March 16, 2015 AMENDMENT TO VERTISED CONTRACT CONTRACT I.D. NUMBER: B14884-15-000-1 GEORGIA PROJECT NUMBER: 0010925 PCN: 0010925 COUNTY: FULTON AMENDMENT NUMBER: 7 LETTING DATE: MARCH 20, 2015 LETTING NUMBER: 001 THE FOLLOWING CHANGES ARE HEREBY ME TO THIS CONTRACT. THE BIDDER IS RESPONSIBLE FOR MAKING ANY NECESSARY CHANGES IN INK IN THE PROPOSAL. BIDDER SHALL ACKNOWLEDGE THIS AMENDMENT BY CHECKING THE APPROPRIATE SPACE ON THE PROPOSAL SIGNATURE PAGE. ***************************************************************************** 1. Delete Proposal Page 3 from the proposal, and Substitute the attached revised/added pages 3 and 3A in the proposal. 2. Proposal Page 294, Volume 1 DB Agreement Exhibit 9; Revise the MILESTONE SCHEDULE table to read as follows: Milestone Substantial Completion Deadline (Intermediate Completion) Maintenance Acceptance Deadline Final Acceptance (See Exhibit 18 Section 1.1.(d)) Deadline 540 days after the date GDOT issues NTP1 180 days after Substantial Completion 05/31/2018 3. Proposal Page 303, Volume 1 DB Agreement Exhibit 18; Revise Section 1.1.(a) to read as follows: Liquidated damages for late Substantial Completion for the Project shall equal $391 per day for each day that the Substantial Completion Date is later than the Substantial Completion Deadline, as the Substantial Completion Deadline may be extended pursuant to this Agreement. Substantial Completion will include all work described in the Contract except for
AMENDMENT TO VERTISED CONTRACT (continued): landscaping acceptance as described in Section 15 and Standard Specification 702. 4. Proposal Page 303, Volume 1 DB Agreement Exhibit 18; Add the following Section 1.1.(d)to the page: Liquidated damages for late Final Acceptance shall equal $100 per day for each day that Final Inspection is not achieved as per the Standard Specification 702.3.06. 5. Proposal Page 322, Instructions to Proposers; Delete the following bullets: Public Information and Communications Plan (PICP) (DB Team input to GDOT developed draft) (within thirty (30) Days from NTP 1) Comprehensive Environmental Protection Program (CEPP) (within one hundred and twenty (120) Days from NTP 1, must be accepted prior to NTP 3) 6. Proposal Page 342, Volume 2 Technical Provisions; Add the following to Section 11.2.1: Pavement Design: All pavement constructed on the project shall be in accordance with the approved pavement design as shown in Table 11-2. The approved flexible pavement design shall be used for Riverside Drive and when widening asphalt topped roadways. The approved rigid pavement design shall be used for all remove and replacement of I-285 ramps and when widening concrete ramps. 7. Proposal Page 540-541, Volume 3 General Provisions; Revise Section 2.1.5 to read as follows: Reserved 8. Proposal Page 555-556, Volume 3 General Provisions; Revise the third paragraph of Section 2.3.3 to read as follows: When required by GDOT Specifications and/or DB contract documents, inspections, reviews, and testing performed by the DB Team shall only be performed by entities prequalified by GDOT with training, qualifications, and certifications using equipment that is accurately calibrated and maintained in good operating condition at an AASHTO Materials Reference Laboratory (AMRL) (American Association of State Highway and Transportation Officials (AASHTO) R18, Establishing and Implementing a Quality System for Construction Materials Testing Laboratories ) accredited facility, or at a facility with comparable certification (e.g., International Organization for Standardization (ISO) 17025, General Requirements for the Competence of Testing and Calibration Laboratories ).
AMENDMENT TO VERTISED CONTRACT (continued): 9. Proposal Page 557, Volume 3 General Provisions; Add the following paragraph to Section 2.3.4 Construction Quality Management Plan (CQMP): The DB Team shall maintain construction workmanship and materials quality records of all inspections and tests performed per the approved CQMP. These records shall include factual evidence that the required inspections or tests have been performed by GDOT and its representative, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records shall cover both conforming and defective or deficient features, and shall include a statement that all supplies and materials incorporated in the Work are in full compliance with the terms of the Contract Documents. These records shall be available for review and audit to GDOT inspectors. MONICA L. FLOURNOY, P.E. STATE TRANSPORTATION OFFICE ENGINEER
Georgia Department of Transportation 3/16/2015 Proposal ID : B14884-15-000-1 Page 1 of 2 DESIGN BUILD PROJECT CONSISTING OF CONSTRUCTION OF A ROUNDABOUT ON RIVERSIDE DR (CR 209) AT I-285/SR 407; ALSO INCLUDES BRIDGE REHABILITATION. (E) DBE Goal: 14.00% Proposal Guaranty: 5.00% Time ID Description Completion Date or Number of Units Time Type 00 COMPLETE CONTRACT 5/31/2018 DT 01 COMPLETE ALL WORK EXCEPT LANDSCAPING-SEE VOL 1 540 CD EX 9 02 MAINT. DELINE AFTER SUBSTANTIAL COMPLETION- 180 CD SEE VOL 1 EX 9 03 FAIL TO REOPEN LANES-SEE VOL 1 EXHIBIT 18 (1.2.1) 04 FAIL TO REOPEN LANES-SEE VOL 1 EXHIBIT 18 (1.2.2) 05 FAIL TO REOPEN LANES-SEE VOL 1 EXHIBIT 18 (1.2.3) 06 FAIL TO HAVE RAMP METER OPERATIONAL-SEE VOL 1 30 CD EXHIBIT 18 07 ITS SYSTEM LD FOR INDIVIDUAL COMPONENT-SEE VOL 1 EXHIBIT 18 08 ITS SYSTEM LD FOR TRUNK FIBER-SEE VOL 1 EXHIBIT 18 09 ITS SYSTEM CONTR RESP INTG FOR INDIV COMP-SEE VOL 1 EX 18 10 ITS SYSTEM CONTR RESP INTG FOR TRUNK FIBER-SEE 11 ITS SYS CONTR RESP OPER TEST FOR INDIV COMP-SEE 12 ITS SYS CONTR RESP OPER TEST FOR TRUNK FIBER-SEE 13 ITS SYS CONT RESP WARR PERIOD FOR INDIV COMP-SEE 14 ITS SYS CONT RESP WARR PERIOD FOR TRUNK FIBER-SEE VOL 1 EX18 (*) - Indicates Cost Plus Time Site. See Schedule of Items for Cost Per Unit
Georgia Department of Transportation 3/16/2015 Proposal ID : B14884-15-000-1 Page 2 of 2 NOTICE TO BIDDERS If a DBE goal is specified, the bidder shall submit with this bid proposal a list of all proposed DBE participants. A form for this purpose is provided in this proposal. Please refer to the following specificatons: 102.07 Rejection of Proposals Disadvantaged Business Enterprise Program (Special Provision) Bidders must enter all unit prices, make all extensions, and total the bid.