Electronic Distribution Only

Similar documents
Electronic Distribution Only Not For Bidding Purposes

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

EXHIBIT VIII-N PERFORMANCE AND PAYMENT BONDING REQUIREMENTS

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

Cherokee County Board of Commissioners

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

SUBDIVISION IMPROVEMENT AGREEMENT. (Date of Subdivision Map Recordation: )

Invitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.

ON-CALL EMERGENCY CONSTRUCTION CONTRACT AGREEMENT IN THE CITY OF CALABASAS, CALIFORNIA

F O R M OF P R O P O S A L

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

BID: Escanaba WWTP Digester Roof Restoration

Sunnyside Valley Irrigation District

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Public Notice Advertisement for Bids

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

LAND IMPROVEMENT AGREEMENT

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

AGREEMENT 4 pages. SPECIFICATION 1 page. LABOR & MATERIALS 4 pages. PERFORMANCE BOND 4 pages

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

PROPOSAL & CONTRACT (THIS PROPOSAL INCLUDES (WHEN EXECUTED)

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

OHIO DEPARTMENT OF TRANSPORTATION

BOND FOR FAITHFUL PERFORMANCE

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

CITY OF RICHMOND PERFORMANCE BOND

MAINTENANCE & WARRANTY BOND. Carroll County Board of Commissioners 423 College Street, Carrollton, Georgia, 30117

BOND FOR FAITHFUL PERFORMANCE

Tiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME

ALABAMA A&M UNIVERSITY Carter and Chambers Fire Alarm System(s) A. Project Identification: New Fire Alarm system(s) Carter/Chambers

STANDARD BID & SPECIFICATIONS PACKAGE

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CONTRACT AND BOND FORMS FOR

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

CDBG SIDEWALK IMPROVEMENTS Burks Road, North Avenue, Stillwood Cove CITY OF FOREST PARK, GEORGIA

CONTRACT FORM CONTRACT #

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

INFORMATION FOR BIDDERS

00400 BID FORMS AND SUPPLEMENTS

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

RUSSELL VOLUNTEER FIRE DEPARTMENT AND TOWN OF RUSSELL AGREEMENT

SECTION INSTRUCTIONS TO BIDDERS

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

CITY OF PETALUMA. POST OFFICE Box 61 PETALUMA, CA ADDENDUM NO. 1. AIRPORT PREVENTIVE MAINTENANCE RAMP CRACK SEAL City Project No.

Proposal must provide warranty for all material and construction. See the specifications on the building.

NOTIFICATION OF ADDENDUM ADDENDUM NO. 2 DATED 11/05/2018

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

INSTRUCTIONS TO BIDDERS Medical Center

Guidelines for Submittals for Land Disturbance Permits

PERFORMANCE BOND. Surety Bond No. STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION PAYMENT BOND

C. Public-private partnership construction contracts. (a) Definitions for purposes of this section: (1) Construction contract.

PROSECUTION AND PROGRESS

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

SAMPLE DOCUMENT FOR FORMATTING ILLUSTRATION ONLY JOINT VENTURE AGREEMENT

CERTIFICATE. Final. Upon. Instructions: letterhead. Page 1 of 3. CDC Documents. Revised 1/22/2018

NORTH TEXAS MUNICIPAL WATER DISTRICT

LEGAL NOTICE INVITATION TO BID TOWING AND STORAGE OF MOTOR VEHICLES

RIGHT OF WAY OR OTHER TOWN PROPERTY STANDARD FORM

FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

Administrative Report

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

CITY OF GIG HARBOR MAINTENANCE BOND for ENCROACHMENT PERMIT City Project EN #: Surety Bond No.: DATE POSTED: PROJECT COMPLETION DATE:

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

POLE ATTACHMENT LICENSE AGREEMENT SKAMANIA COUNTY PUD

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

TO ALL PROSPECTIVE BIDDERS:

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

CONSTRUCTION GUARANTEE AGREEMENT

LICENSE AGREEMENT FOR PRIVATE GRADE CROSSING

BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

Proposal for Bidding Purposes

COMMONWEALTH OF PENNSYLVANIA POSTING AUTHORITY EXCESS MAINTENANCE AGREEMENT

City of Malibu Stuart Ranch Road Malibu, California Phone (310) Fax (310)

CITY OF OLATHE. Please type or print. PROPERTY OWNER NAME (PERMIT HOLDER): OWNER AGENT: ADDRESS: CITY: STATE: ZIP:

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Chapter 132 STREETS AND SIDEWALKS. ARTICLE I Street Openings and Excavations

Part VIII Material and Construction Specifications

Transcription:

LAWRENCE COUNTY BOARD OF SUPERVISORS CONTRACT DOCUMENTS FOR COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT NO. 2, SITES A F LAWRENCE COUNTY, MS OCTOBER 2017 PREPARED BY: 120 E. CHICKASAW STREET BROOKHAVEN, MISSISSIPPI 39601 (601) 823-7026

SECTION 1 NOTICE TO CONTRACTORS LAWRENCE COUNTY BOARD OF SUPERVISORS COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MISSISSIPPI Sealed bids will be received by the Lawrence County Board of Supervisors, 507 East Broad Street, Monticello, Mississippi until 10:00 o clock A.M. (CST) on November 20, 2017 and shortly thereafter publicly opened for: COUNTY-WIDE BRIDGE REPAIR PROJECT, CONTRACT #2, SITES A F Plans and Contract Documents are on file in the office of the Lawrence County Board of Supervisors, Monticello, Mississippi. Plans and proposals may be secured upon payment of $100.00, which is not refundable, from the office of Dungan Engineering, P.A., 120 E. Chickasaw Street, Brookhaven, MS 39601. Bidders shall bid and the award, if made, will be made to the lowest, qualified bidder on the basis of published quantities. However, the Lawrence County Board of Supervisors reserves the right to reject any or all bids. A bid bond or certified check in the amount of 5% of the bid will be required. The bid bond or certified check will be returned immediately to unsuccessful bidders. Bidders are hereby notified that any proposal accompanied by letters qualifying in any manner the condition under which the proposal is tendered will be considered an irregular bid and such proposals will not be considered in making the award. A performance bond, or equal, in the full amount of the contract will be required of the successful bidder. In lieu of a performance bond the successful bidder may post with the Lawrence County Board of Supervisors, the full amount of the bid, in cash or its equivalent, conditioned for the prompt, proper and efficient performance of the contract; said cash or its equivalent to be held until the successful completion of the project. Attention is called to the fact that contracts exceeding $50,000 require contractors to be licensed under applicable laws of the State of Mississippi and have a certificate of responsibility. Steve Garrett Advertise: President October 18, 2017 Lawrence County Board of Supervisors October 25, 2017 1-1

SECTION 2 INSTRUCTIONS TO BIDDERS COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS 1. COORDINATION OF SPECIFICATIONS The requirements of the latest edition of the following documents shall be referred to herein as the STANDARD SPECIFICATIONS: Standard Specifications for State Aid Road and Bridge Construction currently approved by the Office of State Aid Road Construction of the Mississippi Department of Transportation and the Federal Highway Administration are made a part hereof fully and completely as if attached hereto, except where superseded by these Contract Documents, Special Provisions, or amended by revisions. The Engineer's decision shall be final as to interpretation and/or conflict between any of the referenced standards and standards contained herein. 2. DATE AND PLACE OF OPENING OF PROPOSALS The date, time, and place for opening Proposals will be as set out in the Notice to Contractors. LAWRENCE COUNTY BOARD OF SUPERVISORS, herein called Owner, reserves the right to postpone the date for presentation and opening of Proposals and will give notice of any such postponement to each known prospective Bidder. 3. FORM FOR PROPOSALS Proposals must be submitted in duplicate on the forms furnished by the Owner and the envelope containing the Proposals must be sealed and addressed to: LAWRENCE COUNTY BOARD OF SUPERVISORS 517 E BROAD STREET MONTICELLO, MS 39654 The outside of the envelope containing the Proposal shall bear the inscription: 2-1

Sealed Bid for COUNTY-WIDE BRIDGE REPAIR PROJECT, CONTRACT #2, SITES A F, LAWRENCE COUNTY, MS BY Certificate of Responsibility No. State License No. Proposals shall be prepared in accordance with the requirements set out herein. The duplicate Proposals shall be in the form of (1) one original Proposal marked ORIGINAL and (2) one photocopy (xerox or similarly reproduced copy) marked PHOTOCOPY of the original Proposal. If Proposals are forwarded by the U. S. Postal Service, delivery shall be by Registered or Certified Mail. 4. PRE-QUALIFICATIONS To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit, within five days of Owner's request, written evidence such as financial data, previous experience, present commitments and such other data as may be called for hereinafter. The Owner reserves the right to disqualify a Bidder if the evidence submitted fails to satisfy the Owner that the Bidder is qualified to perform the Work. 5. CERTIFICATE OF RESPONSIBILITY Each Bidder shall hold a current Certificate of Responsibility duly issued by the Mississippi State Board of Public Contractors; except that for public projects where the Bid is less than $50,000 or for private projects where the Bid is less than $100,000, such Certificate of Responsibility shall not be required. Said Certificate of Responsibility shall be issued for a work classification (as defined by the Mississippi State Board of Public Contractors) which is appropriate for and commensurate with the Work to be performed. 6. CHARGES FOR PROPOSALS, PLANS AND SPECIFICATION Prospective Bidders may obtain Contract Documents, excluding the Standard Specifications, from the office of Dungan Engineering, P.A. according to the following schedule: Description Price Complete Set of Contract Documents $100.00 and Construction Drawings No refunds will be made for return of Contract Documents and Construction Drawings. 2-2

If a contract award is made, the successful Bidder will be furnished (free of charge) two additional sets of the Contract Documents and Construction Drawings. In the event all Bids are rejected and the Project is readvertised, the original Bidders shall be entitled to free Proposals for the subsequent letting. 2-3

SECTION 3 BIDDER'S PROPOSAL COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS Page No. Bidder's Proposal 3-2 Bid Form 3-3 Bidder's Corporate Declaration 3-6 Non-Collusion Affidavit 3-7 3-1

SECTION 3 BIDDER'S PROPOSAL COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS DATE:, 20 PROPOSAL OF (Name of Bidder) (Address of Bidder) for construction of COUNTY-WIDE BRIDGE REPAIR PROJECT, CONTRACT #2, SITES A F, LAWRENCE COUNTY, MS. The Specifications on which this Proposal is based are the Standard Specifications, Bidders Information and Bid Forms, General Conditions, Special Provisions, and all supplements, amendments and addenda for this Project, made a part hereof by reference. TO: Sirs: LAWRENCE COUNTY BOARD OF SUPERVISORS The following Proposal is submitted on behalf of the undersigned Bidder(s) and no others. Evidence of my (our) authority to submit the Proposal is hereby furnished. The Proposal is submitted without collusion on the part of any person, firm or corporation. I (We), the undersigned Bidder(s), certify that I (we) have carefully examined the Bidders Information and Bid Forms, Standard Specifications, General Conditions, Supplemental General Conditions, Technical Specifications, and other proposed Contract Documents and any and all Addenda thereof. I (We) further certify that I (we) have visited and carefully examined the site of the proposed Work and have inspected the location and condition of all public utilities and existing structures or other facilities on the site or adjacent thereto which may be affected by the proposed construction and fully understand all conditions relative to construction difficulties, hazards, labor, transportation and all other factors affecting the prosecution of the work covered by this Proposal. I (We) understand that the quantities mentioned below are approximate only and are subject to either increase or decrease, and hereby propose to perform any increased or decreased quantities of work at the unit prices bid. 3-2

In accordance with the requirements of the Bidders Information and Bid Forms, Standard Specifications, General Conditions, Supplemental General Conditions, Technical Specifications, and other proposed Contract Documents and any and all addenda thereof. I (we) propose to furnish all necessary materials, equipment, labor, tools and other means of construction and will do all Work called for by the Contract Documents within the specified Contract Time for the following unit prices. The following is my (our) itemized proposal for the County-Wide Bridge Repair Project, Contract #2, Sites A F, Lawrence County, MS. All quantities are estimated by the Engineer. Final quantities will be determined at the conclusion of the project. Unit prices are to be provided in figures. All erasures, changes or alterations of any kind must be initialized by the bidder. Unit prices shall include all labor, materials, equipment, supervision, bailing, shoring, removal, overhead, profit, insurance, etc., to cover the finished work of the several kinds called for. Bids shall include sales tax and all other applicable taxes and fees. ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT ROADWAY ITEMS S-200-A Mobilization Lump Sum 1 S-201-A Clearing and Grubbing Lump Sum 1 S-202-C Removal of Bridge Unit 3 S-203-A Unclassified Excavation (FM) Cu. Yd. 185 S-203-E Borrow Excavation (Contractor Furnished) (LVM) (Class 7) Cu. Yd. 2657 S-203-H Excess Excavation (LVM) Cu. Yd. 100 S-206-A Structure Excavation Cu. Yd. 1730 S-304-A Granular Material (LVM), (Class 6, Group C) Cu. Yd. 405 S-310-A-1 Size II Stabilizer Aggregate, Coarse Cu. Yd. 335 S-618-A Maintenance of Traffic Lump Sum 1 S-618-B Additional Construction Signs Sq. Ft. 0 $10 S-630-C Reflectorized Traffic Object Markers (Encapsulated Lens)(Type 3) Each 12 SUBTOTOAL ROADWAY ITEMS: - EROSION CONTROL ITEMS Temporary Silt Fence (Type II) S-233-A (AOS 0.15-0.84) Lin. Ft. 2030 S-815-A Loose Rip Rap, 200 lb. Ton 200 S-815-A Loose Rip Rap, 300 lb. Ton 1300 S-815-E Geotextile under Loose Rip Rap, Type V AOS 0.21-0.43 Sq. Yd. 2320 3-3

907-237-A Wattles, 20 inch Lin. Ft. 100 SUBTOTOAL EROSION CONTROL ITEMS: - BOX BRIDGE ITEMS 901-S-804- B Box Bridge Concrete, Class "BB" Cu. Yd. 529.2 S-805-A Reinforcement Pound 98330 SUBTOTOAL BOX BRIDGE ITEMS: - TOTAL BID: LAWRENCE COUNTY BOARD OF SUPERVISORS reserves the right to reject any or all bids. I (We) further propose to execute the Contract Agreement as bound herein within ten calendar days after receipt of Contract Forms from the Owner. I (We) further propose to complete the construction within two hundred seventy (270) calendar days from the date of the Notice to Proceed. I (We) agree to pay as liquidated damages the sum of $200.00 for each consecutive calendar day thereafter as provided in the Contract Documents. In addition to the amounts provided for liquidated damages, Contractor, in the event of such default, shall pay to the Owner the actual costs reasonably incurred by Owner for engineering and inspection forces employed on the work after the time stipulated for completion of the work. I, (We) also propose to execute a Performance Bond and a Payment Bond, as shown in the Specifications, each in an amount of not less than 100 percent of the total of my (our) Bid. These Bonds shall not only serve to guarantee the completion of the Work on my (our) part, but also to guarantee the excellence of both workmanship and materials until the Work is finally accepted. Bidder acknowledges receipt of the following Addenda: No. Dated No. Dated No. Dated No. Dated Respectfully Submitted, Contractor(s) By: Title Address 3-4

BIDDERS CORPORATE DECLARATION (To Be Filled In If Bidder Is A Corporation) Date:, 20 Our corporation is chartered under the Laws of the State of and the names, titles and business addresses of the executives are as follows: President Treasurer (To be filled in if a Partnership) Our partnership is composed of the following individuals: Secretary 3-5

NON-COLLUSION AFFIDAVIT (This affidavit must be executed for the Bid to be considered) STATE OF MISSISSIPPI ) COUNTY OF ) ss. (Person) being first duly sworn, deposes and says that he is (Sole owner, a partner, president, secretary, etc.) of (Name of Firm) the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive; that said Bidder is not financially interested in, or otherwise affiliated in a business way with any other bidder on the same contract; that said Bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the Owner, or any person or persons interested in the proposed contract; and that all statements contained in said Proposal or Bid are true; and further, that such Bidder has not, directly or indirectly submitted his Bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof. Affiant Sworn to and subscribed before me this day of, 20. Notary Public in and for Mississippi County, (SEAL) My Commission Expires, 20 3-6

SECTION 4 CONTRACT DOCUMENTS COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS Page No. Contract 4-2 General Instructions for Bonds 4-5 Performance Bond 4-6 Payment Bond 4-8 Change Order 4-10 Partnership Certificate 4-11 Notice of Award 4-12 Notice to Proceed 4-14 4-1

CONTRACT COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS This Contract, made this the day of, 2017, by and between LAWRENCE COUNTY BOARD OF SUPERVISORS, hereinafter called Owner and Contractor. doing business as a located in, hereinafter called the WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1. THE CONTRACTOR will commence and complete the COUNTY-WIDE BRIDGE REPAIR PROJECT, CONTRACT #2, SITES A F, Lawrence County, Mississippi, being more completely described in the Contract Documents and on the Contract Drawings. 2. The Contractor will commence the work required by the CONTRACT DOCUMENTS within ten (10) calendar days after the date of the NOTICE TO PROCEED and will complete the work within 270 consecutive calendar days unless the period for completion is extended otherwise by the CONTRACT DOCUMENTS. The CONTRACTOR further agrees to pay, as liquidated damages, the sum of Two Hundred Dollars for each consecutive calendar day thereafter as hereinafter provided in the Contract Documents. Special Damages - In addition to the amounts provided for liquidated damages, Contractor, in the event of such default, shall pay to the Owner the actual costs reasonable incurred by Owner for engineering and inspection forces employed on the work after the time stipulated for completion of the work. 3. The term CONTRACT DOCUMENTS means and includes Notice to Contractors, Instructions to Bidders, Supplemental Instructions to Bidders, Contractor's Proposal, Bid Bond, Contract, Payment Bond, Performance Bond, Special Conditions, Standard Specifications, General Conditions, Special Provisions to the Standard Specifications, Contract Drawings, Notice of Award, Notice to Proceed, Addenda (if any), and all subsequent Change Orders, Supplemental Agreements and/or other modifications to the Contract. 4-2

4. The Contractor agrees to furnish all materials in place and to faithfully complete all of said work contemplated by this Contract in good and workmanlike manner, strictly in accordance with said Contract Documents, Contract Drawings and other requirements of the Owner, under the direct observation of and to the complete satisfaction of the Engineer, or his authorized representatives, and in accordance with the Laws of the State of Mississippi and the Ordinances of The City of Columbia, for which the Owner hereby agrees to pay and the Contractor agrees to accept a sum of money in current funds equal to the total value of the work complete in place, computed by multiplying the final quantities of each item of work by the Contract unit prices therefore as stated in the Proposal, attached hereto and made a part hereof, plus the amount of any supplemental agreements and force accounts for extra work authorized and performed; which is estimated as being the sum of, in full compensation for furnishing all materials, the doing of all work contemplated under the Contract, as well as all loss or damage, if any, arising out of the nature of the work, or the action of the weather, and any and all other unforeseen obstructions or difficulties that may be encountered in the prosecution of the same, the Contractor assuming all risks of every kind and description in the performance of this Contract. 5. The Contractor agrees and binds himself (itself) to indemnify and save harmless and to defend any claims or suits against the Owner, its employees and its agents by reason of any claims for damages arising from the performance of this Contract as a result of negligence on the part of the Contractor, or from any suit or claim brought against the Owner by reason of alleged damages or the taking of property under Section 17 of the Mississippi Constitution of 1890. 6. Attached hereto and made a part of this Contract is a Performance Bond, executed by a Surety Company doing business in the State of Mississippi, in the sum of. 7. Attached hereto and made a part of this Contract is a Payment Bond, executed by a Surety Company doing business in the State of Mississippi, in the sum of. 8. The Contractor agrees to allow the Owner, or any of their duly authorized representatives, access to any books, documents, papers and records of the Contractor which are directly pertinent to the project which is the subject of this Contract, for the purpose of making audits, examinations, excerpts and transcriptions, and Contractor agrees to insert an identical clause in any and all subcontracts. 9. That the Contract may be annulled by the Owner for reason set forth in the Contract Documents. 10. The Owner will pay to the Contractor in the manner and at such times and amounts as set forth in the Contract Documents. 11. This Contract shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 4-3

IN WITNESS THEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Contract in three (3) counterparts, each of which shall be deemed an original on the date first above written. Lawrence County Board of Supervisors Owner Contractor BY ATTEST (Seal) BY ATTEST (Seal) 4-4

GENERAL INSTRUCTIONS FOR BONDS COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS 1. The surety on each Bond must be a responsible surety company, which is qualified to do business in Mississippi and satisfactory to LAWRENCE COUNTY BOARD OF SUPERVISORS. 2. The name, including full Christian name, and residence of each such party shall sign the Bond with his usual signature on the line opposite the seal and if signed in Maine, Massachusetts or New Hampshire an adhesive seal shall be affixed opposite the signature. The Bond must be either signed or countersigned by a Mississippi Resident Agent of the Surety Company. 3. If the Principals are partners, their individual names will appear in the body of the Bond with the recital that they are partners composing a firm, naming it; and all the members of the firm shall execute the Bond as individuals. 4. The signature of a witness shall appear in the appropriate place, attesting to the signature of each individual party to the Bond. 5. If the principal or surety is a corporation, the name of the State in which incorporated shall be inserted in the appropriate place in the body of the Bond, and said instrument shall be executed and attested under the corporate seal as indicated in the form. If the corporation has no corporate seal the fact shall be stated, in which case, a scroll or adhesive seal shall appear following the corporate name. 6. The official character and authority of the person or persons executing the Bond for the Principal, if a corporation, shall be certified by the secretary or assistant secretary, according to the form attached hereto. In lieu of such certificate there may be attached to the Bond copies of so much of the records of the corporation as will show the official character and authority of the officer signing, duly certified by the secretary or assistant secretary, under the corporate seal, to be true copies. 7. The date of this Bond must not be prior to the date of the Contract in connection with which it is given. 8. Surety Companies executing Bonds must appear on the Treasure Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. 4-5

KNOW ALL MEN BY THESE PRESENTS: PERFORMANCE BOND that (Name of Contractor) a (Corporation, Partnership, or Individual) (Address of Contractor), hereinafter call Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of, ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated day of, 2017, a copy of which is hereto attached and made a part hereof for the construction of: County-Wide Bridge Repair Project, Contract #2, Sites A F, Lawrence County, Mississippi NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall full indemnify and save harmless the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. NOW, THEREFORE, if the Principal shall promptly make payment of all taxes, licenses, assignments, contributions, damages, penalties, and interest thereon, when and as the same may lawfully be due the State of Mississippi, or any county, municipality, board, department, commission, or political subdivision thereof, by reason of and directly connected with the performance of said Contract or any part thereof as provided by Sections 27-65-1, 27-65-21, 27-67- 301 and 31-5-3, supra, or any other applicable statute or other authority, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. 4-6

PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this statement is executed in 3 (Number) counterparts, each one of which shall be deemed an original, this the day of, 2017. ATTEST: (Principal) Secretary Principal (SEAL) By (s) Witness as to Principal (Address) ATTEST: Witness as to Surety (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. (Address) Surety By Attorney-in-Fact (Address) IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the PROJECT is located. 4-7

PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS THAT (Name of Contractor) (Address of Contractor) a, hereinafter called Principal, and (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called Surety, are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of, ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated day of, 2017, a copy of which is hereto attached and made a part hereof for the construction of: County-Wide Bridge Repair Project, Contract #2, Sites A F, Lawrence County, Mississippi NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 4-8

IN WITNESS WHEREOF, this statement is executed in 3 (Number) counterparts, each one of which shall be deemed an original, this the day of, 20. ATTEST: Principal (Principal) Secretary) (SEAL) By (s) Witness as to Principal (Address) ATTEST: Witness as to Surety (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. (Address) Surety By Attorney-in-Fact (Address) IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the PROJECT is located. 4-9

CONTRACT CHANGE ORDER OWNER: CONTRACTOR: DATE: CHANGE ORDER NUMBER: CONTRACT NUMBER: PROJECT NAME: REASON FOR CHANGE: YOU ARE HEREBY REQUESTED TO COMPLY WITH THE FOLLOWING CHANGES FROM THE CONTRACT PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS: (USE ADDITIONAL SHEETS IF REQUIRED) ITEM NO. DESCRIPTION OF CHANGE(S) (QUANTITIES, ETC.) UNIT COST TOTAL CONTRACT COST TOTAL CONTRACT CHANGE ORIGINAL CONTRACT AMOUNT: $ $ CURRENT CONTRACT AMOUNT: $ $ THIS CONTRACT CHANGE: ()$ ()$ REVISED CONTRACT AMOUNT: $ $ CURRENT CONTRACT COMPLETION DATE: TIME EXTENSION REQUIRED BY CHANGE: REVISED CONTRACT COMPLETION DATE: THIS DOCUMENT SHALL BE AN AMENDMENT TO THE CONTRACT AND ALL PROVISIONS OF THE CONTRACT WILL APPLY. RECOMMENDED BY: ARCHITECT/ENGINEER DATE ACCEPTED BY: APPROVED BY: CONTRACTOR OWNER DATE DATE 4-10

PARTNERSHIP CERTIFICATE COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS STATE OF COUNTY OF On this day of, 20, before me personally appeared known to me and known by me to be the person who executed the above instrument, who being by me first duly sworn, did depose and say that he is a general partner in the firm of ; that said firm consists of himself and ; and that he executed the foregoing instrument on behalf of said firm for the uses and purposes stated herein. Notarial Seal Notary Public in the County of State of My Commission Expires: CORPORATE CERTIFICATE I,, certify that I am the Secretary of the Corporation named as Contractor in the foregoing Contract; that, who signed said Contract on behalf of the Contractor was then of said Corporation; that said Contract was duly signed for and in behalf of said Corporation by authority of its governing body and is within the scope of its corporate powers. Corporate Seal Secretary 4-11

NOTICE OF AWARD Date: To: RE: Gentlemen: COUNTY-WIDE BRIDGE REPAIR PROJECT, CONTRACT #2, SITES A F, LAWRENCE COUNTY, MISSISSIPPI. NOTICE OF AWARD The LAWRENCE COUNTY BOARD OF SUPERVISORS has considered the Proposal submitted by you for the above referenced Work in response to its Notice to Contractors and Instructions to Bidders. You are hereby notified that your Proposal has been accepted in the base bid amount of $. You are required by the Instructions to Bidders to execute the Contract and furnish to the LAWRENCE COUNTY BOARD OF SUPERVISORS the required Contractor's Performance Bond, Payment Bond and/or certificates of insurance within ten (10) calendar days from the date of delivery of this Notice to you. We have enclosed three (3) copies of the necessary contract forms and bond forms. Please return all copies of these documents to the office of Dungan Engineering, P.A., 120 E. Chickasaw Street, Brookhaven, MS 39601. You are required by the General Conditions and Supplementary Conditions to submit to Dungan Engineering, P.A. an estimated work payment schedule, estimated progress schedule and a preliminary schedule of Shop Drawing submissions within ten (10) days after the effective date of this Contract. You are required to return an acknowledged copy of this Notice of Award directly to Dungan Engineering, P.A. Sincerely, Dungan Engineering, P.A. 4-12

ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by this the day of, 20. By Title 4-13

NOTICE TO PROCEED Date: To: Attention: Re: NOTICE TO PROCEED COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS Dear : You are hereby notified to commence work in accordance with the Contract dated on or before. You are to complete the work within 270 calendar days from the effective date of this Notice to Proceed. Should you fail to complete the work in the time stipulated in the contract or within an approved extended time, liquidated damages will be imposed for each work day over and above that designated for completion of the work. The engineering firm of Dungan Engineering, P.A. will act as the Engineer on behalf of the LAWRENCE COUNTY BOARD OF SUPERVISORS for the work to be performed under the contract. Please return a copy of this NOTICE TO PROCEED to the undersigned indicating your receipt of this document in the space provided below. Sincerely, Dungan Engineering, P.A. 4-14

Receipt of the above NOTICE TO PROCEED ACCEPTANCE OF NOTICE is hereby acknowledged by this day of,, 20. By Title 4-15

SECTION 5 GENERAL PROVISIONS Refer to Section S-100 - General Provisions of the Mississippi Standard Specifications for State Aid Road and Bridge Construction, 2004 Edition. END OF SECTION 5-1

SECTION 6 SPECIAL PROVISIONS COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS DE-1001 DE-1002 DE-1004 DE-1012 DE-1015 DE-1027 DE-1030 DE-1035 DE-1040 DE-1045 Standard Specifications Status of Utility Adjustments Traffic Control Plan Contract Time Project Coordination Application for Payment High Voltage Overhead Lines Fuel Adjustment Monthly Estimate Retainage Construction Safety and Health Standards 6-1

DE-1001 STANDARD SPECIFICATIONS PART 1 - GENERAL The current (2004) Edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction is made a part hereof fully and completely as if it were attached hereto, except where superseded by these contract documents, special provision, or amended by revisions. Copies of the specification book may be purchased from the Office of State Aid Road Construction and is available for download at www.msstateaidroads.us. Any reference in the current (2004) Edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction to State Aid Engineer shall mean the County Engineer. Any reference in the current (2004) Edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction to MDOT or State Aid shall mean the Lawrence County Board of Supervisors. The Engineer s decision shall be final as to interpretation and/or conflict between any of the referenced standards and standards contained herein. END OF SECTION DE-1001 1001-1

DE-1002 STATUS OF UTILITY ADJUSTMENTS I. The location of existing utilities indicated is approximate and those shown are not necessarily all which may exist on site. The Contractor shall verify the location of existing utilities on the project site, whether indicated on the plans or not, and shall promptly repair those which are damaged by his construction operation. Contractor shall notify MS OneCall (811) at least two working days prior to excavating. All known utilities within the construction limits of this project are shown on the plans. These utility owners are as follows: 1. Magnolia Electric Power Association 3012 Hwy 98 E McComb, MS 39648 601-684-4011 2. Jayess Topeka Tilton Water Association 23 Bismark Road Jayess, MS 39641 601-587-2131 3. AT&T 512 Brookman Drive Brookhaven, MS 39601 601-833-3820 4. Crooked Creek Water Association 404 Main Avenue #B New Hebron, MS 39140 601-694-2071 5. Lawrence County Water Association 3083 MS HWY 27 Monticello, MS 39140 601-587-4530 6. Franklin Telephone Company PO Box 446 Bude, MS 39630 601-535-7500 1002-1

DE-1002 STATUS OF UTILITY ADJUSTMENTS II. Subsection S-105.06 of the 2004 edition of the Standard Specifications provide for cooperation between the Contractor and Owner of utilities. Additional assistance may be obtained from associate members, by contacting the following: END OF SECTION DE-1002 MISSISSIPPI ONE-CALL CENTER BEFORE YOU DIG CALL: MS 1-800-227-6477 JACKSON 362-4374 OUT OF STATE 1-800-445-1988 1002-2

DE-1004 TRAFFIC CONTROL PLAN SUBJECT: SUPPLEMENT TO TRAFFIC CONTROL PLAN The contractor will be responsible for the signing and maintenance of the signing over the duration of the project. The contractor shall ensure that the roads remain passable in all weather. The contractor shall install signs and barricades as required to safely maintain traffic adjacent to construction zones (working hours) and at other times (non-working hours) that necessary traffic controls are required to safely maintain traffic around or adjacent to a construction zone. There will be no trucks, equipment, supplies, or materials parked or stored within close proximity of a traveled lane in use of traffic except for vehicles or supplies actually engaged in the work when construction is in progress. The specific requirement of the Contractor s responsibility are as required by Subsections S- 104.04, S-105.15, S-107.07, and S-107.10 of the Latest Edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction and Part VI of the MUTCD, latest edition. These requirements do not alter or in any way change the requirements of the foregoing or any other requirements of the contract, except as specifically stated herein as an alteration or change. Randy Emfinger is designated as the responsible person to insure the Contractor constructs, installs, and maintains the devices called for on the Traffic Control Plan. An inspection of the traffic control signs and devices shall be performed at periods not exceeding one week regardless of construction activity within the project. DE-1004-1

DE-1012 CONTRACT TIME The completion of work to be performed by the Contractor for this project will not be a specified date but shall be when all allowable calendar days are assessed, or any extension thereto as provided in this special provision. Allowable number of Calendar Days will be stated in the proposal. PART 1 - GENERAL Contract time will be established on the basis of Calendar Days, as indicated in the contract. The span of time allowed for the completion of the physical features of work included in the contract will be indicated in the contract documents and will be known as Contract Time. For contracts in which Calendar Days are specified, the span of contract time shall be the number of Calendar Days allowed in the contract starting on the date of the beginning of contract time. The beginning of contract time shall be the date listed in the contract. The span of time allowed in the contract as awarded is based on the quantities used for comparison of bids. If satisfactory fulfillment of the contract requires performance of work in greater quantities than those set forth in the proposal, the time allowed for completion shall be increased in Calendar Days in the same ratio that the cost of such added work, exclusive of the cost of work altered by Supplemental Agreement for which a time adjustment is made for such altered work in the Supplemental Agreement, bears to the total value of the original contract unless it can be established that the extra work was of such character that it required more time than is indicated by the money value. The Contractor shall provide sufficient materials, equipment and labor to guarantee the completion of the project in accordance with the plans and specifications within the Contract Time. At any given date, the ratio of the accumulated monetary value of that part of the work actually accomplished to the total contract bid amount adjusted to reflect approved increases or decreases shall determine the percent complete of the work. The percentage elapsed time shall be calculated as a direct ratio of the expired Calendar Days to the total Calendar Days provided for in the contract. No increase in calendar days will be granted except as provided herein, and except for abnormal delays caused solely by the State or other governmental authorities, or unforeseeable disastrous phenomena of nature of the magnitude of earthquakes, hurricanes, tornadoes, or flooded essential work areas which are deemed to unavoidably prevent prosecuting the work. 1012-1

DE-1012 CONTRACT TIME In the event the Engineer determines that the calendar days when extended as provided in the contract would cause certain items of work or portions thereof, properly prosecuted in the normal sequence and manner, to fall within a period of seasonal or temperature limitations, the Engineer will make a determination as to the scope of unavoidable delays, if any, contemplated because of such seasonal or temperature limitations for periods in excess of those contemplated in the original contract. The Executive Director may thereupon establish a revised contract completion date by notifying the Contractor and the Contractor s Surety in writing of such established completion date as warranted by the engineering determination. Liquidated Damages shall be applicable to each calendar day after the expiration of contract time, or authorized extension thereof, and until all work under the contract is completed. PART 2 CESSATION OF CONTRACT TIME When the Engineer by written notice schedules a final inspection, time will be suspended until the final inspection is conducted and for an additional 14 calendar days thereafter. If after the end of the 14-day suspension all necessary items of work have not be completed, time charges will resume. If a project is on liquidated damages at the time a final inspection is scheduled, liquidated damages will be suspended until the final inspection is conducted and for seven (7) calendar days thereafter. If after the end of the 7-day suspension all necessary items of work have not been completed, liquidated damages will resume. When final inspection has been made by the Engineer and all items of work have been completed, the daily time charge will cease. END OF SECTION DE-1012 1012-2

DE-1015 PROJECT COORDINATION PART 1 - GENERAL 1.01 SCOPE: Project includes County-Wide Bridge Repairs, Contract #2, Sites A F, Lawrence County, MS as noted on the construction plans and specified herein. 1.02 PROJECT SUPERINTENDENT: The Contractor will designate one qualified individual as Project Superintendent who will remain on the job at all times to supervise and coordinate the work until the project is completed. 1.03 RECORD KEEPING: A. The Contractor shall maintain a daily report indicating a description of trades working on the project; the number of personnel working; weather conditions encountered; and any delays encountered. These records shall include a statement that equipment and materials incorporated in the work and workmanship comply with the contract. The original and one copy of these records in report form shall be furnished to the Construction Manager daily within 24 hours after the date(s) covered by the report, except that reports need not be submitted for days on which no work is performed. As a minimum, one report shall be prepared and submitted for every seven days of no work and on the last day of a no work period. All calendar days shall be accounted for throughout the life of the contract. The first report following a day of no work shall be for that day only. Reports shall be signed and dated by the Contractor s Superintendent. The report form the Superintendent shall include copies of all test reports. 1.04 START OF WORK: Work shall be started immediately upon issuance of the Notice to Proceed. 1.05 Contractor is to furnish all labor, materials, tools, equipment, business license and full time supervisors to complete the project. 1.06 Contractor is responsible for visiting the site to become familiar with existing conditions prior to bidding. 1.07 The Contractor will warrant all materials and labor for a period of one (1) year for all work performed by the Contractor or Subcontractor unless otherwise specified herein. 1.08 All permits, licenses, fees, etc., which are required for the performance of this work will be the responsibility of the Contractor. 1.09 Clean-up and disposal of any debris associated with this scope of work will be the responsibility of the Contractor. Contractor to provide his own dumpsters. 1015-1

DE-1015 PROJECT COORDINATION 1.10 Contractor shall furnish and install all materials for proper erosion control and secure permit from any and all governing authorities. Maintenance of erosion control structures until project completion is the responsibility of the Contractor. 1.11 Contractor shall be responsible for keeping all public roadways clean during the execution of the work. 1.12 Contractor shall provide dust control as required during the execution of the work. 1.13 The location of existing utilities and storm drainage indicated is approximate and those shown on the plans are not necessarily all that may exist on the site. Contractor is responsible for verifying location and promptly repairing damage by his activities. No separate pay item. 1.14 Contractor shall keep a copy of all permits on the job site and shall meet all of the requirements of these permits. 1.15 Contractor shall field verify the planned quantities prior to ordering materials. 1.16 Contractor shall be responsible for the implementation of traffic control in accordance with the M.U.T.C.D., current edition. 1015-2

DE-1027 APPLICATION FOR PAYMENT PART 1 - GENERAL 1.01 SCOPE A. This section describes procedures for preparing and submitting Applications for Payment by the Contractor. 1.02 APPLICATIONS FOR PAYMENT A. Format: 1. Applications for Payments will be prepared on AIA form G702 - Application and AIA form G703 Continuation Sheet or a computer generated form containing similar data. B. Preparation of Application: 1. Present required information in typewritten form 2. Execute certification by signature of authorized officer 3. List each authorized Change Order as an extension of continuation sheet, listing Change Order number and dollar amount as for an original Item of Work. 4. Prepare Application for Final Payment as specified in Section 01700 entitled Project Closeout. C. Submittal Procedures: 1. Submit four (4) copies of each Application for Payment. Each should contain original signatures and seals. 2. Submit an updated construction schedule with each Application for Payment. 3. Submit requests for payment to the Professional at agreed upon times, or as may be directed otherwise. D. Substantiating Data: 1. Submit data justifying dollar amounts in question when such information is needed. 2. Provide one (1) copy of the data with a cover letter for each submittal. 3. Indicate the Application number, date and line item number and description. 1027-1

DE-1027 APPLICATION FOR PAYMENT 1.03 CHANGE ORDERS: In the event that additional work not provided for in the contract documents is required on this project, the Engineer shall request change order information from the Contractor. The Contractor shall submit to the Engineer a written description of the proposed work with a breakdown of all costs based on the items enumerated below. After the Owner has approved the change order, the Engineer shall issue a formal change order to be signed by Owner, Engineer, and Contractor. The contractor shall provide the following documentation on the subject work prior to any payment thereon: A. Cost of Materials: invoices required. B. Cost of Labor: Break down by worker, number of hours and wage rate paid. C. Subcontractor s Material and Labor cost: invoices required. D. Contractor s Overhead and Profit Mark-up (15% maximum on labor and material provided by G.C. and 10% maximum on subcontract work). E. Cost of Sales Tax F. Cost of Bond Premium END OF SECTION DE-1027 1027-2

DE-1030 HIGH VOLTAGE OVERHEAD LINES SUBJECT: HIGH VOLTAGE OVERHEAD LINES NOTICE OF WORK TO BE PERFORMED IN PROXIMITY OF HIGH VOLTAGE POWER LINES In accordance with Section 45-15-1, et seq., Mississippi Code of 1972 (as amended effective July 1, 1988), (herein after referred to as Applicant ) (Supervisor in Charge: ), whose address is, and whose telephone number is, hereby gives notice to the electric utility (hereinafter referred to as Utility ) that Applicant will be performing functions or activities at the location of and that the estimated starting date of this work is. This work could reasonably be expected to cause persons, equipment or parts of tools or materials to be brought within ten (10) feet of Utility s high voltage lines at the proposed work area. Applicant hereby requests the Utility to confer with Applicant or his representative at the work site to ascertain the type of work activity that will take place and if further safety measures need to be taken by either the Applicant or the Utility. The Utility will give the Applicant a written cost estimate for safety arrangements to deter contact with on-site power lines. Applicant agrees not to perform such functions or activities until mutually satisfactory arrangements as provided by Section 45-15-9 have been made to deter contact with Utility s line. Nothing contained in this Notice shall diminish or affect the obligation imposed upon the Utility under Section 45-15-1, et seq., or under existing laws or be construed as a waiver of the Applicant s or the Utility s rights under the law. NOTICE GIVEN THIS, the day of,. BY: APPLICANT (Title) Notice received by the Utility this the day of, END OF SECTION DE-1030 1030-1

DE-1035 FUEL ADJUSTMENT SUBJECT: FUEL ADJUSTMENT Bidders are hereby advised that no fuel adjustment(s) will be made as a part of this contract. END OF SECTION DE-1035 1035-1

DE-1040 MONTHLY ESTIMATE RETAINAGE SUBJECT: MONTHLY ESTIMATE RETAINAGE The monthly retainage for this project shall be five (5) percent (%) subject to the provisions found in Subsection S-109. 06. 3--Retainage on page 1-84 of the 2004 Edition of the Mississippi Standard Specifications for State Aid Road and Bridge Construction. END OF SECTION DE-1040 1040-1

DE-1045 CONSTRUCTION SAFETY AND HEALTH STANDARDS CONSTRUCTION SAFETY AND HEALTH STANDARDS It is a condition of this contract, and shall be make a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under the following Federal regulations: I. (a) Occupational Safety and Health Standards, Department of Labor,- Occupational Safety and Health Administration, Federal Register or October 18, 1972, pages 22102 to 22356. (b) General Industry Guide for Applying Safety and Health Standards, OSHA Publication No. 2072, U. S. Department of Labor, Occupational Safety and Health Administration. 2. Safety and Health Regulations for Construction, Department of Labor, Occupational Safety and Health Administration, Federal Register of December 16, 1972, pages 27503 to 27600. 3. Safety and Health Standards for Maritime Employment, Department of Labor, Occupational Safety and Health Administration, Federal Register of October 19, 1972, pages 22458 to 22564. END OF SECTION DE-1045 1045-1

SECTION 7 CONSTRUCTION DRAWINGS COUNTY-WIDE BRIDGE REPAIR PROJECT CONTRACT #2, SITES A F LAWRENCE COUNTY, MS UNDER SEPARATE COVER 6-1

DUNGAN ENGINEERING, P.A. 120 East Chickasaw Street Brookhaven, Mississippi 39601 P 601-823-7026 F 601-835-1618 www.dunganeng.com