441 248 210 274 328 298 219 247 242 204 225 155 141 108
99
77
45
15
10
10
10
35 113 283 514 373 227 201 417 367 283 232 234 224 229 191 149 133 131 115
97
40
Sat 21 May 2005 - Total=10509, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
2300
203 109
69
31
25
90 172 287 493 574 623 695 776 790 739 742 676 636 564 559 544 454 356
302
63
34
21
11
7
12
27
63
97 124 152 148 177 173 182 179 168 152 148 150 150 136
92
85
64
55
28
12
9
6
18
32
69 112 143 165 155 199 176 215 180 163 180 136 132 131 116
89
78
38
45
25
22
7
1
26
51
63 132 155 148 192 200 199 181 201 165 154 137 151 118 101
91
67
48
40
22
14
4
11
34
62
92 152 152 158 200 200 242 161 182 180 150 143 126 145 101
84
72
38
Sun 22 May 2005 - Total=8056, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
2300
188
97
66
38
27
61
96 146 286 313 421 476 618 619 542 598 607 552 564 469 436 378 277
181
64
24
24
7
11
4
20
25
79
56 110 103 155 161 121 152 165 142 138 121 111
93
93
54
21
38
27
18
17
4
9
26
29
76
78
99 121 139 155 143 157 158 137 154 105 106
91
55
40
19
48
29
10
9
5
14
19
40
66
74
95 123 164 147 132 151 131 143 134 116 117 103
65
44
31
38
17
14
5
7
34
31
52
65 105 117 129 160 156 146 138 153 130 138 127 102
91
64
43
13
Mon 23 May 2005 - Total=16563, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
2300
84
54
27
22
60 228 821 1662 1621 988 845 833 1132 1227 882 836 903 1213 939 665 510 481 322
208
21
12
13
4
4
24 106 342 460 275 219 185 255 332 222 228 209 317 255 184 135 112
81
57
25
19
20
5
4
8
37 183 387 375 235 219 216 246 314 224 222 228 326 231 170 110 117
87
48
18
31
13
6
5
16
68 204 451 410 249 203 195 301 290 227 202 188 268 242 158 139 142
77
56
22
13
9
3
9
32
99 328 482 376 229 204 237 330 291 209 184 278 302 211 153 126 110
77
47
15
Tue 24 May 2005 - Total=17522, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
54
2300
80
43
220
25
16
69
39
18
8
46
23
22
11
53
20
15
8
52
11
26
32
63
242
794 1733 1492 1186
949
916 1257 1300
869
766
991 1409 1139
671
614
425
305
11
5
8
29
112
382
384
320
266
198
255
367
250
188
253
330
374
187
165
120
82
6
7
11
46
175
374
350
342
233
236
298
337
219
211
256
373
317
185
170
113
96
4
8
13
57
218
458
386
277
208
236
330
302
189
171
242
351
247
150
154
98
64
5
12
31
110
289
519
372
247
242
246
374
294
211
196
240
355
201
149
125
94
63
Wed 25 May 2005 - Total=17652, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
2300
93
55
44
32
71 252 766 1499 1758 1087 788 830 1255 1309 909 847 1072 1322 1271 711 587 477 353
264
39
15
12
9
15
33
94 324 435 316 199 186 307 369 259 204 256 260 357 187 165 149 107
74
30
23
16
7
6
8
50 178 370 445 260 211 204 288 301 237 241 266 373 365 179 151 104
87
76
35
20
10
13
6
21
68 220 395 411 241 182 207 303 361 220 194 297 342 303 185 143 109
70
58
29
11
14
12
11
27 101 274 410 467 270 196 233 357 278 193 208 253 347 246 160 128 115
89
56
19
Thu 26 May 2005 - Total=13087, 15 minute drops,
0000 0100 0200 0300 0400 0500 0600 0700 0800 0900 1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100 2200
2300
113
60
33
25
69 250 754 1361 1468 1072 810 907 1130 1275 944 760 977 1079
30
20
7
6
8
26 102 323 381 289 212 191 277 378 265 221 222 335
35
9
6
7
7
41 163 308 337 303 211 208 290 279 242 194 258 277
29
12
7
7
21
59 208 329 375 244 185 209 268 312 215 202 270 233
19
19
13
5
33 124 281 401 375 236 202 299 295 306 222 143 227 234
-
55
56
NAV01-052 Rev. 16.0
April 19, 2007
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
SPECIAL PROVISION
Project No. CSSTP-0006-00(907), CSSTP-0006-00(908)
County: Fulton
PI NO.: 0006907, 0006908
SECTION-938 DETECTION
Section 938 - Detection
Add the following:
938.1 General Description
A.
Not Applicable
B.
Intersection Video Detection System
This work includes the procurement and installation of an Intersection Video Detection System (I-VDS)
for use with a traffic signal/ramp meter controller in a traffic signal or ramp meter cabinet with card rack
vehicle detector input files (for the cabinet type specified in the Plans). The I-VDS to be supplied
analyzes video images to detect and count motor vehicles. Components comprising the I-VDS include,
but are not limited to, video camera sensor(s), including the camera sensor housing and mounting
hardware, intersection video detection system processor module(s) and output expansion module(s)
which mount in the traffic signal controller cabinet input files, programming monitor(s), programming
device(s) for system configuration through software (either pointing device or keyboard), cabling
between camera sensor(s) and the cabinet, surge suppressors, terminations, and related equipment.
Provide all equipment and materials of like kind and function to be of the exact same manufacture,
model, revision, firmware, etc.
Provide all equipment, materials, and work in accordance with all manufacturers’ recommendations.
C.
Microwave Radar Detection
This work includes furnishing and installing a microwave radar detection system that provides true
presence detection, vehicle count, occupancy, and speed information to the Department’s NaviGAtor
advanced transportation management system. Components comprising the microwave radar detection
system include, but are not limited to, microwave radar detector(s), including the detector housing and
57
mounting hardware, an application programming interface(API) and protocol for system
communications, cabling between the microwave detector(s) and the cabinet, surge suppressors,
terminations, and related equipment.
Provide all equipment and materials of like kind and function to be of the exact same manufacture,
model, revision, firmware, etc.
Provide all equipment, materials, and work in accordance with all manufacturers’ recommendations.
938.1.01
Definitions
Traffic Signal Controller Cabinet Input File: A Traffic Signal Controller Cabinet Input File is a
chassis within a traffic signal cabinet rack that has slots where a detector card provides detector output
to the traffic signal controller through its edge card connectors. The backplane connector pin output of
the edge connectors conforms to Georgia traffic signal controller cabinet standards for the cabinet type
specified in the plans.
Processor Module, Type A: provides one video camera input sensor
Processor Module, Type B: provides two (2) video camera input sensors
IVDSn: IVDSn refers to all of the specific I-VDS components necessary for operation and detection on
one approach leg of an intersection. The “n” denotes the approach’s through-movement controller phase
in the nomenclature of a typical 8-phase dual-ring intersection operation (e.g., IVDS2, IVDS4, IVDS6,
IVDS8) when four video camera sensors are installed. If more than four video camera sensors are
installed, the “n” denotes the controller phase being detected in the nomenclature of a typical 8-phase
dual ring intersection operation. IVDSn is also used as a prefix to identify the individual I-VDS
components of the “n” approach as follows:









IVDSnVCS: the video camera sensor for approach “n”
IVDSnJB: the wiring junction box mounted with the video camera sensor for approach “n”
IVDSnCC: the coaxial cable from the wiring junction box to the controller cabinet for approach “n”
IVDSnPC: the video camera sensor power cable from the wiring junction box to the controller
cabinet for approach “n”
IVDSnCSS: the coaxial cable surge suppressor in the controller cabinet for approach “n”
IVDSnCJ: the coaxial jumper cable from the coaxial surge suppressor in the controller cabinet to the
processor module or detector panel for approach “n”
IVDSnPM: the processor module for approach “n”, where a Processor Module, Type A is installed
IVDSpn/snPM: the processor module for approach “pn” and “sn”, where “pn” is the primary
approach and “sn” is the secondary approach, where a Processor Module, Type B is installed.
Occupancy: individual lane occupancy measured in percent of time
Ramp Meter Controller Cabinet Input File: A Ramp Meter Controller Cabinet Input File is a chassis
within a traffic signal cabinet rack that has slots where a detector card provides detector output to the
traffic signal controller through its edge card connectors. The backplane connector pin output of the
58
edge connectors conforms to Georgia traffic signal controller cabinet standards for the cabinet type
specified in the plans.
IVDSnnn IVDSnnn refers to all of the specific I-VDS components necessary for operation and
detection related to ramp metering installations based on direction, type of detection and lane
assignments The first “n” denotes the approach direction (north, south, east or west) and the second “n”
denotes the type of detection, P=Passage Detection Zones, D=Demand Detection Zones, Q=Queuing
Detection Zones, ML=Mainline Detection Zones, the third “n” denotes the lane assignment (lane
1=L01, lane 2=L02,lane =L03, lane= L04), the (e.g., IVDSnPL01, IVDSsDL02, IVDSeQL03,
IVDSwMLAL04)
The typical ramp metering layout is shown below:
Upstream
Detection Station
MLB
MLA
MLA
MLA
MLA
D1
D2
D3
MLB
MLB
LANE 1
LANE 2
LANE 3
MLB
LANE 4
P1
P2
P3
Legend:
ML = Mainline Detection zone
A & B = Detector Trap
Stop Bar
Q1
Q2
Q3
P=Passage detection zone
D=Demand detection zone
Q = Queue detection zone
Figure 2: Typical Ramp Meter Layout
Lane numbering shall began at the median for mainline travel lanes. Lane numbering for ramp meter
lanes shall began with the lane adjacent to the mainline travel lanes,
IVDS is also used as a prefix to identify the individual I-VDS components as follows:



IVDSnnnVCS: the video camera sensor for “nnn” direction, type of detection and lane assignment
IVDSnnnJB: the wiring junction box mounted with the video camera sensor for “nnn” direction,
type of detection and lane assignment
IVDSnnnCC: the coaxial cable from the wiring junction box to the controller cabinet for approach
“nnn” direction, type of detection and lane assignment
59




IVDSnnnPC: the video camera sensor power cable from the wiring junction box to the controller
cabinet for approach “nnn” direction, type of detection and lane assignment
IVDSnnnCSS: the coaxial cable surge suppressor in the controller cabinet for approach “nnn”
direction, type of detection and lane assignment
IVDSnnnCJ: the coaxial jumper cable from the coaxial surge suppressor in the controller cabinet to
the processor module or detector panel for approach “nnn” direction, type of detection and lane
assignment
IVDSnnnPM: the processor module for approach “nnn” direction , type of detection and lane
assignment
938.1.02
Related References
A. Georgia Standard Specifications
Section 150 – Traffic Control
Section 639 – Strain Poles for Overhead Sign and Signal Assemblies
Section 647 – Traffic Signal Installation
Section 922 – Electrical Wire and Cable
Section 925- Traffic Signal Equipment
Section 939 – Communications and Electronics Equipment
Section 940 – NaviGAtor Advanced Transportation Management System Integration
B. Referenced Documents
American National Standards Institute (ANSI)
American Society of Testing and Materials (ASTM)
Electronic Industries Association (EIA) - 170A
FCC Part 15, Subpart J, Class A device requirements
Manual on Uniform Traffic Control Devices (current edition)
National Electric Code (NEC) 210-19a., FPN No. 4
National Electrical Manufacturers Association (NEMA) TS1-1989 (R1994, R2000, R2005), Section
2.1.5.2, Section 2.1.12
NEMA TS-1-1989 (R1994, R2000, R2005)
60
NEMA TS2-2003 Type 2, Type 170 and Type 179 Standards
NEMA TS2-2003
NEMA 250 Type 4 enclosure standards
Underwriter’s Laboratory Incorporated (UL)
938.1.03
Submittals
Provide six copies of complete and thorough submittal data for all components and materials of a
detection system within 30 calendar days of the Contract Notice-to-Proceed. Furnish the submittal data
to the Engineer. Include in the submittal data complete technical and performance specifications on all
hardware, materials, and installation wiring/cabling to be performed at the detection system site. Neatly
organize each package of submittal data and separate by hardware item. Include an index of all submittal
data documents contained within the package. Name each submittal data document, what detection
system component the document is submitted for (including the associated 938.X subsection), and the
specific manufacturer model, part and revision number of the subject hardware or software item exactly
as that item is proposed to be provided. Any submittal data document or documentary item that is not
listed in the index will not be accepted for review. For each package of submittal data, address all of the
components and materials necessary for a complete detection system; separate submissions for
individual detection system components and materials are not permissible.
A. Not Applicable
B. Intersection Video Detection System
The following table outlines the Submittal Requirements for the equipment and components of an IVDS. The table is a guide and does not relieve the Contractor from submitting additional information for
a complete submittal package.
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
61
Material
X
Training
Schedule
Training
X
Test Reports
X
Test Plan
X
Report
Installation
Proced.
Mainten.
X
Drawings
Structural
Calc.
Lab Test
Mfg.
Specification
Shop.
Video Camera Enclosure
Variable Focus Lens
Programming Monitor
Programming Device
Processor Module
938.2.B.1
938.2.B.10
938.2.B.1
938.2.B.1
938.2.B.2
938.2.B.3
938.2.B.4
938.2.B.10
Catalog Cuts
Video Camera
Proced.
Test Schedule
Section 938.1.03.B Intersection Video Detection Submittal Requirements
Material
Specification
Submittal
Reference
Due Date
(Calendar
Days after
NTP)
30 Days
30 Days
30 Days
30 Days
30 Days
30 Days
Output Expansion Module
Processor Software
Configuration Software
Terminal Blocks
Surge Suppression
Wiring Cabling & Harnesses
Training Plan
938.2.B.5
938.2.B.10
938.2.B.7
938.2.B.8
938.2.B.7
938.2.B.8
938.2.B.10
938.2.B.10
938.2.B.9
938.2.B.10
938.3.08
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
30 Days
30 Days
30 Days
30 Days
30 Days
30 Days
X
X 30 Days
1. Training Plan
Submit a Training Plan that includes, at a minimum, a detailed description of the contents of the course,
an outline of the training course, resumes and references of the instructor(s), and the training notebook
that the students will use during training. Submit a Training Plan within 30 calendar days of Contract
Notice-to-Proceed. Obtain approval of the Plan from the Engineer.
Request in writing the training date(s) a minimum of thirty (30) calendar days in advance of the desired
training date(s). Do not submit the request to schedule the training prior to receiving approval from the
Engineer of the Training Plan. Allow the Engineer to adjust the proposed schedule of the training by up
to seven (7) calendar days, at no cost to the Department, to allow for availability of Department
personnel.
2. As-Built Documentation
Provide as-built documentation of the I-VDS installations within thirty (30) calendar days of the
completion of the Field Tests (see Subsection 938.3.06.B.1).
C. Microwave Radar Detection
The following table outlines the Submittal Requirements for the equipment and components of a
microwave radar detection system. The table is a guide and does not relieve the Contractor from
938.2.C.1
938.2.C.1
938.2.C.1
938.3.08
submitting additional information for a complete submittal package.
1. Submittal Review Demonstration Test Set
62
X
X
X
X
X
X
Maint. Proced.
X
X
X
Test Plan
X
X
X
Install. Proced.
X
X
X
Lab Test
Materials Cert.
Detector
Housing
Mounting Assembly
Training Plan
Specification
Reference
Mfg. Spec.
Material
Catalog Cuts
Section 938.1.03.C Microwave Radar Detection Submittal Requirements
X
X
Submittal Due Date
(Cal. Days after
NTP)
60 Days
60 Days
60 Days
60 Days
Submit demonstration test set(s) for Department evaluation after the Engineer approves the submittal
materials for the equipment and materials listed below. The demonstration test sets shall be connected to
and operated through the NaviGAtor system by the Engineer. Deliver the test set to the Department at
the location specified by the Engineer. Request a delivery and test time a minimum of 30 days in
advance. Provide demonstration test sets of the materials, types and quantities as shown below:

Microwave Radar Detection Assembly (quantity 2 of each type)
A demonstration test set shall include all materials, components, assemblies, control software and
documentation of the Microwave Radar Detection Assembly (radar detector) and shall be complete and
fully functional for communications with the NaviGAtor system. Provide a desktop stand for the radar
detector and cabinet equipment that securely holds the materials. Include all cables and cabinet
equipment, including cabling from the cabinet to the radar detector (minimum 20 foot cable length),
cabinet cabling, power supply, and surge suppressors. interface assembly may be mounted to the
desktop stand or to a separate panel. Provide a NEMA 5-15 cord that provides power to the cabinet
power supply for the radar detector.
If the contract shows radar detectors to be installed in conjunction with field switches, provide
demonstration test sets in accordance with Section 939 for field switches simultaneously with the radar
detector demonstration test sets.
Review of the demonstration test set submittal shall be conducted in two parts. The first part of the
review shall be performed by the Contractor in the presence of the Engineer and shall include the setup
and configuration of the demonstration test set on the NaviGAtor system. The first part of the review
shall be conducted during normal Department weekday business hours and shall be conducted for the
period of time necessary to the satisfaction of the Engineer. The second part of the review shall be a 60day period during which the Engineer shall operate and evaluate the demonstration test set with the
NaviGAtor system. The second part of the review shall commence only upon the Engineer’s approval of
the first part of the review. Retrieve the demonstration test set upon completion of the second part of the
review as notified by the Engineer.
938.2
Materials
A. Not Applicable
B. Intersection Video Detection System
1. Video Camera Sensor
Send a video signal from the video camera sensor to the processor in RS170 format. Use high resolution,
monochrome video camera sensors as the primary video source for real-time vehicle detection. Use
optical filters and/or electronic circuitry in the video camera sensor to compensate for blooming at night
caused by headlights and minor vibration caused by wind. Include a heater at the front of the enclosure
to prevent the formation of ice and condensation in cold weather. Ensure that the heater does not
interfere with the operation of the video camera sensor electronics, or cause interference with the video
signal. As a minimum, meet the following requirements for each video camera sensor assembly
installation:
63













Charge Coupled Device: 1/4" to 1" interline or frame transfer charge coupled device (CCD). Do not
use complimentary metal-oxide semiconductor (CMOS) image sensors.
Active pixel elements: 768 Horizontal, 494 Vertical minimum
Video standard: NTSC Standard, RS-170A Compliant (available as EIA-170A specification)
Lens: 8-48 mm variable focal length lens that is adjustable from outside the camera enclosure.
Provide an Electric Lens Adjustment Device and associated wiring to adjust the variable focal length
lens
Resolution: 380 Horizontal TVL, 350 Vertical TVL minimum
Automatic gain control (AGC): 20 dB minimum; do not allow AGC to be applied until the automatic
iris control has fully opened the aperture
Electromagnetic interference: FCC Part 15, Subpart J, Class A device requirements apply for the
video camera sensor and associated connected equipment in their installed condition
Input power: Power the video camera sensors with 115 VAC+/-10%, 60 Hz nominal +/-3 Hz. Size
the power conductors from the power source to the camera input so that no more than a 3% voltage
drop is experienced (NEC 210-19 a., FPN No. 4). Include a provision at the rear of the camera
enclosure for connection of power and video signal cables. Provide power from the cabinet power
source through a surge suppressor and then to the video camera sensor.
Video camera sensor enclosure: Install the video camera sensor in a light colored enclosure to limit
solar heating. Meet NEMA 250 Type 4 enclosure standards for the enclosure and seal the enclosure
to prevent sand, dirt, dust, salt and water from entering. Affix a sun shield visor to the front of the
enclosure which is sufficiently adjustable to divert water away from the video camera sensor lens
and also prevent direct sunlight from entering the iris when mounted in its installed location.
Video camera sensor wiring: Provide outdoor-rated power, coaxial video, and lens adjustment
(where applicable) wiring from the sensor enclosure to the sensor junction box in accordance with
the manufacturer’s recommendations. Seal the wiring connection at the housing from water or dust
entry into the housing. For the standard video camera sensor mounting as shown in the details,
provide approximately 4 ft (1 m) long wiring to enter the bottom of the junction box and terminate
inside. Provide a male BNC connector with gold-plated body and center pin at the junction box end
of the coaxial video cable. When providing a lens adjustment harness, ensure that the connector on
the harness properly mates to the lens adjustment control unit.
Weight: 10 lbs (4.5 kg) maximum with mount, shield, and camera.
Size (HxWxL): 5” x 5” x 18” [130 mm x 130 mm x 460 mm] (maximum, including camera
enclosure)
Mounting bracket assembly: Mount the video camera sensor on a mounting bracket assembly as
shown in the details such that its height and position provide a clear view of the approach or lanes in
ramp metering operations. Mount the video camera sensor securely such that it is stable and steady.
The mounting bracket assembly includes a video camera sensor mounting bracket, nipple pipe,
cable-mount nipple clamp, and all associated hardware and materials. Mount the video camera
sensor on a mounting bracket assembly which meets the following requirements unless otherwise
specified in the plans:
 Use stainless steel fastening hardware with lock washers on threaded fasteners
 Use a video camera sensor enclosure mounting bracket that is non-rusting and is made from die
cast aluminum, extruded aluminum, powder-coated galvanized steel or hot dipped galvanized
steel. Provide a mounting bracket that permits vertical and horizontal adjustment of the video
camera sensor. Provide a mounting bracket that securely fastens to the video camera sensor
64

enclosure and mounts to the nipple pipe by threading onto the pipe or as a slip-fit, using a setscrew fastener in either above method.
 Use a 1 ½” (38 mm) aluminum nipple pipe that is threaded on both ends.
 Fasten the nipple pipe to the mast arm using a cable-mount nipple clamp with minimum 2 5/16”
(58 mm) U-bolts. Use aircraft-grade galvanized steel cables with stainless steel fastening
hardware and that make at least two wraps around the mast arm. Do not use banding straps.
Video camera sensor junction box: Provide a wiring junction box with mounting hardware for
termination/connection of the sensor housing wiring with the field cabling from the traffic
signal/ramp meter controller cabinet as shown in the details. Provide a cast aluminum or 0.125”
(3.175 mm) sheet aluminum box with minimum inside dimensions of 8” H x 8” W x 4” D (200 mm
H x 200 mm W x 100 mm D). Do not use steel- or plastic-bodied junction boxes. Provide a box that
is NEMA 4 rated dust-tight, raintight, and watertight and has a hinged and neoprene-gasketed door
with stainless steel hinge pins and threaded fasteners for closing. Provide a 1 ½” (38 mm) slip hole
with rubber grommet with poke-through diaphragm for cable entry in the bottom of the box; no other
holes in the box body shall be permitted except as required for the mounting U-bolts as shown in the
details. Provide a 3-position fully-enclosed compact terminal strip rated for minimum 15 A current
and #14 AWG conductors. Internal connectors shall be nickel-plated threaded fasteners for securing
the conductors. The terminal strip shall be fully enclosed and covered with no exposed currentcarrying metal surfaces. Label the three positions on the terminal strip as “AC+”, “AC-“, and “GR”
with fastener secured or epoxy-cement permanent labels; do not use adhesive or self-stick labels.
Provide a female-female BNC coupler with gold-plated body and center pin sockets, electrically
isolated from the junction box by fastening to a non-conductive bracket mounted to the junction box
side.
2. Programming Monitor, Type A
At a minimum, provide a 4-channel, 9” standard color or monochrome video monitor to view video
output from the video camera sensors and to program the system through the Configuration Software on
the Processor Module in conjunction with a Programming Device. Provide the ability to view one
channel on the monitor at a time and to view all four channels on the monitor at the same time. Provide
four BNC connectors on the back of the monitor for video input from four Processor Modules. Provide
four 6-ft (2 m) factory-manufactured high-flex coaxial video cables with BNC connectors with each
programming monitor.
3. Programming Device
Configure the I-VDS with a Programming Device that is either a keyboard or stationary track ball
pointing device. Connect the Programming Device to the front of the processor module through a DB9
or PS/2 connector. Provide a Programming Device that is PC compatible.
4. Processor Module
Provide a processor module, which performs video image processing, that completely fits within the
loop detector slots of the traffic signal/ramp meter controller cabinet input file and that provides a
standard relay closure detector input to the controller. Provide four detector outputs through the
processor module which communicate through the edge card connector. Use a module that is not wider
than two standard input file slots. Include detection indicators on the front panel of the processor module
65
for each of the four channels of detection provided through that module to indicate detector output in
real time when the system is operational. Include a BNC connector with gold plated center pin on the
front panel for video output to the Programming Monitor, and include a DB9 or PS/2 connector on the
front panel to connect the Programming Device.
Send the video signal over coaxial cable from the video camera sensor to the Processor Module using
one of the two following methods:
1. Connect the coaxial cable from the video camera sensor to the surge suppressor and from the
surge suppressor connect the coaxial jumper cable with a 90 degree elbow gold-plated BNC
connector to BNC connector on the front panel of the Processor Module; or
2. Connect the coaxial cable from the video camera sensor to the surge suppressor and connect the
coaxial jumper cable from the surge suppressor to the loop detector panel using a spade lug
connection such that the video signal communicates from the loop detector panel to the
Processor Module through the cabinet input file.
Provide power to the processor modules through the input file.
The processor modules are defined as follows:
1. Processor Module, Type A - provide one (1) video camera sensor input
2. Processor Module, Type B – provide two (2) video camera sensor inputs
5. Output Expansion Module, Type A
Provide detector outputs, in addition to detector outputs provided through the processor module, through
an output expansion module that mounts in the traffic signal/ramp meter controller cabinet input file and
that provides a standard relay closure detector input to the controller. Provide 2 or 4 outputs through the
edge card connector of each module. Connect the expansion module to the processor module with a
cable that has standard modular connectors. Use a module that is not wider than 1 detector card per two
additional detector outputs or that is not wider than 2 detector cards per four additional detector outputs.
Include detection indicators on the front panel of the output expansion module for each channel of
detection provided through that module to indicate detector output in real time when the system is
operational.
Provide power to the expansion module through the input file.
6. I-VDS Functional Requirements
a. Functional Requirements: Provide vehicle detection in lieu of inductive loop detectors for a traffic
signal/ramp meter system through the I-VDS. Process the video signal with the I-VDS in real time as
vehicles cross a detection zone.
b. Accuracy Requirements: Provide I-VDS functional detection outputs that meet overall accuracy
requirements specified herein under the following conditions.
Provide vehicle detection continuously twenty-four (24) hours daily, 365 days a year, and under all
weather conditions.
66
Meet the accuracy specifications presented below for the fundamental functional detection parameters.
The following specified accuracies are stated as the minimum acceptable values. Provide accuracies of
these values or better.
Volume: Provide average vehicle counts with 95% overall accuracy. Accomplish these accuracies with
a minimum traffic volume of 250 vehicles per hour per lane (VPHPL). For instances in which a vehicle
has been significantly occluded (with respect to the video camera sensor’s FOV) by another vehicle, do
not use that vehicle's count in the calculation of the overall accuracy. "Significant occlusion" defines a
target vehicle's image that has been occluded by more than 50%.
Presence: Detect the presence of vehicles within a video camera sensor's FOV for each defined detector
with an accuracy of 90%. The I-VDS processor shall be capable of computing and storing traffic data
in user selectable intervals between 30 seconds and 60 seconds. The I-VDS processor shall compute
traffic data and store them in non-volatile memory for later retrieval. The minimum non-volatile storage
size shall provide the following: a) Five-minute data collection intervals; b) four lanes; c) duration of
seven days; and d) storage of volume.
7. I-VDS Technical Requirements
This specification sets forth the minimum requirements for system equipment and software that monitor
vehicles at an intersection/ ramp meter via processing of video images and provide detector outputs to a
traffic signal/ramp meter controller.
a. System Hardware: Provide an I-VDS that does not require any equipment external to the traffic
signal/ramp meter controller cabinet input file (excluding the video camera sensor, video camera
sensor power connection, circuit breakers and surge suppression for video or data). Mount the
processor and expansion modules in the traffic signal/ramp meter controller cabinet input files, using
the edge card connector to obtain power and provide contact closure outputs. Rewiring of the
backplane or any other cabinet panel for the system is not permitted except for power and grounding
for the interface panel, wiring from the video camera sensor to the loop detector panel for the video
signal and wiring to obtain power for the video camera sensor.
Provide a system capable of providing a minimum of eight detector outputs per video camera sensor.
Provide all detector outputs through edge card connectors of the processor module and output expansion
module(s). Rewiring external to the edge connectors is not permitted for obtaining a minimum of eight
outputs for one video camera sensor.
b. System Software
938.2.01.B.7.b.1
System Processing Software: On the processor module that mounts in the traffic
signal/ramp meter controller cabinet input file, include the software that processes the video camera
sensor signals and converts the signals into detector outputs. Detect either approaching or receding
vehicles in multiple lanes within the field of view (FOV) of each video camera sensor. Provide the
capability of detecting vehicles in a minimum of 24 detection zones per video camera sensor with
the I-VDS. Allow the detection zones to be combined to form an output using the AND, OR and
NOT logical functions.
67
938.2.01.B.7.b.2
Detection Compensation: Provide the capability for the processor to compensate
for camera movement attributable to temperature effects, wind shifting, pole sway, pole expansion,
or vibration of the mounting.
938.2.01.B.7.b.3
System Configuration Software: On the processor module, include the
configuration software to program the I-VDS, including the detection zones. Perform programming
by accessing the software through a Programming Monitor and a Programming Device. Do not
require the use of a separate computer for programming.
8. Programming Requirements
Employ menus for the Configuration Software. Provide the capability through the Configuration
Software for the user to define detection zones through interactive graphics by placing lines and/or
boxes in an image on a Programming Monitor. Provide the capability for the user to redefine previously
defined detection zones.
a. Detection Zone Placement and Manipulation: Allow a minimum of 24 detector zones to be defined
through the software for each video camera sensor. Provide the capability to place vehicle detection
zones anywhere within the field of view of the video camera sensors through the Configuration
Software. Use detection zones that are lines or boxes drawn in each visible lane or area of desired
detection. Provide the capability to use one detection zone to replace multiple inductive loop
detectors. Detection zones may overlap if necessary. Provide the ability for the user to assign logical
functions such as AND, OR and NOT to one detector or a group of detectors.
On the Programming Monitor, display the detection zones superimposed on the video camera sensor’s
images. Provide the capability to create detection zones of varying size and shape to allow best coverage
of the viewable roadway lanes and ramps. Provide the capability to save the detection zone format on
the processor module card once drawn for a particular video camera sensor image. Provide the capability
for the user to view the currently active detector zone format of the processor module via a
Programming Monitor.
b. Detection Zone Editing: Provide the capability to edit existing detector configurations using a
Programming Monitor with the Programming Device used to perform the programming functions.
c. Confirmation: When viewing vehicle actuations in real time on the Programming Monitor, indicate
the passage or presence of each vehicle detected by each detection zone by changing the color or
intensity of that particular zone.
d. Detection During Reconfiguration: Provide the capability for the I-VDS to continue detecting
vehicles on all existing zones during reconfiguration, except on the zone that is being reconfigured.
9. Field Cabling
a. General: Field cabling consists of the video coaxial cable and the camera sensor power cable from
the camera sensor junction box to the I-VDS power and coax termination panels in the controller
cabinet. Install field cabling in continuous lengths and terminate only on terminal strips or with cable
connectors; do not splice any field cabling.
b. Use a video coaxial field cable (labeled as “IVDSnCC”) that is double-shielded with tinned copper
braid, #20 AWG solid copper center conductor, and polyethylene outer jacket approved for outdoor
68
use (Belden 8281 or approved equivalent.) Terminate both ends of the coaxial cable with BNC
connectors with gold-plated body and center pin and as recommended by the cable manufacturer.
c. Use a camera sensor power field cable (labeled as “IVDSnPC”) that is a 3-conductor cable with #16
AWG stranded copper conductors. Use a cable that is ozone and UV resistant, suitable for wet use,
with a 600 V and 105 degree rating, is UL listed for indoor and outdoor use, and with 120 VAC
standard black/white/green solid colored conductor insulation.
10. Cabinet Equipment
a. General: Provide an I-VDS power termination panel assembly, an I-VDS coax termination panel
assembly, and all associated materials in the controller cabinet for the installation of camera sensor
power distribution, for the termination of field cabling from the video camera sensors, and for
connection of the video jumper cable to the processor modules or loop detector panel as applicable.
Fabricate and assemble the panel assembly with the specified equipment as shown in the details.
b. Coax termination panel: Fabricate a coax termination panel with the dimensions, shape, mounting,
and silk screened labeling as shown in the details. Produce the panel from 0.125” (3.175 mm) 5052
sheet aluminum and use only threaded fastener holes for component mounting. Include on the coax
termination panel a full-length hinge with stainless steel pin to permit opening of the panel a
minimum of 90 degrees for interior cabinet access.
c. Power termination panel: Fabricate a power termination panel with the dimensions, shape, mounting,
and silk screened labeling as shown in the details. Produce the panel from 0.125” (3.175 mm) 5052
sheet aluminum and use only threaded fastener holes for component mounting.
Provide a six-position fully-enclosed compact terminal strip rated for minimum 15 A current and #14
AWG conductors. Use internal connectors that are nickel-plated threaded fasteners for securing the
conductors, and are capable of securing a minimum of two stranded conductors. Provide a terminal strip
that is fully enclosed and covered with no exposed current-carrying metal surfaces. Alternately provide a
fully-enclosed compact power distribution block with nickel-plated threaded fasteners for securing the
conductors, and capable of terminating three sets of 5-position distribution (one supply and four load
positions) with all positions suitable for terminating #14-16 AWG stranded conductors. Label the three
conductor positions on the terminal strip or distribution block as “AC+”, “AC-“, and “GR” with fastener
secured or epoxy-cement permanent labels or silk-screened labels directly on the panel; do not use
adhesive or self-stick labels.
Provide a surface-mount mini or compact magnetic 2-pole 5 A 120 VAC overcurrent circuit breaker. Do
not use a circuit breaker with a thermal trip mechanism. Provide a circuit breaker that permits manual
circuit disconnection and is suitable for terminating #14-16 AWG stranded conductors. Alternately use a
flush-mount circuit breaker in a surface-mount bracket housing. Mount the circuit breaker on the power
termination panel to eliminate conflict with the cabinet shell. Enclose all exposed current-carrying metal
surfaces from contact.
Provide cabinet power to the power termination panel with #14 AWG stranded copper conductors as
shown in the details and in accordance with the requirements for traffic signal controller cabinet
assemblies in Section 925 Traffic Signal Equipment. Neatly route and mechanically secure cabinet
power wiring to avoid sharp edges and to avoid conflicts with other equipment or cabling. Do not
use adhesive fasteners for securing the power wiring. Label cabinet power wiring within three inches
69
of cabinet terminations using clear overwrapping self-laminating cable labels and the legend “IVDS”.
d. Coaxial cable surge suppressors: Use either common-ground or balanced-differential video signal
surge suppressors in accordance with the I-VDS manufacturer’s recommendations. Use surge
suppressors that have solid-state, hybrid clamping technology, and have equipment-side and fieldside BNC connectors on the top of the suppressor enclosure as shown in the details (EDCO RMCXI05, RM CXI-06, or approved equivalent). Use surge suppressors that have maximum dimensions of
4.5” H x 1.75” W x 1.5” D (120 mm H x 45 mm W x 39 mm D), or alternately 3.0” H x 2.5” W x
1.5” D (77 mm H x 64 mm W x 39 mm D). The grounding lug shall be on any surface except the
bottom surface that fastens to the surge suppressor mounting plate.
Use surge suppressors that individually fasten to mounting plates which individually fasten to the I-VDS
coax termination panel as shown in the details. Secure surge suppressors flush to the mounting plate
with reusable fasteners such that suppressors can be replaced in the field by removing the mounting
plate from the coax termination panel and then replacing the suppressor on the mounting plate.
For grounding, use a minimum #16 AWG copper wire with green insulation for each surge suppression
device and connect the ground wire directly between the suppressor ground lug and the equipment
ground bussbar. Do not ground the surge suppressor solely through a bracket fastened to the mounting
plate. Use a larger ground wire size if recommended by the surge suppressor manufacturer. Do not
“daisy chain” with the grounding wires of other devices including other surge suppressors. Do not splice
any grounding wire. Dress and route grounding wires separately from all other cabinet wiring including
the I-VDS coaxial cables and in a manner that allows the I-VDS coax termination panel to hinge open.
Install grounding wires with the absolute minimum length possible between the suppressor and the
ground bussbar.
Connect coaxial cabling, either the coaxial video field cables or the coaxial cable jumper cables, to the
video signal surge suppressors only with female-female 90 degree elbow BNC couplers with gold-plated
body and center pin sockets.
e. Coaxial Jumper Cable: Use a video coaxial jumper cable (labeled as “IVDSnJC”) to connect the
equipment (protected) terminal of the video signal surge suppressor directly to either the processor
module or the loop detector panel as applicable. Use a video coaxial jumper cable that is a high-flex
cable with double-shield tinned copper braid, #20-22 AWG stranded copper center conductor and
polyethylene outer jacket (Belden 8281F or approved equivalent.) As applicable, terminate both
ends or one end of the coaxial cable with BNC connectors with gold-plated body and center pin and
as recommended by the cable manufacturer. Use coaxial jumper cables of the length necessary to
route as shown in the details with no mechanical strain on the end connectors and no excess cable
loops to be stored.
Label coaxial jumper cables within three inches of end connectors using clear overwrapping selflaminating cable labels and the appropriate cable label identification (“IVDSnJC”) for the video camera
sensor and processor module as shown in the Plans.
11. Environmental
a. Video Camera Sensor
70
938.2.01.B.11.a.1
Provide video camera sensors that operate reliably in a roadside environment.
Provide video camera sensors that meet the environmental requirements of NEMA TS1-1989
(R1994, R2000, R2005), Section 2.1.5.2. Provide video camera sensors that operate from -31 F to
120 F (-35 C to +50 C) from 5% to 95% relative humidity.
938.2.01.B.11.a.2
Vibration: Ensure that vibration does not impair performance when the camera is
mounted on 50’ (15 m) or shorter pole.
b. Processor and Expansion Modules: Provide processor and expansion modules that operate reliably
in a typical roadside traffic cabinet environment. Provide equipment that meets the environmental
requirements of NEMA TS1-1989 (R1994, R2000, R2005) and NEMA TS2-2003 standards and the
environmental requirements for Type 170 controllers. Provide equipment that operates from -29 F
to 140 F (–34 C to +60 C) from 0% to 95% relative humidity, non-condensing.
12. Documentation
Provide the following documentation in the documentation pouch of each traffic signal/ramp meter cabinet:



One operation manual with programming instructions
One maintenance manual with schematics
Three legible wiring prints showing all IVDS components and connections with the cabinet
C. Microwave Radar Detection
1. Detector
Provide a microwave radar detector that meet the following minimum requirements:










Provides presence, vehicle count, lane occupancy and time mean speed data on a minimum of six
detection zones in a user-definable reporting period from 20 to 600 seconds.
Transmits on a frequency band of 10.525 GHz or approved spectral band
Transmitter power does not exceed 10 milli-watts
Complies with the limits for a Class A digital device pursuant to Part 15 of the FCC rules
Emits a noise level less than 55 dBA when measured one meter away from the device
Operates on 12-24 VDC power provided by an included power supply
Uses one interface connector that provides power to the unit, contact closure wire pairs for each
detection zone, and Ethernet communication lines for operations, programming, testing, or modem
interface
Coverage range between 10 and 200 feet
Includes diagnostic self-test of all detector functions
Data communications via Ethernet communications supporting TCP/IP Protocol
Provide a microwave radar detector that operates under the following environmental conditions:




Ambient temperature range of –29°F to 165°F (-37°C to 74°C)
Relative humidity from 5 to 95 percent, non-condensing
Power surge of ± 1kV surge (rise time = 1.2 µsec, hold = 50 µsec) applied in differential mode to all
lines, power and output, as defined by IEC/EN 61000-4-5 standards
Resistant to vibration in accordance with NEMA TS-1 (Section 2.1.12) or approved equivalent
71

Resistant to shock in accordance with NEMA TS-1 (Section 2.1.13) or approved equivalent
2. Housing
Provide a microwave radar detector housing that meets the following requirements:



Meets the requirements of a NEMA type 3R enclosure
Outside dimensions, including fittings, do not exceed 10 inches x 10 inches x 10 inches
Total weight (including detector) does not exceed 8 pounds.
3. Mounting Assembly
Provide a microwave radar detector mounting assembly that meets the following requirements:


All painted steel, stainless steel, or aluminum construction
Support a load of 20 pounds
4. Power Supply
Provide a power supply recommended by the microwave radar detector manufacturer that meets the
following minimum requirements:



Provide nominal output of 24VDC regulated with the ability to operate a minimum of 2 radar
detectors simultaneously over an ambient temperature range of –29°F to 165°F (-34°C to 74°C)
Nominal input voltage of 120 VAC provided by the equipment cabinet power source
Mounted to cabinet side panel
5. Communications
Provide a microwave radar detector that communicates with the Department’s NaviGAtor advanced
transportation management system using a protocol and application programming interface (API)
provided with the detector system.
Provide a microwave radar detector that includes the following functions:






Is individually IP addressable via an Ethernet communications network
Responds to polled requests from NaviGAtor’s remote communication process for detector status
data
Can be configured to disable automatic data transmission, if automatic data transmission is possible
Acknowledges receipt and validity of all messages transmitted to the detector
Remote set-up of detector stations
Remote upload and download of detector configuration data
938.2.02
Delivery, Storage and Handling
Not applicable
72
938.3
Construction Requirements
938.3.01
Personnel
Not applicable
938.3.02
Equipment
Not applicable
938.3.03
Preparation
Not applicable
938.3.04
Fabrication
Not applicable
938.3.05
Construction
A. Not Applicable
B. Intersection Video Detection System
1. General Installation Requirements
Install all video camera sensors, processor modules, output expansion modules, and associated
equipment at the locations specified in the Plans. Mount the processor and output expansion modules
within the traffic signal/ramp meter controller cabinet input files. No physical changes are permitted to
the traffic signal/ramp meter controller cabinet input files. Make all necessary adjustments and
modifications to the total I-VDS system prior to obtaining TMC recommendation for system acceptance.
Provide all programming equipment, documentation and incidentals needed for the installation,
configuration and calibration of all I-VDS materials. This requirement includes but is not limited to
equipment documentation, programming monitors, programming devices, and lens adjustment devices.
Provide programming equipment during all installation and testing work. Unless otherwise shown in the
Plans and/or the Special Provisions, all programming equipment remains the property of the Contractor.
Perform all programming and configuration to all I-VDS and traffic signal controller and cabinet
equipment for the full and complete operation of the detection system with the intersection.
2. Video Camera Sensor
Install a video camera sensor with mounting bracket assembly and junction box as shown in the Plans
and in accordance with the manufacturer’s recommendations. Install the video camera sensor in the
vertical and horizontal positions as specified to provide the field of view and detection zones shown in
the Plans. Make field adjustments to the positions specified in the Plans only with the Engineer's
approval. Mount the junction box in a position that does not contact the video camera sensor housing.
73
Mount the junction box directly over the mast arm or under the camera on the pole as specified in the
plans. . Coil all spare cable inside the junction box, and dress and secure all cabling to provide strain
relief, drip loops, and to minimize wind-blown movement and contact with the mast arm. Where a lens
adjuster cable connector is provided in the junction box, loosely fasten it to the coaxial cables and away
from the camera power terminal strip.
3. Programming Monitor
After all I-VDS programming is completed and accepted, deliver the programming monitor, associated
materials such as the user manual and the packing container, and the video cables, to the Engineer at the
project location or the Engineer’s offices. Do not leave the monitor in the traffic signal/ramp meter
cabinet.
4. Programming Device
After all I-VDS programming is completed and accepted, place the programming device with connector
cord in a zipper- or snap-type resealable plastic bag in the cabinet documentation pouch.
5. Processor Module
Install the processor module in the cabinet input file and fully program and configure the module as
shown in the Plans and in accordance with the manufacturer’s recommendations. Ensure proper
operation, including accurate detection, as programmed. Provide all equipment and materials necessary
for programming and configuration, including a video display monitor.
6. Expansion Module
Install the expansion module in the cabinet input file and fully program and configure the module as
shown in the Plans and in accordance with the manufacturer’s recommendations. Ensure proper
operation, including accurate detection, as programmed.
7. Field Cabling
Install the field cabling for each video camera sensor as shown in the Plans, in accordance with the
manufacturer’s recommendations, and in accordance with the requirements for signal cable in Section
647 Traffic Signal Installation. Ensure that cable installation is complete from the video camera sensor
junction box to the coax and power termination panels in the controller cabinet. Label all field cabling
within three inches of termination using clear overwrapping self-laminating cable labels and the
appropriate cable label identification as defined in Section 938.1.01 and shown in the details. Label field
cabling in the camera sensor junction box, in the controller cabinet, and in all pullboxes and pole bases.
After terminating and dressing the video camera sensor coaxial and power cables in the controller
cabinet, neatly coil and store a minimum of 2 ft (0.5 m) of cable slack in the bottom of the cabinet.
Provide a label for each cable for each 2 ft (0.5 m) of cable slack.
8. Cabinet Equipment
74
Install cabinet equipment as shown in the details and as required to provide the controller operation as
shown the Plans. Cabinet equipment shall include as a minimum an I-VDS power termination panel, an
I-VDS coax termination panel, one or more coaxial cable surge suppressors, one or more coaxial jumper
cables, and all associated wiring and incidental materials.
Exercise extreme caution when installing I-VDS equipment and materials at traffic signal/ramp meter
installations. Repair any damage to existing traffic/ramp meter control equipment and materials which
occurred during I-VDS installation to the Engineer’s satisfaction at the Contractor’s sole expense.
In 336S cabinets, locate the I-VDS power termination panel on the equipment rail in the lower left
portion of the rear of the cabinet as shown in the details. Adjust the panel as far toward the cabinet
sidewall as possible while still providing access to the circuit breaker. Notify the Engineer immediately
if there is any conflict with existing cabinet equipment in this position. Ensure that there is no conflict
with door-mounted components when the door is closed.
In 332, 334 and 336S cabinets, locate the I-VDS coax termination panel in the lower open section of the
front of the cabinet equipment rack as shown in the details. Notify the Engineer immediately if there is
any conflict with existing cabinet equipment in this position. Ensure that there is no conflict with doormounted components when the door is closed. Dress and secure all coaxial cabling to and from the coax
termination panel such that the panel can be hinged open a minimum of 90 degrees without binding or
stressing any coaxial cable.
9. As-Built Drawings
Furnish as-built drawings, including but not limited to video camera sensor locations, video camera
sensor mounting heights, details on the field cabling route through the intersection, and component lists
with brand, model and serial numbers. Place one copy of the as-built drawings in the cabinet
documentation pouch and submit another copy to the Engineer.
C. Microwave Radar Detection
1. Detector
Install the microwave radar detector on poles as shown in the plans using supplied materials and
brackets. Install the microwave radar detector to achieve the field of coverage shown in the Plans. Make
field adjustments to the locations shown in the Plans only with the Engineer’s approval. Set up the
detection zones using a laptop computer and software provided by and the property of the Contractor.
2. Cabinet Equipment
a. Wiring, Conductors, and Terminal Blocks: Use stranded copper for all conductors, including those
in jacketed cables, except for earth ground conductors, which may be solid copper. Neatly arrange
all wiring, firmly lace or bundle it, and mechanically secure the wiring without the use of adhesive
fasteners. Route and secure all wiring and cabling to avoid sharp edges and to avoid conflicts with
other equipment or cabling. Route microwave radar detector control wiring and 120VAC power
wiring separately. Terminate all wiring on a terminal block, strip, bussbar, or device clamp or lug; do
75
not splice any wiring. Use a minimum #12 AWG for all conductors of 120VAC circuits. Install all
wiring as shown in the Detail Drawings.
Number all terminal blocks, terminal strips, circuit breakers and bussbar breakers and have each item
and each terminal position numbered and named according to function as shown in the “quoted labels”
in the Detail Drawings. Label terminal blocks, terminal strips, circuit breakers and bussbars with silkscreened lettering on the mounting panel.
b. Surge Suppression: Protect all copper wiring and cabling entering the cabinet housing, except for the
earth ground conductor, by surge suppression devices as specified. Terminate all wiring between
cabinet devices and the transient surge suppressors and between the microwave radar detection unit
and the surge protectors on terminal strips. Use a minimum #16 AWG grounding for each surge
suppression device, or larger if recommended by the surge suppression device manufacturer. Use
insulated green wire and connect the ground wire directly to the ground bussbar. Do not “daisy
chain” with the grounding wires of other devices including other surge suppressors. Dress and route
grounding wires separately from all other cabinet wiring. Install grounding wires with the absolute
minimum length possible between the suppressor and the ground bussbar. Label all surge
suppressors with silk-screened lettering on the mounting panel.
Use minimum #18 AWG insulated black wiring between the surge suppression device sockets and the
terminal blocks for the protected circuits.
Furnish two (2) transient surge suppressors for the microwave radar detection units (SS24 and SS25).
c. Component Installation: Fasten all components of the cabinet assembly to be mounted on cabinet
side panels with hex-head or phillips-head machine screws. Install the screws into tapped and
threaded holes in the panels. The components include but are not limited to terminal blocks,
bussbars, panel and socket mounted surge suppressors, Ethernet switches, circuit breakers, and
accessory and equipment outlets. Fasten all other cabinet components with hex-head or phillips-head
machine screws installed with nuts (with locking washer or insert) or into tapped and threaded holes.
Fasten stud-mounted components to a mounting bracket providing complete access to the studs and
mounting nuts. All fastener heads and nuts (when used) shall be fully accessible within a complete
cabinet assembly, and any component shall be removable without requiring removal of other
components, panels, or mounting rails. Do not use self-tapping of or self-threading fasteners.
d. As-Built Drawings: Furnish an as-built cabinet wiring diagram, identified by location, for each
cabinet. Include all wiring, cabling, and connections. Place all documentation in a weatherproof
holder in the cabinet.
3. Cables, Conduit and Power Service
Furnish and install electrical cables used for control, communications signaling and power supply as
required below and as shown in the Detail Drawings. Do not splice any cable, shield or conductor used
for control, communications signaling, or power supply. Identify all conductors of all cables by color
and number. Identify the conductor function in as-built documentation included in the cabinet
documentation. After termination and dressing the cables in the cabinet, neatly coil and store a minimum
of 2 ft (.61m) of cable slack in the bottom of the cabinet. Cut unused conductors to a length that can
reach any appropriate terminal. Bend back unused conductors over their outer jackets and individually
tape them.
76
Install cabling inside new hollow metal or concrete support poles unless otherwise specified. Where
devices are installed on existing wood poles, install cabling on the wood poles in rigid metal conduit
risers of minimum 2 in (5.08 cm) diameter. Use weather heads on all nipple and conduit openings.
Neatly install and route cabling to minimize movement in the wind and chafing against the pole, device
or bracket. Form a drip loop at the weather head and route cabling to minimize water entry into the cable
connector.
4. As-Built Drawings
Furnish as-built drawings, including but not limited to microwave radar detection locations, microwave
radar detection mounting heights, and component lists with brand, model and serial numbers. Place one
copy of the as-built drawings in the cabinet documentation pouch and submit another copy to the
Engineer.
938.3.06
Quality Acceptance
A. Not Applicable
B. Intersection Video Detection System
For I-VDS components installed as part of a contract for the installation of a new traffic signal/ramp
meter installation, perform the Field Tests specified in 938.3.06.B.1, and perform the Testing, Burn-In
and Acceptance Testing requirements set forth for the traffic signal/ramp meter installation as specified
in Section 647.
For I-VDS components that are not installed as part of a contract for the installation of a new traffic
signal/ramp meter installation, perform the Field Tests, Burn-In, and Acceptance Tests specified in
Subsections 938.3.06.B.1, 938.3.06.B.2, and 938.3.06.B.3. Do not conduct tests without prior approval
from the Engineer. The Engineer reserves the right to witness all tests.
1. Field Tests
Conduct field tests prior to the “burn-in” test to demonstrate that the equipment is in full compliance
with the contract documents. Begin no testing on any Georgia State or Federal holiday. Perform the field
tests after installation of all I-VDS components, wiring, and cabinet equipment and following
completion of system software configuration required for the I-VDS to be functional at each location.
Perform a visual inspection of all installed equipment.
Demonstrate to the Engineer that




the detection zones are set up on each processor module using a programming monitor,
for traffic signal installation, each I-VDS field site provides calls to the traffic signal through the
traffic signal controller,
for ramp meter installation, each I-VDS field site provides designated outputs to the ramp meter
controller,
each I-VDS field site provides the correct data on the correct data channels, and
77

all components of the I-VDS function as specified.
2. Burn-in Period
General Requirements: Perform a 30-day burn-in for all equipment furnished and installed as part of an
I-VDS. The burn-in consists of the field operation of the I-VDS providing all required data to the traffic
signa l/ramp meter controller in accordance with the accuracy requirements stipulated in Subsection
938.2.B.6. Perform the burn-in for at least thirty (30) calendar days, commencing on a date to be
specified by the Department. If any of the I-VDS equipment malfunctions, stop the burn-in for the
length of time that the equipment is defective.
After repairing the equipment, repeat the test until obtaining thirty (30) days of continuous, satisfactory
operation. The Department will grant Final Acceptance on the 30th day of continuous, satisfactory
operation. If a piece of equipment malfunctions more than two times during the 30 day burn-in period,
replace that equipment with a new unit.
3. Final Acceptance
The Department will make final acceptance of the I-VDS installation after satisfactory completion of the
required burn-in period and approval of a comprehensive final field inspection of the I-VDS installation.
Perform the final inspection of the I-VDS installation in the company of a Department representative
and a responsible contractor representative. Request in writing the final inspection a minimum of fifteen
(15) calendar days in advance of the desired inspection date. Allow the Engineer to adjust the proposed
schedule of the inspection by up to seven (7) calendar days, at no cost to the Department, to allow for
availability of Department representatives. The Department will notify the contractor in writing upon
final acceptance.
C. Microwave Radar Detection
1. General
Provide a microwave radar detector with a mean time between failures of a minimum of 10 years.
Provide a microwave radar detection system that identifies vehicle presence in each detection zone with
a minimum of 95 percent accuracy and that identifies vehicle speed with a minimum of 90 percent
accuracy.
2. Field Tests
Conduct field tests prior to the “burn-in” test to demonstrate that the equipment is in full compliance
with the contract documents. Begin no testing on any Georgia State or Federal holiday. Perform the field
tests after installation of all microwave radar detection components, wiring, and cabinet equipment and
following completion of system software configuration required for the microwave radar detection to be
functional at each location.
Perform a visual inspection of all installed equipment.
78
Demonstrate to the engineer that


the detection zones are set up
each detection zone reports data within the accuracy requirements defined in Subsection
938.3.06.C.1
3. Burn-in Period
Perform a 30-day burn-in for all equipment furnished and installed as part of a microwave radar
detection system. The burn-in consists of the field operation of the detection system providing all
required data to the NaviGAtor system in accordance with the accuracy requirements stipulated in
Subsection 938.3.06.C.1. Perform the burn-in for at least thirty (30) calendar days, commencing on a
date to be specified by the Department. If any of the microwave radar detection equipment malfunctions,
stop the burn-in for the length of time that the equipment is defective. After repairing the equipment,
repeat the test until obtaining thirty (30) days of continuous, satisfactory operation. The Department will
grant Final Acceptance on the 30th day of continuous, satisfactory operation. If a piece of equipment
malfunctions more than two times during the 30 day burn-in period, replace that equipment with a new
unit.
4. Acceptance
The Department will accept the microwave radar detection installation after satisfactory completion of
the required burn-in period and approval of a comprehensive final field inspection of the microwave
radar detection installation. Perform the final inspection of the microwave radar detection installation in
the company of a Department representative and a responsible contractor representative. Request in
writing the final inspection a minimum of fifteen (15) calendar days in advance of the desired inspection
date. Allow the Engineer to adjust the proposed schedule of the inspection by up to seven (7) calendar
days, at no cost to the Department, to allow for availability of Department representatives. The
Department will notify the contractor in writing upon final acceptance.
938.3.07
Contractor Warranty and Maintenance
A. Warranty
Provide a manufacturer's support (usual and customary warranties) period for all equipment and
materials furnished and installed as part of the pay item for detection system equipment and materials or
I-VDS assembly.
Transfer Manufacturer’s and Contractor’s warranties or guarantees to the agency or user responsible for
the detection system maintenance. Make these warranties/guarantees continuous throughout their
duration, and state in them that they are subject to such transfer. Provide warranties or guarantees which
state that they are subject to transfer and that are continuous throughout their duration. Transfer the
warranties or guarantees upon Contract Final Acceptance.
79
B. Support
During the warranty period, provide phone consultation as needed at no cost for operating and
maintenance questions or problems that arise.
938.3.08
Training
Provide installation, operations, and maintenance training to Department personnel. Provide a location
for holding the courses near the project area. If requesting that the training be conducted away from the
project area, pay all costs associated with travel and accommodation of all the students. Provide a
member of the Contractor staff with intimate experience with this Contract at the courses to answer any
inquiries. Furnish a training notebook in a labeled 3-ring binder to each trainee.
Provide a training instructor qualified in his/her respective field as determined by the Engineer. The
instructor shall be trained by the equipment manufacturer and authorized by the manufacturer to perform
training. Obtain approval of the instructor(s) from the Engineer.
As a minimum, include the following with detection system training:
Provide installation, operations and maintenance training for up to twelve (12) people. Include both
classroom training and hands-on training. Limit in-shop and in-field training to group sizes of four (4)
people at a time. Conduct all training in half-day sessions. Two half-day sessions may be held on the
same day. Perform a total of at least eight (8) clock hours of training for each participant. Include as a
minimum the following in the course content: installation of all detection system equipment, operations
of all detection equipment, troubleshooting, and maintenance of all detection system components,
discussion of all warrantee clauses, hands-on use of detection system equipment in signal shop
environment for each trainee, and in-field maintenance training.
938.4
Measurement
A. Not Applicable
B. Intersection Video Detection System
1. Intersection Video Detection System Assembly
Intersection Video Detection System Assemblies paid for are the number actually installed, complete,
functional, and accepted. Unless otherwise specified in the Plans, furnish and install the following
minimum items for an Intersection Video Detection System Assembly:
a. Intersection Video Detection Assembly, Type A

Video Camera Sensor:
 Camera, environmental enclosure, variable focal length lens, mounting bracket assembly, and
junction box with all associated hardware and incidental materials
 Electric Lens Adjustment Device; if more than one video camera sensor is installed at an
intersection, provide one Electric Lens Adjustment Device for that intersection
 Field cabling and cabinet equipment, including but not limited to power and video cabling from
80

the video camera sensor to the controller cabinet, processor module, power and coax termination
panels, surge suppressor, cabinet wiring, and all associated hardware and incidental materials. If
more than one Intersection Video Detection Assembly and/or video camera sensor is installed at
an intersection or ramp meter installation, provide one power termination panel and one coax
termination panel for that intersection or ramp meter installation.
 All weather heads, vertical conduit risers, and conduit hardware on the I-VDS support pole for
power and video signal as shown in the Plans
Processor Module:
 Provide one Processor Module, Type A
 Configuration and processor software on the processor module
 Programming Device; if more than one Processor Module is installed in a cabinet at an
intersection, provide one Programming Device for that cabinet
b. Intersection Video Detection Assembly, Type B


Video Camera Sensor:
 Provide two (2) cameras, environmental enclosures, variable focal length lenses, mounting
bracket assemblies, and junction boxes with all associated hardware and incidental materials
 Electric Lens Adjustment Device; if more than one video camera sensor is installed at an
intersection, provide one Electric Lens Adjustment Device for that intersection
 Field cabling and cabinet equipment, including but not limited to power and video cabling from
the video camera sensors to the controller cabinet, processor modules, power and coax
termination panels, surge suppressors, cabinet wiring, and all associated hardware and incidental
materials. If more than one Intersection Video Detection Assembly and/or video camera sensor is
installed at an intersection or ramp meter installation, provide one power termination panel and
one coax termination panel for that intersection or ramp meter installation.
 All weather heads, vertical conduit risers, and conduit hardware on the I-VDS support pole for
power and video signal as shown in the Plans
Processor Module:
 Provide one Processor Module, Type B
 Configuration and processor software on the processor module
 Programming Device; if more than one Processor Module is installed in a cabinet at an
intersection, provide one Programming Device for that cabinet
2. Output Expansion Module
Output expansion modules paid for are the number actually installed, complete, functional, and
accepted. Unless otherwise specified in the Plans, furnish and install an Output Expansion Module to
include, at a minimum, the following:
 Output expansion module
 Any cabling required to connect to the processor module or additional expansion modules
3. Programming Monitor
A Programming Monitor is measured for payment by the number actually furnished and accepted.
Unless otherwise specified in the Plans, furnish a Programming Monitor to include, at a minimum, the
following:
81


Programming Monitor
Any cabling required to connect the processing modules to the programming monitor
C. Microwave Radar Detection
Microwave radar detection assemblies paid for are the number actually installed, complete, functional,
and accepted. Unless otherwise specified in the Plans, furnish and install the following minimum items
for a microwave video detection assembly:







Microwave radar detector
Housing
Field cabling and cabinet equipment
Power supply
Mounting bracket(s)
All weatherheads, vertical conduit risers, and conduit hardware on the support pole for power and
detector signal as shown in the plans
Configuration
D. Testing
Testing is measured as a lump sum for full delivery of testing and acceptance requirements.
E. Training
Training is measured as a lump sum for all supplies, equipment, materials, handouts, travel, and
subsistence necessary to conduct the training.
938.4.01
Limits
Not applicable
938.5
Payment
A. Not Applicable
B. Intersection Video Detection System
1. Intersection Video Detection System Assembly, Type _
Intersection Video Detection System Assemblies, complete in place and accepted by the Department,
are paid for at the Contract Unit Price. Payment is full compensation for furnishing and installing the
Intersection Video Detection System Assembly.
Payment for Intersection Video Detection System Assembly is made under:
Item No. 938
Intersection Video Detection System Assembly, Type _
82
Per Each
2. Output Expansion Module, Type A
Output Expansion Modules, complete in place and accepted by the Department, are paid for at the
Contract Unit Price. Payment is full compensation for furnishing and installing the Output Expansion
Module and associated cabling.
Payment for Output Expansion module is made under:
Item No. 938
Output Expansion Module, Type A
Per Each
3. Programming Monitor, Type A
A Programming Monitor is paid for at the Contract Unit Price. Payment is full compensation for
furnishing a Programming Monitor.
Payment for Programming Monitor is made under:
Item No. 938
Programming Monitor, Type A
Per Each
C. Microwave Radar Detection Assembly
Microwave Radar Detection Assemblies, complete in place and accepted by the Department, are paid for
at the Contract Unit Price. Payment is full compensation for furnishing and installing the Microwave
Radar Detection Assembly.
Payment for Microwave Radar Detection Assembly is made under:
Item No. 938
Microwave Radar Detection Assembly
Per Each
D. Testing
The Department will pay for testing performed as prescribed by this Item, measured as provided under
Measurement.
Payment for testing is made under:
Item No. 938
Testing
Lump Sum
E. Training
The Department will pay twenty-five (25%) of the total Lump Sum Contract bid amount for training
upon approval of the Training Plan. The Department will pay the remaining seventy-five (75%) after
completion of all training as described in Subsections 938.3.08. The total sum of all payments cannot
exceed the original contract amount for this item.
83
Payment for training is made under:
Item No. 938
938.5.01
Training
Lump Sum
Adjustments
Not applicable
84
Microwave Radar
Detector 2
Microwave Radar
Detector 1
SS25
TB15
TB16
C1
C2
Detail Drawing 938.1
Microwave Radar Detector Assembly Block Diagram
85
Note:
1. TB2 is required and paid for in Section 939 of the Specifications.
SS24
TB17
Communications Equipment
To TB2
(Cabinet Power)
Area to remain clear for full width and
depth
Equipment Outlets
Cabinet Front
177m
m.
(7”)
44mm
.
(1¾”)
44mm
.
(1¾”)
Support Panel
89mm
.
(3 ½”)
Area to
remain
clear for
full
width
and
depth
TB15, TB16,
SS24, SS25,
TB17
216mm.(8
Accessory
½”)
Outlet
406mm.(16
")
222m
m.
(8 ¾”)
Area to remain clear for full width and
depth
Area to remain clear for full width and
depth
Area to remain clear for full width and
depth
Ethernet Switch
Area to remain clear for full width and
depth
Sliding Drawer
44mm
.
(1 ¾”)
1168m
m.
(46")
Equipment
Outlets
44mm
.
(1 ¾”)
44mm
.
(1 ¾”)
44mm
.
(1 ¾”)
Encoder
Ethernet Switch
Sliding Drawer
FDC
Support Panels
Cabinet Front
222m
m.
(8¾" )
FDC
Power Panel
(Service entrance, Breakers, AC
Surge / Filter, Terminal Blocks,
Ground Bussbar)
610m
m.
(24")
Left Side View
406mm.
(16")
Right Side View
Support Panels
Notes:
1. All dimension and scale are approximate .
2. FDC (Fiber Distribution Center) required and paid for in Section 935
3. Support Panels shall be mounted inside the cabinet rack cage .
4. Removal of a Support Panel or Mounting Panel shall not require the removal of any other cabinet
component
Detail Drawing 938.2
Type D Equipment Cabinet Assembly With Microwave Radar Detector
Equipment
86
Davis Bacon Wage Rate Determination
General Decision Number: GA120003 01/06/2012 GA3
Superseded General Decision Number: GA20100003
State: Georgia
Construction Type: Highway
Counties: Cherokee, Clayton, Cobb, Dekalb, Douglas, Fayette, Fulton, Gwinnett, Henry and Rockdale
Counties in Georgia.
HIGHWAY CONSTRUCTION PROJECTS
Modification Number Publication Date
0
01/06/2012
SUGA2011-003 03/07/2011
Rates
Fringes
CARPENTER........................$ 11.16
CEMENT MASON/CONCRETE FINISHER...$ 10.99
LABORER
Asphalt Raker...............$ 11.00
Asphalt Screed Person.......$ 10.50
Common or General...........$ 9.00
Form Setter.................$ 10.35
Guardrail Erector...........$ 13.50
Milling Machine Ground
Person......................$ 10.00
Pipe Layer..................$ 10.20
Traffic Control Barricade
Flagger.....................$ 10.00
POWER EQUIPMENT OPERATOR:
Asphalt Distributor.........$ 14.10
Asphalt Paver/Spreader......$ 12.28
Backhoe/Excavator...........$ 10.80
Bulldozer...................$ 11.60
Compactor...................$ 10.00
Concrete Curb Machine.......$ 16.45
Crane/Dragline..............$ 17.50
87
Crusher.....................$ 14.00
Front End Loader............$ 10.70
Material Transfer Vehicle
(Shuttle Buggy).............$ 11.30
Mechanic....................$ 14.47
Milling Machine.............$ 12.37
Motorgrader Fine Grade......$ 14.55
Motorgrader/Blade...........$ 14.39
Roller......................$ 10.00
Scraper-Pan.................$ 10.00
Sweeper Truck...............$ 14.21
Water Truck.................$ 11.25
TRUCK DRIVER
26,000 GVW & Under..........$ 10.76
26,001 GVW & Over...........$ 14.91
---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
================================================================
Unlisted classifications needed for work not included within the scope of the classifications listed may
be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).
---------------------------------------------------------------The body of each wage determination lists the classification and wage rates that have been found to be
prevailing for the cited type(s) of construction in the area covered by the wage determination. The
classifications are listed in alphabetical order of "identifiers" that indicate whether the particular
rate is union or non-union.
Union Identifiers
An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that classification. Example: PLUM0198-005
07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number,
0198, that follows indicates the local union number or district council number where applicable ,
i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2011, following these characters is the effective
date of the most current negotiated rate/collective bargaining agreement which would be
July 1, 2011 in the above example.
Union prevailing wage rates will be updated to reflect any changes in the collective bargaining
agreements governing the rate.
Non-Union Identifiers
Classifications listed under an "SU" identifier were derived from survey data by computing average
88
rates and are not union rates; however, the data used in computing these rates may include both union
and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates,
LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used
in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and
rates under that identifier were issued as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change until a new survey is conducted.
---------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries of surveys, should be with
the Wage and Hour Regional Office for the area in which the survey was conducted because those
Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal process described here, initial contact should
be with the Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can
request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29
CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the interested party's position and by any
information (wage payment data, project description, area practice material, etc.) that the requestor
considers relevant to the issue.
89
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION
The contractor is responsible for compliance with the Davis-Bacon and Related Acts (DBRA).
FHWA 1589, Contractor Employment Reports, (shown below), are to be submitted to GDOT and the
City on the 15th of each month for the life of the contract – Georgia DOT and the City are authorized to
withhold payments for non-compliance in this area.
90
Required Contract Provisions
Federal-Aid Construction Contracts
────────────────────────────────────────────────────────────────────────────────────────
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
XI.
XII.
General
Nondiscrimination
Nonsegregated Facilities
Payment of Predetermined Minimum Wage
Statements and Payrolls
Record of Materials, Supplies, and Labor
Subletting or Assigning the Contract
Safety: Accident Prevention
False Statements Concerning Highway Projects
Implementation of Clean Air Act and Federal Water Pollution Control Act
Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion
Certification Regarding Use of Contract Funds for Lobbying
Attachments
A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only)
I.
1.
2.
3.
4.
5.
6.
II.
GENERAL
These contract provisions shall apply to all work performed on the contract by the contractor's own
organization and with the assistance of workers under the contractor's immediate superintendence and
to all work performed on the contract by piecework, station work, or by subcontract.
Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of
the stipulations contained in these Required Contract Provisions, and further require their inclusion in
any lower tier subcontract or purchase order that may in turn be made. The Required Contract
Provisions shall not be incorporated by reference in any case. The prime contractor shall be
responsible for compliance by any subcontractor or lower tier subcontractor with these Required
Contract Provisions.
A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient
grounds for termination of the contract.
A breach of the following clauses of the Required Contract Provisions may also be grounds for
debarment as provided in 29 CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section
V of these Required Contract Provisions shall not be subject to the general disputes clause of this
contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of
Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include
disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or
the contractor's employees or their representatives.
Selection of Labor: During the performance of this contract, the contractor shall not:
i.
discriminate against labor from any other State, possession, or territory of the United States
(except for employment preference for Appalachian contracts, when applicable, as specified in
Attachment A), or
ii.
employ convict labor for any purpose within the limits of the project unless it is labor performed by
convicts who are on parole, supervised release, or probation.
NONDISCRIMINATION
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.)
91
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to assure equal opportunity as set forth under laws,
executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the
Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23
U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's
project activities under this contract. The Equal Opportunity Construction Contract Specifications
set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42
U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference
in this contract. In the execution of this contract, the contractor agrees to comply with the
following minimum specific requirement activities of EEO:
i.
ii.
The contractor will work with the State highway agency (SHA) and the Federal Government
in carrying out EEO obligations and in their review of his/her activities under the contract.
The contractor will accept as his operating policy the following statement:
"It is the policy of this Company to assure that applicants are employed, and that employees are
treated during employment, without regard to their race, religion, sex, color, national origin, age or
disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an
EEO Officer who will have the responsibility for and must be capable of effectively administering
and promoting an active contractor program of EEO and who must be assigned adequate
authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of, and will implement, the
contractor's EEO policy and contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted
before the start of work and then not less often than once every six months, at which time
the contractor's EEO policy and its implementation will be reviewed and explained. The
meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination
by the EEO Officer, covering all major aspects of the contractor's EEO obligations within
thirty days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by
the EEO Officer in the contractor's procedures for locating and hiring minority group
employees.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas
readily accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought
to the attention of employees by means of meetings, employee handbooks, or other
appropriate means.
4. Recruitment: When advertising for employees, the contractor will include in all advertisements
for employees the notation: "An Equal Opportunity Employer." All such advertisements will be
placed in publications having a large circulation among minority groups in the area from which the
project work force would normally be derived.
92
a. The contractor will, unless precluded by a valid bargaining agreement, conduct
systematic and direct recruitment through public and private employee referral sources
likely to yield qualified minority group applicants. To meet this requirement, the contractor
will identify sources of potential minority group employees, and establish with such
identified sources procedures whereby minority group applicants may be referred to the
contractor for employment consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring
hall referrals, he is expected to observe the provisions of that agreement to the extent
that the system permits the contractor's compliance with EEO contract provisions. (The
DOL has held that where implementation of such agreements have the effect of
discriminating against minorities or women, or obligates the contractor to do the same,
such implementation violates Executive Order 11246, as amended.)
c. The contractor will encourage his present employees to refer minority group applicants
for employment. Information and procedures with regard to referring minority group
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and
administered, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion,
sex, national origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of wages paid within each
classification to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to
the contractor in connection with his obligations under this contract, will attempt to
resolve such complaints, and will take appropriate corrective action within a reasonable
time. If the investigation indicates that the discrimination may affect persons other than
the complainant, such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform every complainant of all of his
avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minority group
and women employees, and applicants for employment.
b. Consistent with the contractor's work force requirements and as permissible under
Federal and State regulations, the contractor shall make full use of training programs,
i.e., apprenticeship, and on-the-job training programs for the geographical area of
contract performance. Where feasible, 25 percent of apprentices or trainees in each
occupation shall be in their first year of apprenticeship or training. In the event a special
provision for training is provided under this contract, this subparagraph will be
superseded as indicated in the special provision.
c. The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of minority
group and women employees and will encourage eligible employees to apply for such
training and promotion.
93
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use his/her best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions, and to effect referrals by such
unions of minority and female employees. Actions by the contractor either directly or through a
contractor's association acting as agent will include the procedures set forth below:
a. The contractor will use best efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minority group members and women for
membership in the unions and increasing the skills of minority group employees and
women so that they may qualify for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants
without regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the
labor union and such labor union refuses to furnish such information to the contractor, the
contractor shall so certify to the SHA and shall set forth what efforts have been made to
obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of
minority and women referrals within the time limit set forth in the collective bargaining
agreement, the contractor will, through independent recruitment efforts, fill the
employment vacancies without regard to race, color, religion, sex, national origin, age or
disability; making full efforts to obtain qualified and/or qualifiable minority group persons
and women. (The DOL has held that it shall be no excuse that the union with which the
contractor has a collective bargaining agreement providing for exclusive referral failed to
refer minority employees.) In the event the union referral practice prevents the contractor
from meeting the obligations pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the SHA.
8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors, including procurement of materials and
leases of equipment.
a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO
obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal
opportunity to compete for and perform subcontracts which the contractor enters into
pursuant to this contract. The contractor will use his best efforts to solicit bids from and to
utilize DBE subcontractors or subcontractors with meaningful minority group and female
representation among their employees. Contractors shall obtain lists of DBE construction
firms from SHA personnel.
c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO
obligations.
9. Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three years
following completion of the contract work and shall be available at reasonable times and places
for inspection by authorized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the following:
1) The number of minority and non-minority group members and women employed
in each work classification on the project;
2) The progress and efforts being made in cooperation with unions, when
applicable, to increase employment opportunities for minorities and women;
94
3) The progress and efforts being made in locating, hiring, training, qualifying, and
upgrading minority and female employees; and
4) The progress and efforts being made in securing the services of DBE
subcontractors or subcontractors with meaningful minority and female
representation among their employees.
b. The contractors will submit an annual report to the SHA each July for the duration of
the project, indicating the number of minority, women, and non-minority group
employees currently engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-1391. If on-the-job training is
being required by special provision, the contractor will be required to collect and
report training data.
III.
NONSEGREGATED FACILITIES
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $10,000 or more.)
1. By submission of this bid, the execution of this contract or subcontract, or the consummation of this
material supply agreement or purchase order, as appropriate, the bidder, Federal-aid construction
contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not
maintain or provide for its employees any segregated facilities at any of its establishments, and that the
firm does not permit its employees to perform their services at any location, under its control, where
segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the
EEO provisions of this contract. The firm further certifies that no employee will be denied access to
adequate facilities on the basis of sex or disability.
2. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are segregated by explicit directive, or
are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of
habit, local custom, or otherwise. The only exception will be for the disabled when the demands for
accessibility override (e.g. disabled parking).
3. The contractor agrees that it has obtained or will obtain identical certification from proposed
subcontractors or material suppliers prior to award of subcontracts or consummation of material supply
agreements of $10,000 or more and that it will retain such certifications in its files.
IV.
PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts,
except for projects located on roadways classified as local roads or rural minor collectors, which are
exempt.)
1.
General:
a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally
and not less often than once a week and without subsequent deduction or rebate on any account
[except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of
Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits
(or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not
less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage
determination") which is attached hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the contractor or its subcontractors and such
laborers and mechanics. The wage determination (including any additional classifications and wage
rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a
prominent and accessible place where it can be easily seen by the workers. For the purpose of this
95
Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section
1(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b,
hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than
a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the
particular weekly period, are deemed to be constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in paragraphs 4 and 5 of this Section IV.
b. Laborers or mechanics performing work in more than one classification may be compensated at the
rate specified for each classification for the time actually worked therein, provided, that the employer's
payroll records accurately set forth the time spent in each classification in which work is performed.
c. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3, and 5
are herein incorporated by reference in this contract.
2. Classification:
a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the
contract, which is not listed in the wage determination, shall be classified in conformance with the wage
determination.
b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when
the following criteria have been met:
1) the work to be performed by the additional classification requested is not performed by a classification in
the wage determination;
2) the additional classification is utilized in the area by the construction industry;
3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination; and
4) with respect to helpers, when such a classification prevails in the area in which the work is performed.
c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in
the additional classification or their representatives, and the contracting officer agree on the classification
and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action
taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division,
Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an
authorized representative, will approve, modify, or disapprove every additional classification action within 30
days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day
period that additional time is necessary.
d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in
the additional classification or their representatives, and the contracting officer do not agree on the proposed
classification and wage rate (including the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said
Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer within the 30-day period that additional time
is necessary
e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of
this Section IV shall be paid to all workers performing work in the additional classification from the first day
on which work is performed in the classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics
includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as
appropriate, shall Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or
96
subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall
pay another bona fide fringe benefit or an hourly case equivalent thereof.
b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third
person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the
Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of
the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a
separate account assets for the meeting of obligations under the plan or program.
4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers:
a. Apprentices:
1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed
when they are employed pursuant to and individually registered in a bona fide apprenticeship program
registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and
Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in
his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Bureau of
Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for
probationary employment as an apprentice.
2. The allowable ratio of apprentices to journeyman-level employees on the job site in any craft
classification shall not be greater than the ratio permitted to the contractor as to the entire work force
under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate
listed in the wage determination for the classification of work actually performed. In addition, any
apprentice performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work actually
performed. Where a contractor or subcontractor is performing construction on a project in a locality other
than that in which its program is registered, the ratios and wage rates (expressed in percentages of the
journeyman-level hourly rate) specified in the contractor's or subcontractor's registered program shall be
observed.
3. Every apprentice must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in
the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed on the wage determination for the
applicable classification. If the Administrator for the Wage and Hour Division determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that
determination.
4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized
by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no
longer be permitted to utilize apprentices at less than the applicable predetermined rate for the
comparable work performed by regular employees until an acceptable program is approved.
b. Trainees:
1. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evidenced by formal certification by the DOL,
Employment and Training Administration.
2. The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted
under the plan approved by the Employment and Training Administration. Any employee listed on the
97
payroll at a trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed. In addition, any trainee performing work on
the job site in excess of the ratio permitted under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work actually performed.
3. Every trainee must be paid at not less than the rate specified in the approved program for his/her level
of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable
wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee
program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of
fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division
determines that there is an apprenticeship program associated with the corresponding journeyman-level
wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in
which case such trainees shall receive the same fringe benefits as apprentices.
4. In the event the Employment and Training Administration withdraws approval of a training program, the
contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
c. Helpers:
Helpers will be permitted to work on a project if the helper classification is specified and defined on the
applicable wage determination or is approved pursuant to the conformance procedure set forth in Section
IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition,
shall be paid not less than the applicable wage rate on the wage determination for the classification of
work actually performed.
5. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and skill training programs which have been
certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway
construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight
time hourly wage rates for apprentices and trainees under such programs will be established by the
particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than
permitted by the terms of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written request of an authorized representative of the DOL
withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other
Federal contract with the same prime contractor, or any other Federally-assisted contract subject to
Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the
accrued payments or advances as may be considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full
amount of wages required by the contract. In the event of failure to pay any laborer or mechanic,
including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the
wages required by the contract, the SHA contracting officer may, after written notice to the contractor,
take such action as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased.
7. Overtime Requirements:
98
No contractor or subcontractor contracting for any part of the contract work which may require or involve
the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and
helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman,
or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in
such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not
less than one-and-one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in
such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in
paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the
affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable
to the United States (in the case of work done under contract for the District of Columbia or a territory, to
such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with
respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set
forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or
permitted to work in excess of the standard work week of 40 hours without payment of the overtime
wages required by the clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request of any authorized representative of the DOL
withhold, or cause to be withheld, from any monies payable on account of work performed by the
contractor or subcontractor under any such contract or any other Federal contract with the same prime
contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety
Standards Act, which is held by the same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except
for projects located on roadways classified as local roads or rural collectors, which are exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein
incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor
during the course of the work and preserved for a period of 3 years from the date of completion of the
contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the
site of the work.
b. The payroll records shall contain the name, social security number, and address of each such employee;
his or her correct classification; hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section
1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and
actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation
indicating whether the employee does, or does not, normally reside in the labor area as defined in
Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has
found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated
99
in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the
contractor and each subcontractor shall maintain records which show that the commitment to provide
such benefits is enforceable, that the plan or program is financially responsible, that the plan or program
has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or
the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or
trainees under approved programs shall maintain written evidence of the registration of apprentices and
trainees, and ratios and wage rates prescribed in the applicable programs.
c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to
the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees,
and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work
during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely
all of the information required to be maintained under paragraph 2b of this Section V. This information
may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be
purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S.
Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the
submission of copies of payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor
or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the
contract and shall certify the following:
1)that the payroll for the payroll period contains the information required to be maintained
under paragraph 2b of this Section V and that such information is correct and complete;
2)that such laborer or mechanic (including each helper, apprentice, and trainee) employed
on the contract during the payroll period has been paid the full weekly wages earned,
without rebate, either directly or indirectly, and that no deductions have been made either
directly or indirectly from the full wages earned, other than permissible deductions as set
forth in the Regulations, 29 CFR 3;
3)that each laborer or mechanic has been paid not less that the applicable wage rate and
fringe benefits or cash equivalent for the classification of worked performed, as specified
in the applicable wage determination incorporated into the contract.
e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form
WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by
paragraph 2d of this Section V.
f. The falsification of any of the above certifications may subject the contractor to civil or criminal
prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V
available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or
the DOL, and shall permit such representatives to interview employees during working hours on the job. If
the contractor or subcontractor fails to submit the required records or to make them available, the SHA,
the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take
such actions as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds. Furthermore, failure to submit the required records upon request or to make such
records available may be grounds for debarment action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal-aid contracts on the National Highway System, except those which provide solely for the
installation
of protective devices at railroad grade crossings, those which are constructed on a force
account or direct labor basis, highway beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall:
a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47,
"Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal
Funds," prior to the commencement of work under this contract.
100
b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the
work, and
also of the quantities of those specific materials and supplies listed on Form FHWA-47,
and in the units shown on Form FHWA-47.
c.
Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47
together with the
data required in paragraph 1b relative to materials and supplies, a final labor
summary of all contract work indicating the total hours worked and the total amount earned.
2. At the prime contractor's option, either a single report covering all contract work or separate reports for
the contractor and for each subcontract shall be submitted.
VII SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization contract work amounting to not less than 30
percent (or a greater percentage if specified elsewhere in the contract) of the total original contract
price, excluding any specialty items designated by the State. Specialty items may be performed by
subcontract and the amount of any such specialty items performed may be deducted from the total
original contract price before computing the amount of work required to be performed by the
contractor's own organization (23 CFR 635).
a. "Its own organization" shall be construed to include only workers employed and paid directly by
the prime contractor and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor, assignee, or
agent of the prime contractor.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations
qualified and expected to bid on the contract as a whole and in general are to be limited to minor
components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed
includes
the cost of material and manufactured products which are to be purchased or produced
by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the
firm, has full authority to direct performance of the work in accordance with the contract requirements,
and is in charge of all construction operations (regardless of who performs the work) and (b) such
other of its own organizational resources (supervision, management, and engineering services) as
the SHA contracting officer determines is necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written
consent of the SHA contracting officer, or authorized representative, and such consent when given
shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract.
Written consent will be given only after the SHA has assured that each subcontract is evidenced in
writing and that it contains all pertinent provisions and requirements of the prime contract.
VIII. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local
laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards,
safety devices and protective equipment and take any other needed actions as it determines, or as the
SHA contracting officer may determine, to be reasonably necessary to protect the life and health of
employees on the job and the safety of the public and to protect property in connection with the
performance of the work covered by the contract.
101
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor
enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any
employee, in performance of the contract, to work in surroundings or under conditions which are
unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety
and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized
representative thereof, shall have right of entry to any site of contract performance to inspect or
investigate the matter of compliance with the construction safety and health standards and to carry out
the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40
U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in conformity with approved plans and specifications
and a high degree of reliability on statements and representations made by engineers, contractors, suppliers,
and workers on Federal-aid highway projects, it is essential that all persons concerned with the project
perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or
misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any
misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted
on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or
whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false
representation, or false report as to the character, quality, quantity, or cost of the material used or to be
used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection
with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or
related project submitted for approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim with
respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials
furnished or to be furnished, in connection with the construction of any highway or related project
approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in any
statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved
July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined not more that $10,000 or imprisoned not more than 5 years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
(Applicable to all Federal-aid construction contracts and to all related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder,
Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated
as follows:
1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt
under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under
the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the
date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities
pursuant to 40 CFR 15.20.
102
2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the
Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and
guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of
Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under
consideration to be listed on the EPA List of Violating Facilities.
4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this
Section X in every nonexempt subcontract, and further agrees to take such action as the government
may direct as a means of enforcing such requirements.
XI CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
1.
Instructions for Certification - Primary Covered Transactions:
(Applicable to all Federal-aid contracts - 49 CFR 29)
a.
b.
c.
d.
e.
f.
g.
h.
i.
By signing and submitting this proposal, the prospective primary participant is providing the certification
set out below.
The inability of a person to provide the certification set out below will not necessarily result in denial of
participation in this covered transaction. The prospective participant shall submit an explanation of why it
cannot provide the certification set out below. The certification or explanation will be considered in
connection with the department or agency's determination whether to enter into this transaction. However,
failure of the prospective primary participant to furnish a certification or an explanation shall disqualify
such a person from participation in this transaction.
The certification in this clause is a material representation of fact upon which reliance was placed when
the department or agency determined to enter into this transaction. If it is later determined that the
prospective primary participant knowingly rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department or agency may terminate this transaction
for cause of default.
The prospective primary participant shall provide immediate written notice to the department or agency to
whom this proposal is submitted if any time the prospective primary participant learns that its certification
was erroneous when submitted or has become erroneous by reason of changed circumstances.
The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction,"
"participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded,"
as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules
implementing Executive Order 12549. You may contact the department or agency to which this proposal
is submitted for assistance in obtaining a copy of those regulations.
The prospective primary participant agrees by submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a
person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this
covered transaction, unless authorized by the department or agency entering into this transaction.
The prospective primary participant further agrees by submitting this proposal that it will include the
clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower
Tier Covered Transaction," provided by the department or agency entering into this covered transaction,
without modification, in all lower tier covered transactions and in all solicitations for lower tier covered
transactions.
A participant in a covered transaction may rely upon a certification of a prospective participant in a lower
tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the
covered transaction, unless it knows that the certification is erroneous. A participant may decide the
method and frequency by which it determines the eligibility of its principals. Each participant may, but is
not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal
Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General
Services Administration.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render in good faith the certification required by this clause. The knowledge and information of
103
j.
participant is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
Except for transactions authorized under paragraph f of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended,
debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other
remedies available to the Federal Government, the department or agency may terminate this transaction
for cause or default.
*****
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Primary
Covered Transactions
1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its
principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
b. Have not within a 3-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State
or local) transaction or contract under a public transaction; violation of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the offenses
enumerated in paragraph 1b of this certification; and
d. Have not within a 3-year period preceding this application/proposal had one or more
public transactions (Federal, State or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to this proposal.
*****
2. Instructions for Certification - Lower Tier Covered Transactions:
(Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49
CFR 29)
a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out
below.
b. The certification in this clause is a material representation of fact upon which reliance was placed when
this transaction was entered into. If it is later determined that the prospective lower tier participant
knowingly rendered an erroneous certification, in addition to other remedies available to the Federal
Government, the department, or agency with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person to which this
proposal is submitted if at any time the prospective lower tier participant learns that its certification was
erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction,"
"participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the
meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549.
104
You may contact the person to which this proposal is submitted for assistance in obtaining a copy of
those regulations.
e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed
covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction
with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation
in this covered transaction, unless authorized by the department or agency with which this transaction
originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will include this
clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower
Tier Covered Transaction," without modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower
tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the
covered transaction, unless it knows that the certification is erroneous. A participant may decide the
method and frequency by which it determines the eligibility of its principals. Each participant may, but is
not required to, check the Nonprocurement List.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render in good faith the certification required by this clause. The knowledge and information of
participant is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered
transaction knowingly enters into a lower tier covered transaction with a person who is suspended,
debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other
remedies available to the Federal Government, the department or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
*****
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier
Covered Transactions:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
*****
XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
(Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed
$100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or
her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any Federal grant, the making
of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any Federal agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with
its instructions.
2. This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
105
3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall
require that
the language of this certification be included in all lower tier subcontracts, which
exceed $100,000 and that all such recipients shall certify and disclose accordingly.
ATTACHMENT A - EMPLOYMENT PREFERENCE FOR
APPALACHIAN CONTRACTS
(Applicable to Appalachian contracts only.)
1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may
be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as
designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the
State wherein the contract work is situated, except:
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel
necessary to assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to present or former employees as the result of
a lawful collective bargaining contract, provided that the number of nonresident persons employed under this
subparagraph 1c shall not exceed 20 percent of the total number of employees employed by the contractor on the
contract work, except as provided in subparagraph 4 below.
2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of
the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees
required in each classification, (c) the date on which he estimates such employees will be required, and (d) any
other pertinent information required by the State Employment Service to complete the job order form. The job
order may be placed with the State Employment Service in writing or by telephone. If during the course of the
contract work, the information submitted by the contractor in the original job order is substantially modified, he
shall promptly notify the State Employment Service.
3. The contractor shall give full consideration to all qualified job applicants referred to him by the State
Employment Service. The contractor is not required to grant employment to any job applicants who, in his
opinion, are not qualified to perform the classification of work required.
4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the
State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number
requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of
this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions
covered by the certificate, notwithstanding the provisions of subparagraph 1c above.
5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract
for work which is, or reasonably may be, done as on-site work.
106
NOTICE TO CONTRACTORS COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS
ACT OF 1964 FOR FEDERAL-AID CONTRACTS
During the performance of this Contract, the Contractor, for itself, its assignees
and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows:
1.
Compliance with Regulations: The Contractor will comply with the Regulations of
the Department of Transportation relative to nondiscrimination in Federally-assisted
programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part
21, hereinafter referred to as the "Regulations"), which are herein incorporated by
reference and made a part of this Contract.
2.
Nondiscrimination: The Contractor, with regard to the work performed by it
afterward and prior to completion of the contract work, will not discriminate on the
ground of race, color, sex, or national origin in the selection and retention of subcontracts
including procurements of materials and leases of equipment. The Contractor will not
participate either directly or indirectly in the discrimination prohibited by Section 21.5 of
the Regulations, including employment practices when contract covers a program set forth
in Appendix B of the Regulations. In addition, the Contractor will not participate either
directly or indirectly in discrimination prohibited by 23 CFR 710.405 (b).
3.
Solicitations for subcontracts, including procurements of materials and
equipment:
In all solicitations, either by competitive bidding or negotiation made by
the Contractor for work to be performed under a subcontract, including procurements of
materials or equipment, each potential subcontractor or supplier shall be notified by the
Contractor of the Contractor's obligations under this Contract and the Regulations
relative to nondiscrimination on the ground of race, color, national origin or sex.
4.
Information and Reports: The Contractor will provide all information and reports
required by the Regulations, or orders and instructions issued pursuant thereto, and will
permit access to its books, records, accounts, other sources of infonna6on, and its facilities
as may be determined by the Department of Transportation or the Federal Highway
Administration to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of a Contractor is in the exclusive possession
of another who fails or refuses to furnish this information, the Contractor shall so certify to
the Department of Transportation, or the Federal Highway Administration as appropriate,
and shall set forth what efforts it has made to obtain the information.
5.
Sanctions for Noncompliance: In the event of the Contractor's noncompliance with
the nondiscrimination provisions of this Contract, the Department of Transportation shall
impose such Contract sanctions as it or the Federal Highway Administration may
determine to be appropriate, including, but not limited to:
(a)
withholding of payments to the Contractors under the Contract until the
Contractor complies, and/or
107
(b)
Cancellation, termination or suspension of the Contract, in whole or
in pan.
6.
Incorporation of Provisions: The-Contractor will include the provisions of
paragraph (1) through,(6) in every subcontract, including procurements of materials and
leases of equipment, unless exempt by the Regulations, orders or instruction issued
pursuant thereto. The Contractor will take such action with respect to any subcontract or
procurement as the Department of Transportation or the Federal Highway Administration
may direct as a means of enforcing such provisions including sanctions for
noncompliance. Provided, however, that in the event a Contractor becomes involved in,
or is threatened with, litigation with a subcontractor or supplier as result of such
direction, the Contractor may request the State to enter into such litigation to protect the
interests of the State, and, in addition, the Contractor may request the United States to
enter into such litigation to protect the interest of the United States.
FEDERAL REGISTER / VOL. 45, NO. 194 / FRIDAY, OCTOBER 3,1980 / NOTICES
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL
EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) (43 FR 14895)
1.
The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the
"Standard Federal Equal Employment Opportunity Construction Contract
Specifications" set forth herein.
2.
The goals and timetables for minority and female participation, expressed in
percentage terms for the Contractor's aggregate workforce in each trade on all construction
work in the covered areas, are as follows:
GOALS FOR FEMALE PARTICIPATION
APPENDIX A
(43 FR 19473)
The following goals and timetables for female utilization shall be included in all Federal
and federally assisted construction contracts and subcontracts in excess of $10,000. The
goals ire applicable to the contractor's aggregate on-site construction workforce whether
or not part of that workforce is performing work on a Federal or federally-assisted
construction contract or subcontract. Area covered: Goals for Women apply
nationwide.
Goals and timetables
108
Timetable
4-1-78
4-1-79
4-1-80
Goals
percent)
to 3-31-79
to 3-31-80
Until Further Notice
3.1
5.0
6.9
GOALSFOR
MINORITY PARTICIPATION
Appendix B-80
Until further notice, the following goals for minority utilization in each construction craft and trade
shall be included in all Federal or federally assisted construction contracts and subcontracts in excess
of $10,000 to be performed in the respective geographical areas. The goals are applicable to each
nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that
workforce is performing work on a Federal, federally assisted or non-federally related project, contract
or subcontract.
FEDERAL REGISTER / VOL. 45. NO. 194 / FRIDAY, OCTOBER 3,1980 /NOTICES
Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4-5)
are required to comply with the goals of the Hometown Plan with regard to construction work they
perform in the areas covered by the Hometown Plan. With regard to all their other covered construction
work, such contractors are required to comply with the applicable SMSA or EA goal contained in this
appendix B-80.
FEDERAL REGISTER / VOL. 45, NO. 194 / FRIDAY. OCTOBER 3,1980 / NOTICES
State
Goal
(percent)
Georgia:
035 Augusta, GA:
SMSA Counties:
0600 Augusta, GA-SC……………………………………………………….. 27.2
GA Columbia; GA Richmond; SC Aiken;
Non-SMSA Counties………………………………………………………….
GA Burke; GA Emanuel; GA Glascock; GA Jefferson;
GA Jenkins; GA Lincoln; GA McDuffie; GA Talleferro;
GA Warren; GA Wilkes; SC Allendale; SC Bamburg;
SC Barnwell; SC Edgefield; SC McCormick;
32.-8
036 Atlanta, GA:
SMSA Counties:
0520 Atlanta, GA ……………………………………………………………21.2
109
GA Butts; GA Cherokee; GA Clayton; GA
Cobb; GA DeKalb; GA Douglas; GA Fayette; GA
Forsyth; GA Fulton; GA Gwinnett; GA Henry; GA
Newton; GA Paulding; GA Rockdale; GA Walton
Non-SMSA Counties……………………………………………………….. 19.5
GA Banks; GA Barrow; GA Carroll; GA Clarke;
GA Coweta; GA Dawson; GA Elbert; GA Fannin;
GA Floyd; GA Franklin; GA Gilmer; GA Gordon;
GA Greene; GA Habersham; GA Hall; GA
Haralson; GA Hart; GA Heard; GA Jackson; GA
Jasper; GA Lamar; GA Lumpkin; GA Madison;
GA Morgan; GA Oconee; GA Oglethorpe; GA
Pickins; GA Pike; GA Polk; GA Rabun; GA
Spalding; GA Stephens; GA Towns; GA Upson; GA
White
037 Columbus, GA:
SMSA Counties:
1800 Columbus, GA-AL……………………………………………………..29.6
Al Russell; GA Chattahoochee; GA Columbus
FEDERAL REGISTER / VOL. 45. NO. 194 / FRIDAY, OCTOBER 3,1980 / NOTICES
Non-SMSA Counties……………………………………………………………36.1
Al Chambers; AJ Lee: GA Harris; GA Marion: GA
Meriwether; GA Quitman; GA Schley; GA
Stewart; GA Sumter; GA Talbot; GA Troup;
GA Webster
038 MACON. GA
SMSA Counties:
4680 Macon, GA…………………………………………………………….. 27.5
GA Bibb; GA Houston: GA Jones; GA Twiggs
Non-SMSA Counties …………………………………………………………. 31.7
GA Baldwin: GA Bleckley: Crawford; GA Crisp;
GA Dodge; GA Dooly; GA Hancock: GA Johnson;
GA Laurens: GA Macon; GA Monroe; GA Peach;
GA Pulaski; GA Putnam; GA Taylor; GA Telfair;
GA Treutlan; GA Washington; GA Wheeler;
GA Wilcox; GA Wilkinson
039 Savannah, GA:
SMSA Counties:
7520 Savannah, GA ………………………………………………………… 30.6
GA Bryan; GA Chatham; GA Effingham
Non-SMSA, Counties………………………………………………………… 29.8
GA Appling; GA Atkinson;
110
GA Bacon; GA Bulloch; GA Candler; GA
Coffee; GA Evans; GA Jeff Davis; GA Liberty;
GA Long; GA McIntosh; GA Montgomery; GA
Screven; GA Tattnall; GA Toombs; GA Wayne;
SC Beaufort; SC Hampton; SC Jasper
040 Albany, GA:
SMSA Counties:
0120 Albany, GA………..………………………………………………….. 32.1
GA Dougherty; GA Lee
Non-SMSA Counties …………………………………………………..…….. 31.1
GA Baker; GA Ben Hill; GA Berrien; GA
Brooks; GA Calhoun; GA Clay; GA Clinch;
GA Colquitt; GA Cook; GA Decatur; GA
Early; GA Echols; GA Grady; GA Irwin; GA
Lanier; GA Lowndes; GA Miller; GA Mitchell;
GA Randolph; GA Seminole; GA Terrell; GA
Thomas; GA Tift; GA Turner; GA Worth
111
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION
CONTRACT SPECIFICATIONS
(EXECUTIVE ORDER 11246) (43 FR 14895)
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from which this contract
resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department
of Labor, or any person to whom the Director delegates authority;
c.
"Employer Identification Number" means the Federal Social Security number used on the Employer's
Quarterly Federal Tax Return, U. S. Treasury Department Form 941.
d. "Minority" includes:
(i)
Black (all persons having origins in any of the Black African racial groups not of Hispanic origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish
Culture or origin, regardless of race);
(iii)
Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East,
Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North
America and maintaining identifiable tribal affiliations through membership and participation or
community identification).
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any
construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for minority and female participation and
which is set forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S.
Department of Labor in the covered area either individually or through an association, its affirmative action
obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for
those trades which have unions participating in the Plan. Contractors must be able to demonstrate their
participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or
Subcontractor participating in an approved Plan is individually required to comply with its obligations under the
EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an
approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to
achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of
these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has employees in the covered area.
The Contractor is expected to make substantially uniform progress toward its goals in each craft during the
period specified.
112
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the
Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the
Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated
pursuant thereto.
6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such
apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must
have made a commitment to employ the apprentices and trainees at the completion of their training, subject to
the availability of employment opportunities. Trainees must be trained pursuant to training programs approved
by the U. S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of
the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results
from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps
at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in
all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will
assign two or more women to each construction project. The Contractor shall specifically ensure that all
foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the
Contractor's obligation to maintain such a working environment, with specific attention to minority or female
individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written notification
to minority and female recruitment sources and to community organizations when the Contractor or its
unions have employment opportunities available, and maintain a record of the organization's responses. .
c. Maintain a current file of the names, addresses and telephone numbers of each minority and female
off-the-street applicant and minority or female referral from a union, a recruitment source or community
organization and of what action was taken with respect to each such individual. If such individual was sent to
the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not
employed by the Contractor, this shall be documented in the file with the reason therefor, along with
whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with which the Contractor
has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by
the Contractor, or when the Contractor has other information that the union referral process has impeded the
Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minority and women, including upgrading programs and apprenticeship and trainee
programs relevant to the Contractor's employment needs, especially those programs funded or approved by
the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled
under 7b above.
f. Disseminate the Contractor's EEO policy by providing the notice of the policy to unions and training programs
and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in
any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual
report, etc.; by specific review of the policy with all management personnel and with all minority and female
employees at least once a year, and by posting the
113
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
company EEO policy on bulletin boards accessible to all employees at each location where construction work
is performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other
employment decisions including specific review of these items with onsite supervisory personnel such as
Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written
record shall be made and maintained identifying the time and place of these meetings, persons attending,
subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media,
specifically including minority and female news media, and providing written notification to and discussing
the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or
anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to
schools with minority and female students and to minority and female recruitment and training organizations
serving the Contractor's area and employment needs. Not later than one month prior to the date for the
acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall
send written notification to organizations such as the above, describing the-openings, screening procedures,
and test to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and women and, where
reasonable, provide after school, summer and vacation employment to minority and female youth both on the
site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part
60-3.
l. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional
opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc.,
such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not
have a discriminatory effect by continually monitoring all personnel and employment related activities to
ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.
n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet
and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually of all supervisors' adherence to and performance under the Contractor's
EEO policies and affirmative action obligations.
8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their
affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union,
contractor-community, or other similar group of' which the contractor is a member and participant, may be
asserted as fulfilling any one or more of its
114
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
obligations under 7a through p of these Specifications provided that the contractor actively participates in the
group, makes every effort to assure that the group has a positive impact on the employment of minorities and
women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's
minority and female workforce participation, makes a good faith effort to meet its individual goals and
timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on
behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to
fulfill an obligation shall not be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The Contractor,
however, is required to provide equal employment opportunity and to take affirmative action for all minority
groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor
may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner
(for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in
violation of the Executive Order if a specific minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any
person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may
be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by
the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and
penalties shall be in violation of these specifications and Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action
steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve
maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply
with the requirements of the Executive Order, the implementing regulations, or these specifications, the
Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that
the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be
required by the Government and to keep records. Records shall at least include for each employee the name,
address, telephone numbers, construction trade, union affiliation if any, employee identification number when
assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of
changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work
was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the
degree that existing records satisfy this requirement, contractors shall not be required to maintain separate
records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish
different standards of compliance or upon the application of requirements for the hiring of local or other area
residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block
Grant Program).
115
Revised: December 7, 2009
DEPARTMENT OF TRANSPORTATION
STATE OF GEORGIA
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
CRITERIA FOR ACCEPTABILITY
The purpose of this special provision is to establish criteria for acceptability of DBE firms for
work performed on this contract. The intent is to ensure all participation counted toward
fulfillment of the DBE goals is (1) real and substantial, (2) actually performed by viable,
independent DBE owned firms, and (3) in accordance with the spirit of the applicable laws and
regulations.
The policy of the Georgia Department of Transportation is to ensure compliance with Title VI
of the Civil Rights Act of 1964, 49 Code of Federal Register, Part 26 and related statutes and
regulations in all program activities.
To this end the Georgia Department of Transportation shall not discriminate on the basis of
race, color, sex or national origin in the award, administration and performance of any Georgia
Department of Transportation assisted contract or in the administration of its Disadvantaged
Business Enterprise Program. The Georgia Department of Transportation shall take all
necessary and reasonable steps to ensure nondiscrimination.
DBE payments and commitments for Federal-aid projects shall be separate and distinct and
cannot be transferred or combined in any matter.
The DBE Goal specified in the contract will be a percentage representing the DBE Race
Conscious Participation. The Contractor will strive to achieve an additional percentage,
cumulatively amounting but not limited to 2 percent in his/her contracts for all projects during
the course of the current State Fiscal Year, in order to meet the overall Georgia Department of
Transportation DBE goal.
116
DBE PROCEDURES: The Contractor shall develop techniques to facilitate DBE participation
in subcontracting activities. These techniques include:
(A) Arranging solicitations, time for the presentation of quotes, quantities,
specifications, and delivery schedules to facilitate the participation
of DBEs.
(B) Providing assistance to DBEs in overcoming barriers such as the inability
obtaining bonding, financing, or technical assistance.
DBE DIRECTORY: The Department has available a directory or source list to facilitate
identifying DBEs with capabilities relevant to general contracting requirements and to particular
solicitations. The Department will make the directory available to bidders and proposers in
their efforts to meet the DBE requirements. The directory or listing includes firms which the
Department has certified to be eligible DBEs in accordance with 49 CFR Part 26.
GOAL FOR PARTICIPATION: If a percentage goal for DBE participation in this contract is
set forth elsewhere in this proposal, the Contractor shall complete the DBE GOALS Form
included in the proposal. The Contractor is encouraged to make every effort to achieve the goal
set by the Department. However, if the Contractor cannot find sufficient DBE participants to
meet the goal established by the Department, the Department will consider for award a proposal
with less participation than the established goal if:
(A) The bidder can demonstrate no greater participation could be
obtained. This should be well documented by demonstrating the Contractor’s
actions through good faith efforts.
The following is a list of types of actions which the Department will consider as
part of the Contractor’s good faith efforts to obtain DBE participation. This is
not intended to be a mandatory checklist nor intended to be exclusive or
exhaustive. Other factors or types of efforts may be relevant in appropriate
cases.
(1) Soliciting through all reasonable and available means (e.g.
attendance at pre-bid meetings, advertising and/or written
notices) the interest of all certified DBEs who have the capability to
perform the work of the contract. The Contractor must solicit this
interest within sufficient time to allow the DBEs to respond to the
117
solicitation. The Contractor must determine with certainty if the DBEs
are interested by taking appropriate steps to follow up initial
solicitations.
(2) Selecting portions of the work to be performed by DBEs in order
to increase the likelihood the DBE goals will be achieved.
This includes, where appropriate, breaking out contract
work items into economically feasible units to facilitate
DBE participation, even when the Contractor might
otherwise prefer to perform these work items with its own
forces.
(3) Providing interested DBEs with adequate information about the
plans, specifications, and requirements of the contract in a timely
manner to assist DBEs participants in responding to a solicitation.
(4) (a) Negotiating in good faith with interested DBEs.
Contractor(s) are responsible to make a portion of the work
available to DBE subcontractors and suppliers and to select
those portions of the work or material needs consistent with
the available DBE subcontractors and suppliers, so as to
facilitate DBE participation. Evidence of such negotiation
includes the names, addresses, and telephone numbers of
DBEs that were considered; a description of the information
provided regarding the plans and specifications for the work
selected for subcontracting; and evidence as to why additional
agreements could not be reached for DBEs to perform the work.
(b) Contractor(s) using good business judgment would consider a
number of factors in negotiating with subcontractors, including
DBE subcontractors, and would take a firm’s price and capabilities
as well as contract goals into consideration. However, the fact
there may be some additional costs involved in finding and using
DBEs is not in itself sufficient reason for a bidder’s failure to meet
the contract DBE goal, as long as such costs are reasonable. Also,
118
the ability or desire of a Contractor to perform the work of a
contract with its own organization does not relieve the Contractor
of the responsibility to make good faith efforts. Contractors are
not, however, required to accept higher quotes from DBEs if the
price difference is excessive or unreasonable.
(5) Not rejecting DBEs as being unqualified without sound reasons
based on a thorough investigation of their capabilities. The
Contractor’s standing within its industry, membership in specific
groups, organizations, or associations and political or social
affiliations (for example union vs. nonunion employee status) are
not legitimate causes for the rejection or non solicitation of bids
in the Contractor’s efforts to meet the project goal.
(6) Making efforts to assist interested DBEs in obtaining bonding, lines of
credit, or insurance as required by the contractor.
(7) Making efforts to assist interested DBEs in obtaining necessary
equipment, supplies, materials, or related assistance or services.
(8) Effectively using the services of available minority/women community
organizations; minority/women Contractors’ groups; local, state, and
Federal minority/women business assistance offices; and other
organizations as allowed on a case-by-case basis to provide assistance
in the recruitment and placement of DBE’s.
(B) The participation proposed by the low bidder is not substantially less than the
participation proposed by the other bidders on the same contract.
If no percentage goal is set forth in the proposal, the contractor may enter a proposed DBE
participation. This voluntary DBE participation will count as race neutral DBE participation.
Prime Contractor shall report race-neutral participation in accordance with the DBE Quarterly
Report requirements shown in this document.
To be eligible for award of this contract,
All bidders will be required to submit the following information to the
Department by the close of business on the 3rd working day following
opening of the bid as a matter of bidder responsibility.
119
(1) The names and addresses of DBE firms committed to participate in the
Contract;
(2) A description of the work each DBE will perform;
(3) The dollar amount of the participation of each DBE firm participating;
(4) Written documentation of the bidder’s commitment to use a DBE
subcontractor whose participation it submits to meet a contract goal;
(5) Written confirmation from the DBE committed to participating in the contract,
as provided in the prime contractor’s commitment.
(6) If the contract goal is not met, evidence of good faith efforts must be provided.
Failure by a bidder to furnish the above information may subject the bid to disqualification.
Also failure by the bidder to submit satisfactory evidence of good faith efforts may subject the
bid to disqualification.
Award of a contract by the Department to a Prime Contractor who has listed DBE participants
with the bid may not constitute final approval by the Department of the listed DBE. The
Department reserves the right to approve or disapprove a Disadvantaged firm after a review of
the Disadvantaged firm’s proposal participation. Payment to the Contractor under the contract
may be withheld until final approval of the listed DBEs is granted by the Department.
If the Contractor desires to substitute a DBE in lieu of those listed in the proposal, a letter of
concurrence shall be required from the listed DBE prior to approval of the substitution, unless
this requirement is waived by the Department.
Agreements between bidder and a DBE in which promises not to provide Subcontracting
quotations to other bidders are prohibited.
DEFINITION: For the purposes of this provision, the following definitions will apply:
Disadvantaged Business Enterprise or DBE means a for-profit small business concern –
(1) Ensuring at least 51 percent owned by one or more individuals who are
both socially and economically disadvantaged or, in the case of a
corporation, in which 51 percent of the stock is owned by one or more such
individuals; and
120
(2) Whose management and daily business operations are controlled by one or
more of the socially and economically disadvantaged individuals who own
the business.
Good Faith Efforts means efforts to achieve a DBE goal or other requirement of this part which,
by their scope, intensity, and appropriateness to the objective, can reasonably be expected to
fulfill the program requirement.
Joint Venture means an association of a DBE firm and one or more other firms to carry out a
single, for-profit business enterprise, for which the parties combine their property, capital,
efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined
portion of the work of the contract and whose share in the capital contribution, control,
management, risks, and profits of the joint venture are commensurate with its ownership
interest.
Socially and Economically Disadvantaged Individual means any individual who is a citizen (or
lawfully admitted permanent resident) of the United States and who is –
(1) Any individual who the Department finds to be a socially and economically
disadvantaged individual on a case-by-case basis.
(2) Any individual in the following groups, members of which are reputably presumed
to be socially and economically disadvantaged.
(i) “Black Americans,” which includes persons having origins, in any
of the Black racial groups of Africa;
(ii) “Hispanic Americans,” which includes persons of Mexican, Puerto
Rican, Cuban, Dominican, Central or South American, or other
Spanish or Portuguese culture or origin, regardless of race;
(iii) “Native Americans,” which includes persons who are American
Indians, Eskimos, Aleuts, or Native Hawaiians;
(iv) “Asian-Pacific Americans,” which includes persons whose origins
are from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos,
Cambodia (Kampuchea), Thailand, Malaysia,
Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust
Territories of the Pacific Islands (Republic of Palau), the
121
Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga,
Kiribati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong;
(v) “Subcontinent Asian Americans,” which includes persons whose
origins are from India, Pakistan, Bangladesh, Bhutan, the Maldives
Islands, Nepal or Sri Lanka;
(vi) Women;
(vii) Any additional groups whose members are designated as socially
and economically disadvantaged by the SBA, at such time as the
SBA designation becomes effective.
(3) GDOT will presume that such persons are socially and economically disadvantaged
only to the extent permitted by applicable federal law.
Race-conscious measure is one focused specifically on assisting only DBEs, including womenowned
DBEs.
Race-neutral measure is one being, or can be, used to assist all small businesses. For the
purposes of this part, race-neutral includes gender-neutrality.
DISCRIMINATION PROHIBITED: No person shall be excluded from participation in,
denied the benefits of, or otherwise discriminated against in connection with the award and
performance of this contract on the grounds of race, color, sex or national origin.
The following assurance becomes a part of this contract and must be included in and made a
part of each subcontract the prime contractor enters into with their subcontractors (49 CFR
26.13):
“The contractor, and/or subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in the performance of this contract. The contractor
shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of DOT – assisted contracts. Failure by the contractor to carry
out these requirements is (breach) of this contract which may result in
the termination of this contract or such other remedy as the Department deems
appropriate.
122
Failure to Achieve Requirements: Periodic reviews shall be made by the Department to
determine the extent of compliance with the requirements set forth in this provision. If the
Contractor is found to be in noncompliance, further payments for any work performed may be
withheld until corrective action is taken. If corrective action is not taken, it may result in
termination of this contract.
Participation will be counted toward fulfillment of the DBE goal as follows:
(A)
When a DBE participates in a contract, the Contractor counts only the value of
the work actually performed by the DBE toward DBE goals.
(1) Count the entire amount of the portion of a construction
contract (or other contract not covered by paragraph (A) (2) of this section)
performed by the DBE’s own forces. Include the cost of supplies and
materials obtained by the DBE for the work of the contract, including
supplies purchased or equipment leased by the DBE (except supplies and
equipment the DBE subcontractor purchases or leases from the prime
contractor or its affiliate).
(2) Count the entire amount of fees or commissions charged by a DBE firm for
providing a bona fide service, such as professional, technical consultant, or
managerial services, or for providing bonds or insurance specifically
required for the performance of a DOT-assisted contract, toward DBE
goals, provided the Department determines the fee is reasonable and not
excessive as compared with fees customarily allowed for similar services.
(3) When a DBE subcontracts part of the work of its contract to another firm,
the value of the subcontracted work may be counted toward DBE goals
only if the DBE’s subcontractor is itself a DBE. Work that a DBE
subcontracts to a non-DBE firm does not count toward DBE goals.
(B)
When a DBE performs as a participant in a joint venture, count a portion of the
total dollar value of the contract equal to the distinct, clearly defined portion of
123
the work of the contract the DBE performs with own forces toward DBE goals.
(C)
Count expenditures to a DBE contractor toward DBE goals only if the DBE is
performing a commercially useful function on that contract.
(1) A DBE performs a commercially useful function when responsible for
execution of the work of the contract and carrying out responsibilities by
actually performing, managing, and supervising the work involved. To
perform a commercially useful function, the DBE must also be responsible,
with respect to materials and supplies used on the contract, for negotiating
price, determining quality and quantity, ordering the material, and
installing (where applicable) and paying for the material itself.
(2) A DBE does not perform a commercially useful function if their role is
limited to being an extra participant in a transaction, contract, or project
through which funds are passed in order to obtain the appearance of DBE
participation.
(3) If a DBE does not perform or exercise responsibility for at least 30 percent
of the total cost of their contract with their own work force, or the DBE
subcontracts a greater portion of the work of a contract than would be
expected on the basis of normal industry practice for the type of work
involved, the Department will presume the DBE is not performing a
commercially useful function.
(4) When a DBE is presumed not to be performing a commercially useful
function as provided in paragraph (C) (3) of this section, the DBE may
present evidence to rebut this presumption.
(5) The Department’s decisions on commercially useful function matters are
subject to review by the US DOT, but are administratively appealable to
the US DOT.
(D)
The following factors are to be used in determining whether a DBE trucking
company is performing a commercially useful function:
(1) The DBE must be responsible for the management and
124
supervision of the entire trucking operation for which they are responsible
on a particular contract, and there cannot be a contrived arrangement for
the purpose of meeting DBE goals.
(2) The DBE must itself own and operate at least one fully licensed, insured,
and operational truck used on the contract.
(3) The DBE receives credit for the total value of the transportation services it
provides on the contract using trucks it owns, insures, and operates using
drivers it employs.
(4) The DBE may lease trucks from another DBE firm, including an
owner/operator who is certified as a DBE. The DBE who leases trucks
from another DBE receives credit for the total value of the transportation
services the lessee DBE provided on the contract.
(5) The DBE may also lease trucks from a non-DBE and is entitled to credit
only for the fee or commission it receives as a result of the lease
arrangement. The DBE does not receive credit for the total value of the
transportation services provided by the lessee, since these services are not
provided by a DBE.
(6) For purposes of this paragraph (D), a lease must indicate the DBE has
exclusive use of and control over the truck. This does not preclude the
leased truck from working for others during the term of the lease with the
consent of the DBE, so long as the lease gives the DBE absolute priority
for use of the leased truck. Leased trucks must display the name and
identification number of the DBE.
(E)
Count expenditures with DBEs for materials or supplies toward DBE goals as
provided in the following:
(1) (i) If the materials or supplies are obtained from a DBE manufacturer,
count 100 percent of the cost of the materials or supplies toward DBE
goals.
(ii) For purposes of this paragraph, a manufacturer is a firm that
operates or maintains a factory or establishment that produces,
on the premises, the materials, supplies, articles, or equipment
required under the contract and of the general character
125
described by the specifications.
(2) (i) If the materials or supplies are obtained from a DBE regular dealer,
count 60 percent of the cost of the materials or supplies toward DBE goals.
(ii) For purposes of this section, a regular dealer is a firm owning,
operating, or maintaining a store, warehouse, or other establishment in
which the materials, supplies, articles or equipment of the general character
described by the specifications and required under the contract are bought,
kept in stock, and regularly sold or leased to the public in the usual course
of business.
(A) To be a regular dealer, the firm must be an established,
regular business engaging, as its principal business and under its own
name, in the purchase and sale or lease of the products in question.
(B) A person may be a regular dealer in such bulk items as
petroleum products, steel, cement, gravel, stone, or asphalt without
owning, operating, or maintaining a place of business as provided in
this paragraph (E)(2)(ii) if the person both owns and operates
distribution equipment for the products. Any supplementing of
regular dealers’ own distribution equipment shall be by a long-term
lease agreement and not on an ad hoc or contract-by-contract basis.
(C) Packagers, brokers, manufacturers’ representatives, or
other persons who arrange or expedite transactions are not regular
dealers within the meaning of this paragraph (E)(2).
(3) With respect to materials or supplies purchased from a DBE which is
neither a manufacturer nor a regular dealer, count the entire amount of fees
or commissions charged for assistance in the procurement of the materials
and supplies, or fees or transportation charges for the delivery of materials
or supplies required on a job site, toward DBE goals, provided you
determine the fees to be reasonable and not excessive as compared with
fees customarily allowed for similar services. Do not count any portion of
the cost of the materials and supplies themselves toward DBE goals,
however.
126
(4) Do not count the participation of a DBE subcontractor toward the prime
contractor’s DBE achievements until the amount being counted toward the
goal has been paid to the DBE.
(5) No participation will be counted not in compliance with Special Provision
entitled “Criteria for Acceptability” which is a part of this contract or with
any provisions included in 49 CFR Part 26.
(6) If the contract amount overruns, the contractor will not be required to
increase the dollar amount of DBE participation. If the contract amount
under runs, the contractor will not be allowed to under run the dollar
amount of DBE participation except when the DBE subcontracted items
themselves under run.
REPORTS
A: The contractor shall submit a “DBE Participation Report” on this contract quarterly
which shall include the following:
1. The name of each DBE participating in the contract.
2. A description of the work to be performed, materials, supplies, and services
provided by each DBE.
3. Whether each DBE is a supplier, subcontractor, owner/operator, or other.
4. The dollar value of each DBE subcontract or supply agreement.
5. The actual payment to date of each DBE participating in the contract.
6. The report shall be updated by the Prime Contractor whenever the approved
DBE has performed a portion of the work that has been designated for the
contract. Copies of this report should be transmitted promptly to the
Engineer. Failure to submit the report with 30 calendar days following the
end of the quarter may cause payment to the contractor to be withheld.
7. The Prime Contractor shall notify the Project Engineer at least 24 hours
prior to the time the DBE commences working on the project. The DBE
must furnish supervision of the DBE portion of the work, and the person
responsible for this supervision must report to the Project Engineer when
they begin work on the project. They must also inform the project engineer
when their forces will be doing work on the project.
127
B. In order to comply with 49 CFR 26.11, the Prime Contractor shall
submit documentation regarding all payments made from the Prime to all
DBE subcontractors on federal aid projects in the form of copies of
cancelled checks or notarized electronic documentation which validates
said payments made on the DBE Quarterly Participation Reports. This
information shall be required quarterly and submitted with the DBE
Quarterly Participation Report.
C. Failure to respond within the time allowed in the request will be
grounds for withholding all payments on all Contracts.
SUBSTITUTION OF DBEs: The Contractor shall make reasonable efforts to replace a DBE
Subcontractor unable to perform work for any reason with another DBE. The Department shall
approve all substitutions of Subcontractors in order to ensure the substitute firms are eligible
DBEs.
CERTIFICATION OF DBEs: To ensure the DBE Program benefits only firms owned and
controlled by Disadvantaged Individuals, the Department shall certify the eligibility of DBEs
and joint ventures involving DBEs named by bidders.
Questions concerning DBE Certification/Criteria should be directed to the EEO Office at (404)
631-1972.
128
129
12%
130
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.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
PROJECT NUMBER – This is the GDOT assigned project number – See Contract.
COUNTY – See Contract.
CONTRACT ID NUMBER – This is the GDOT Contract Identification Number – See Contract.
CONTRACTOR NAME –
REPORT SUBMISSION DATE – This is the date the report is completed.
REPORT NUMBER – Reports must be consecutively numbered.
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.
DATE WORK BEGAN – This is the date of the first day any work occurred on the project.
DBE REQUIRED PERCENTAGE – This is the total required % of the original contract amount.
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.
PERCENT $ COMPLETE – Insert the Percentage Complete, which reflects the percentage of project
completed in dollars to the ending date of this report.
DBE $ AMOUNT – The is the total dollar amount representing the percentage of the original contract.
PERCENT PROJECT COMPLETE – Insert the Percentage of Project Complete, which indicates the
time completed on the project.
DATE CLOSING THIS REPORT – Please check the appropriate date for the close of payments for this
report.
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.
OWNER / OPERATOR (0) – One who owns and operates the equipment themselves.
SUBCONTRACTOR (SC) – Those who aren’t a supplier or owner/operator.
SUBCONTRACTOR AGREEMENT RECEIVED (SAR): The Department requests that you supply a
copy of valid executable subcontract agreements between your company and your DBE subcontractors
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.
131
RACE NEUTRAL (RN) – DBE participation that would have been used in the absence of any
contract goal provisions. Race Neutral Definition:
23.



24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
No goal on project and Prime subcontracts to a DBE ‐ Race Neutral (% of work)
Prime contractor exceeds goal on a project – Race Neutral (after fulfilling original goal)
and DBE wins the Prime Contract (w Goal) – Race Neutral ( unless they sub out too much work)
RACE CONSCIOIUS – DBE participation that was utilized specifically to meet the proposed contract
goal or portion thereof.
ORIGINAL SUBCONTRACT AMOUNT – This is the original amount shown in the Signed
Contract.
PREVIOUS PAYMENTS – This totals all PAYMENTS prior to this report.
PAYMENTS THIS REPORT – These are the totals of PAYMENTS during this report period only.
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.
CURRENT COLUMN TOTALS – Total each column.
PERCENT OF CONTACT – This percentage is calculated using the contract amount and the total DBE
payments-to-date.
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.
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.
A DBE hauler must itself own and operate at least one fully licensed, insured and operational truck to be
used on the contract.
Payments and commitments for Federal-aid projects shall be separate and distinct and cannot be
transferred or combined in any manner.
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
132
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.
133
134
135
Download