HomeMy WebLinkAbout2017-07-18 Meeting AgendaCommission Meeting Agenda
Commission Chamber
7/18/2017
2:00 PM
INVOCATION:Father Michael Hull, Pastor, St. Ignatios Melkite Catholic Church
PLEDGE OF ALLEGIANCE TO THE FLAG OF THE UNITED STATES OF AMERICA.
RECOGNITION(S)
Employee of the Month
A. Congratulations! Glenn Hall, Client Support Specialist from
Information Technology, as the July 2017 employee of the month.
Attachments
Jamel Robinson, Augusta Boxing Club
B.Congratulations! on clinching the Title/Gold Medal in Junior Olympic
National Boxing Tournament in Charleston, W. Va. on July 1,
2017. (Requested by Commissioner Bill Fennoy)
Attachments
Five (5) minute time limit per delegation
DELEGATIONS
C. Mr. Calvin Rhodes, Executive Director of Georgia Technology
Authority regarding an update on Georgia's Cyber Innovation and
Training Center Project.
Attachments
D.Mr. Kenneth Pugh regarding solid waste collection during inclement
weather.
Attachments
E.Presentation by NextSite360- Chuck Branch. (Requested by the Mayor
Hardie Davis, Jr.)
Attachments
F. Ms. Aliegha Brigham, Richmond County Tax Commissioner's Office
regarding their partnership with Fort Gordon.
Attachments
CONSENT AGENDA
(Items 1-23)
PLANNING
1. Z-17-17 – A request for concurrence with the Augusta Georgia Planning
Commission to approvewith the conditions listed below a petition by
Larry G. Check, on behalf of Michael Woodcock, requesting a change of
zoning from Zone B-2 (General Business) with conditions to Zone B-2
affecting property containing .88 acres and known as 3161 Gordon
Highway. Tax Map 092-0-015-00-0 DISTRICT 3 1. The only
additional structure permitted shall be the billboard as described in
this application. 2. Any other new structures would need to return
to the Planning Commission for additional approval.
Attachments
2. Z-17-21 – A request for concurrence with the Augusta Georgia Planning
Commission to approve with the conditions listed below a petition by
Monks of Mt. Tabor, on behalf of the Order of St. Helena requesting a
Special Exception to utilize the existing former convent as a monastery
per Section 26-1 (a) of the Comprehensive Zoning Ordinance for
Augusta-Richmond County affecting property containing approximately
20 acres and known as 3042 Eagle Drive. Tax Map 109-0-001-00-0
DISTRICT 6 1. The use of the property shall be limited to a
monastery with no community outreach programs conducted on site.
2. The property shall be inspected for a Certificate of Occupancy as
to a transfer of use and to ensure compliance with all necessary
building and fire codes. 3. Emergency access shall be provided for
public safety agencies.
Attachments
3. Z-17-22 – A request for concurrence with the Augusta Georgia Planning
Commission to approvewith the conditions listed below a petition by
Gordon Hardy, on behalf of Pilcher-Hardy Rentals, LLC, requesting a
Special Exception to re-establish a church in an existing structure per
Section 26-1 (a) of the Comprehensive Zoning Ordinance for Augusta-
Richmond County affecting property containing 3.41 acres and known as
2801 Ingleside Drive. Tax Map 025-2-124-02-0 DISTRICT 7 1. The
water and sewer shall be inspected to ensure they meet the capacity
Attachments
for the occupants’ use. 2. The property shall be inspected for a
Certificate of Occupancy as to a transfer of use and to ensure that all
codes are being met. 3. Any additions or expansion of the property
shall require a site plan to ensure compliance with existing codes and
ordinances. 4. Any additional parking lot or security lighting shall
be directed away from adjoining residential properties.
4. Z-17-26 – A request for concurrence with the Augusta Georgia Planning
Commission to deny a petition by Guru Darshaw, LLC requesting a
change of zoning from Zone A (Agriculture) to Zone B-2 (General
Business) affecting property containing .98 acres and known as 2657
Tobacco Road. Tax Map 140-2-002-00-0 DISTRICT 4
Attachments
PUBLIC SERVICES
5.Motion to approve Marina and Warehouse Operations Contract RFQ 16-
204A. (Approved by Public Services Committee July 11, 2017)
Attachments
6.Motion to approve amendments to the Augusta, Georgia Code, Title 6,
Chapter 6, Article 3, Regulated Businesses, to add a new Section 6-6-48
to provide regulations for Special Entertainment Permits, and to Title 2,
Chapter 1, Article 1, Business Tax Certificate, Section 2-1-3
Administrative and Regulatory Fee Structure, to establish the Special
Entertainment Permit regulatory fee.
AN ORDINANCE TO AMEND THE AUGUSTA, GEORGIA CODE,
TITLE 6, CHAPTER 6, ARTICLE 3, REGULATED BUSINESSES,
NEW SECTION 6-6-48 SPECIAL ENTERTAINMENT PERMIT; SO
AS TO PROVIDE REGULATIONS FOR THE REQUIREMENT OF
AN OCCUPATION TAX CERTIFICATE, THE PROCESS FOR
PERMIT RENEWAL; HOURS OF OPERATION; AND TO PROVIDE
PENALTIES FOR VIOLATING THE CODE SECTION; TO REPEAL
ALL CODE SECTIONS AND ORDINANCES AND PARTS OF CODE
SECTIONS AND ORDINANCES IN CONFLICT HEREWITH; TO
PROVIDE AN EFFECTIVE DATE AND FOR OTHER PURPOSES.
SPECIAL ENTERTAINMENT PERMIT; SO: (Approved by the
Commission June 29, 2017 - second reading)
Attachments
ADMINISTRATIVE SERVICES
7.Motion to approve amending the phase II James Brown Blvd sidewalk
project to include painted record images of the Godfather of Soul’s
Attachments
greatest hits. Painted record images would be located on both sides of the
street along James Brown Blvd. and to receive a report back in 30-days
from the DDA, the Arts Council and Housing & Development as to how
the City can move forward with the project utilizing funding from GDOT
as a primary source or another grant if GDOT funding cannot be used.
(Approved by Administrative Services Committee July 11, 2017)
8.Motion to approve holding a work study session of the Administrative
Services Committee regarding the development of an evaluation tool for
the Administrator and direct reports. (Approved by Administrative
Services Committee July 11, 2017)
Attachments
9.Motion to designate the corridor between 8th Street and 9th Street from
Laney Walker Blvd to Reynolds St as the James Brown Heritage Trail
and start process. (Approved by Administrative Services Committee
July 11, 2017)
Attachments
10.Motion to approve amendment to Augusta, Georgia Procurement Code
to include the adoption of Public-Private Partnership (P3) “Unsolicited
Proposals”. (Approved by Administrative Services Committee July
11, 2017)
Attachments
PUBLIC SAFETY
11.Motion to approve acceptance of contract for Accountability Court Case
Manager. (Approved by Public Safety Committee July 11, 2017)
Attachments
12.Motion to approve acceptance of the Criminal Justice Coordinating
Council (CJCC) Juvenile Justice Incentive Grant Award in the amount of
$300,000.00, MOU Agreement with Community Solutions, Inc. (CSI) in
the amount of $263,000.00 and grant director/coordinator in the amount
of $28,800.00 Grant # Y18-8-002 (Approved by Public Safety
Committee July 11, 2017).
Attachments
FINANCE
13.Motion to approve New Position in the Juvenile Court (Administrative
Assistant II, Salary Grade 43). (Approved by Finance Committee July
Attachments
11, 2017)
ENGINEERING SERVICES
14.Motion to approve authorizing the Administrator to seek quotations
from professional services firms to perform a programmatic,operations
and financial review of the Environmental Services Department with the
option of having an audit if they decide that is necessary. (Approved by
Engineering Services Committee July 11, 2017)
Attachments
15.Motion to approve funding for final Design Consultant Services
Supplemental Agreement to Wolverton & Associates, Inc. in the amount
of $1,347,424.97 for the 15th Street Pedestrian Improvement Project as
requested by the AED.(Approved by Engineering Services Committee
July 11, 2017)
Attachments
16.Motion to approve Professional Services Proposal from WK Dickson &
Company for the necessary design of Utility Relocations for the GDOT
SR 4/15th Street from Milledgeville Rd to Government Rd Project in the
amount of $125,000. (Approved by Engineering Services Committee
July 11, 2017)
Attachments
17.Motion to authorize condemnation to acquire title of a portion of
property for permanent easement – 128 Courtland Drive (Parcel 061-2-
206-00-0).(Approved by Engineering Services Committee July 11,
2017)
Attachments
18.Motion to authorize condemnation to acquire title of the entire parcel,
(Parcel 087-4-080-00-0) 199 Dan Bowles Road. (Approved by
Engineering Services Committee July 11, 2017)
Attachments
19.Motion to authorize condemnation to acquire title of the entire parcel,
(Parcel 088-3-001-00-0) 2007 Florida Road. (Approved by Engineering
Services Committee July 11, 2017)
Attachments
20.Motion to approve Award of Bid #17-207 for the Construction of the Attachments
Rock Creek Relief Sewer Project to Legacy Water Group.(Approved by
Engineering Services Committee July 11, 2017)
21.Motion to approve a request for Solid Waste Collections change in Yard
Waste/Bulky Waste Services. (Approved by Engineering Services
Committee July 11, 2017)
Attachments
PETITIONS AND COMMUNICATIONS
22.Motion to approve the minutes of the regular and Legal/Executive
Session meetings of the Commission held June 29 and July 11, 2017.
Attachments
APPOINTMENT(S)
23.Motion to approve the appointment of Mr. Lowell Greenbaum to the
Augusta Canal Authority representing District 1.
Attachments
****END CONSENT AGENDA****
AUGUSTA COMMISSION
7/18/2017
AUGUSTA COMMISSION
REGULAR AGENDA
7/18/2017
(Items 24-31)
PUBLIC SERVICES
24.New Location Application: A.N. 17-21: A request by Kweli J. Hall for
a retail package Beer & Wine License to be used in connection with
Greene Street Grocery located at 1002 Greene Street. District 1. Super
District 9. (No recommendation from Public Services Committee July
11, 2017)
Attachments
ADMINISTRATIVE SERVICES
25.Motion to adopt an Authorizing Resolution in connection with the Attachments
Laney-Walker and Bethlehem Redevelopment Plan to authorize Augusta
to enter into an Intergovernmental Redevelopment Contract with the
Urban Redevelopment Agency of Augusta and to execute such other
ancillary documents as approved by the General Counsel which are
necessary in support of the issuance of bonds by the Urban
Redevelopment Agency of Augusta in with the construction of the
Foundry Place project. (Requested by Commissioner Sammie Sias)
26.Discuss the suspension and/or debarment of contractors involved
in Environmental Services Department's use of ARC Equipment in
Lincoln County on private property in accordance with but not limited to
Procurement Section 1-10-80 of the Augusta Code. (Requested by
Commissioner Marion Williams)
Attachments
PUBLIC SAFETY
27.Discuss the preservation of the Joint Law Enforcement Center, 401
Walton Way.
Attachments
28.Motion to approve revised Probation Services Order
(7.11.17). (Approved by Public Safety Committee Committee July
11, 2017)
Attachments
FINANCE
29.Receive as information the results of the 2016 financial audit. Attachments
ADMINISTRATOR
30.Discuss/approve revenue source for Street Lighting.Attachments
LEGAL MEETING
A. Pending and Potential Litigation.
B. Real Estate.
C. Personnel.
Upcoming Meetings
www.augustaga.gov
31.Motion to approve execution by the Mayor of the affidavit of
compliance with Georgia's Open Meeting Act.
Commission Meeting Agenda
7/18/2017 2:00 PM
Invocation
Department:
Department:
Caption:Father Michael Hull, Pastor, St. Ignatios Melkite Catholic Church
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Employee of the Month
Department:
Department:
Caption: Congratulations! Glenn Hall, Client Support Specialist from
Information Technology, as the July 2017 employee of the month.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
AUGUSTA GEORGIA
EMPLOYEE RECOGNITION COMMITTEE
Sylvia Williams, Committee Chairperson
July 18, 2017
Mayor Davis:
The Employee Recognition Committee has selected Glenn Hall, IT Department as Augusta,
Georgia’s Employee of the Month for July 2017.
Mr. Glenn Hall is a true asset to the IT Department and the City of Augusta and deserves recognition for
his humble approach to customer service, innovation and problem solving. Glenn was able to lead a team
of employees to a technological solution that showcases the City of Augusta, the Tax Commissioner’s
Office and the IT Department as innovative problem solvers who look to improve the services to the
constituents we serve.
Glenn was asked to devise a way for the Tax Commissioner’s Office to use technology to become more
mobile and allow them to meet customer expectations. Glenn consulted with key personnel in the IT
Department and offered a technology solution that would allow the Tax Commissioner’s Office to open a
“mobile tag office” and offer tag and title services at Fort Gordon and other sites with lower costs than
traditional new locations usually require. Glenn worked tirelessly to make sure the technology solution
that was offered was reliable and easy to use so that Tax Commissioner employees could perform their
daily duties without interruption and as seamless as they would do at a permanent site. The goal was to
maintain the same level of speed and reliability from the technology solution that we would have on the
City of Augusta’s IT system.
Glenn gives much credit to Troy Taylor and others in his department for helping him to research and
analyze the problem and offer the correctly configured solution. While the technology that Glenn used
was available and used in other situations and at other times, it is the creativity and understanding of his
customer and how the technology could be applied in the requested situation that sets him apart. This
creativity was recently on display at a statewide Tax Commissioner Technology Conference where Glenn
helped present the same concept to a room full of wide –eyed Georgia Department of Revenue officials,
IT professionals, and conference attendees who simply could not figure out how the Richmond County
Tax Commissioner’s Office was able to produce this innovative and cost effective mobile solution.
Unfortunately, they didn’t have Glenn Hall and Augusta’s IT Department on their team…
Lastly, the last two times the Tax Commissioner’s Office moved into a new site, the costs were over
$35,000 per workstation for the West Augusta Tag Office and $50,000 for the South Augusta Tag Office
for total project costs of over $200,000 and $400,000 respectively. Moving into the new site on Fort
Gordon cost the Tax Commissioner’s Office and the City of Augusta about $3,500 per workstation or a
total cost of about $7,000 as we stand today. The projected cost savings based on similar facilities and
furnishings at the other sites would be about $75,000.00.
We again congratulate Glenn Hall on his commitment to his job, his department, his customers and the
City of Augusta. Job well done…
Based on this nomination, Glenn’s outstanding contribution to the Augusta IT Department
and his service to Augusta, Georgia the Employee Recognition Committee would appreciate
you joining us in recognizing Glenn as the July 2017 Employee of the Month.
Thank you,
The Employee Recognition Committee:
Sylvia Williams, Committee Chairperson
Judith Sink
Takiyah A. Douse
Edeltraud Coleman
Linda Jones
Carla S. Moore
Commission Meeting Agenda
7/18/2017 2:00 PM
Jamel Robinson, Augusta Boxing Club
Department:
Department:
Caption:Congratulations! on clinching the Title/Gold Medal in Junior
Olympic National Boxing Tournament in Charleston, W. Va. on
July 1, 2017. (Requested by Commissioner Bill Fennoy)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Mr. Calvin Rhodes GTA
Department:
Department:
Caption: Mr. Calvin Rhodes, Executive Director of Georgia Technology
Authority regarding an update on Georgia's Cyber Innovation and
Training Center Project.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Kenneth Pugh
Department:
Department:
Caption:Mr. Kenneth Pugh regarding solid waste collection during
inclement weather.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
AGENDA ITEM REQUEST FORM
commission meetings: First and third ruesdays of each month - 2:00 p.m.
committee meetings: second and last Tuesdays of each month - r:00 p.m.
commission/commiffee: (Please check one and insert meeting date)
Y Commission Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Public Safety Committee
Public Services Committee
Administrative Services Committee
Engineering Services Committee
Finance Committee
Contact Information for IndividuaUPresenter Making the Request:
Name:
Address:
Telephone Number:
Fax Number:
E-Mail Address:
Caption/Topic of Discussion to,f -t ;/ l.e placed on
Please send this request form to the following address:
Ms. Lena J. Bonner
Clerk of Commission
Suite 220 Municipal Building
535 Telfair Street
Augusta, GA 30901
Telephone Number: 7 06-821-1820
Fax Number: 706-821-1838
E-Mail Address: nmorawski@augustaga.gov
Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk's
Office no later than 5:00 p.m. on the Wednesday preceding the Commission meeting and
5:00 p.m. on the Tuesday preceding the Committee meeting of the following week. A five-
minute time limit will be allowed for presentations.
Commission Meeting Agenda
7/18/2017 2:00 PM
Presentation by NextSite360
Department:
Department:
Caption:Presentation by NextSite360- Chuck Branch. (Requested by the
Mayor Hardie Davis, Jr.)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Lena Bonner
From:
Sent:
To:
Cc:
Subject:
Importance:
Mayor Hardie Davis, Jr.
Wednesday, luly L2,2017 4:3L pM
Lena Bonner; Louis C. Brazzell
Marcus Campbell
Tuesday July 18th Agenda
High
Ms. Bonner please add the following to the delegation portion of the agenda:
1. Presentation by NextSite360 - Chuck Branch
Please consider the environment before printing this email.
a resull of the e*naiJ transmissiotr. lf verification is require<1, please request a naid copy versron.AED:'104.1
Commission Meeting Agenda
7/18/2017 2:00 PM
Aliegha Brigham
Department:
Department:
Caption: Ms. Aliegha Brigham, Richmond County Tax Commissioner's
Office regarding their partnership with Fort Gordon.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Z-17-17
Department:Planning and Development
Department:Planning and Development
Caption: Z-17-17 – A request for concurrence with the Augusta Georgia
Planning Commission to approvewith the conditions listed below
a petition by Larry G. Check, on behalf of Michael Woodcock,
requesting a change of zoning from Zone B-2 (General Business)
with conditions to Zone B-2 affecting property containing .88
acres and known as 3161 Gordon Highway. Tax Map 092-0-015-
00-0 DISTRICT 3 1. The only additional structure permitted
shall be the billboard as described in this application. 2. Any
other new structures would need to return to the Planning
Commission for additional approval.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Z-17-21
Department:Planning and Development
Department:Planning and Development
Caption: Z-17-21 – A request for concurrence with the Augusta Georgia
Planning Commission to approve with the conditions listed
below a petition by Monks of Mt. Tabor, on behalf of the Order of
St. Helena requesting a Special Exception to utilize the existing
former convent as a monastery per Section 26-1 (a) of the
Comprehensive Zoning Ordinance for Augusta-Richmond County
affecting property containing approximately 20 acres and known
as 3042 Eagle Drive. Tax Map 109-0-001-00-0 DISTRICT 6
1. The use of the property shall be limited to a monastery with
no community outreach programs conducted on site. 2. The
property shall be inspected for a Certificate of Occupancy as
to a transfer of use and to ensure compliance with all
necessary building and fire codes. 3. Emergency access shall
be provided for public safety agencies.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
Cover Memo
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Z-17-22
Department:Planning and Development
Department:Planning and Development
Caption: Z-17-22 – A request for concurrence with the Augusta Georgia
Planning Commission to approvewith the conditions listed
below a petition by Gordon Hardy, on behalf of Pilcher-Hardy
Rentals, LLC, requesting a Special Exception to re-establish a
church in an existing structure per Section 26-1 (a) of the
Comprehensive Zoning Ordinance for Augusta-Richmond County
affecting property containing 3.41 acres and known as 2801
Ingleside Drive. Tax Map 025-2-124-02-0 DISTRICT 7 1. The
water and sewer shall be inspected to ensure they meet the
capacity for the occupants’ use. 2. The property shall be
inspected for a Certificate of Occupancy as to a transfer of use
and to ensure that all codes are being met. 3. Any additions
or expansion of the property shall require a site plan to ensure
compliance with existing codes and ordinances. 4. Any
additional parking lot or security lighting shall be directed
away from adjoining residential properties.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
Cover Memo
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Z-17-26
Department:Planning and Development
Department:Planning and Development
Caption: Z-17-26 – A request for concurrence with the Augusta Georgia
Planning Commission to deny a petition by Guru Darshaw, LLC
requesting a change of zoning from Zone A (Agriculture) to
Zone B-2 (General Business) affecting property containing .98
acres and known as 2657 Tobacco Road. Tax Map 140-2-002-00-
0 DISTRICT 4
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Marina and Warehouse Operations Contract
Department:Recreation and Parks Department
Department:Recreation and Parks Department
Caption:Motion to approve Marina and Warehouse Operations Contract
RFQ 16-204A. (Approved by Public Services Committee July
11, 2017)
Background: The proposed Contract will allow for Olde Town Pickers, LLC to
operate these facilities.
Analysis:A total of two firms were deemed compliant through the
Procurement process and interviewed. Olde Town Pickers, LLC
was chosen due to their experience in performing similar work
and their familiarity with the facilities.
Financial Impact:In Year One, the contract will net the City of Augusta $41,400.
The amount increases to $46,800 in Year Two, and $53,280 in
Year Three.
Alternatives:1) To approve the proposed contract between the City of Augusta
and Olde Town Pickers, LLC. 2) Take no action, with the
resultant part-time contract remaining intact.
Recommendation:Move to Approve
Funds are Available
in the Following
Accounts:
104.06.1711/3831110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Cover Memo
Law.
Administrator.
Clerk of Commission
Cover Memo
Request for Qualification
Request for Qualifications will be received at this office until Friday, October 21, 2016 @ 11:00 a.m. for furnishing:
RFQ Item #16-204A Marina Operator for the Augusta Recreation, Parks and Facilities Department
Qualifications will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
535 Telfair Street - Room 605
Augusta, Georgia 30901
Request for Qualification (RFQ) documents may be viewed on the Augusta Georgia web site under the Procurement
Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535
Telfair Street – Room 605, Augusta, GA 30901.
Pre-Qualification Conference will be held on Friday, October 7, 2016, @ 10:00 a.m. in the Procurement Department,
535 Telfair Street, Room 605.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, October 11, 2016 @
5:00 P.M. No RFQ will be accepted by fax, all must be received by mail or hand delivered.
No qualifications may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution
of contract with the successful bidder(s).
Request for qualifications (RFQ) and specifications. An RFQ shall be issued by the Procurement Office and shall include
specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions,
applicable to the procurement. All specific requirements contained in the RFQ including, but not limited to, the
number of copies needed, the timing of the submission, the required financial data, and any other requirements
designated by the Procurement Department are considered material conditions of the RFQ which are not waiveable or
modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be
submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for
approval by the Augusta, Georgia Commission. Please mark RFQ number on the outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
Proponent at the risk of receiving incomplete or inaccurate information upon which to base its qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle September 15, 22, 29, October 6, 2016
Metro Courier September 21, 2016
OFFICIAL
VENDORS Attachment
"B"E-Verify #SAVE
Form Original 7
Copies
U.S. Mariners / Micheal
(flipa) Griffin
412 Greene Street
Augusta, GA 30901
YES 1111093 Yes YES YES
Olde Town Pickers
261 Broad Street
Augusta, GA 30901
YES 1111635 Yes YES YES
Boatin & Floatin LLC
652 Gregory Dr.
Evans, GA 30809
YES 1135136 Yes YES YES
RFQ Item #16-204A Marina Operator
for Augusta, Georgia - Recreation & Parks Department
RFQ Date: Friday, August 21, 2016 @ 11:00 a.m.
Total Number Specifications Mailed Out: 9
Pre-Qualifications/Telephone Conference Attendees: 12
Total packages submitted: 3
Total Noncompliant: 3
The following vendors did not respond:
Mike's Marina / 1 Fifth Street / Augusta, GA 30901
Port Marine Services / 2209 Edgewood Dr. / Augusta, GA 30904
Page 1 of 1
U.S. Mariners / Micheal (flipa)
Griffin
412 Greene Street
Augusta, GA 30901
Olde Town Pickers
261 Broad Street
Augusta, GA 30901
Boatin & Floatin LLC
652 Gregory Dr.
Evans, GA 30809
A. Package submitted by the
deadline Pass/Fail Pass Pass Pass
B. Package is complete (includes
requested information as required
per this solicitation)
Pass/Fail Pass Pass Pass
C. Overall Quality of RFP
(concise and to-the-point) 50 31.7 45.0 46.7
1. Respondents Experience 100 73.3 88.3 86.7
2. Financial Responsibility 100 63.3 88.3 90.0
3. Project Management 95 48.3 85.0 81.7
4. Key Personnel & Staff 90 66.7 85.0 83.3
5. Organizational Qualifications 85 43.3 75.0 76.7
6. Optional Interview (Potential
Bonus Points)10 9.0 7.7
D. TOTAL 480 295.0 430.7 426.0
1. Prior experience in marina
operation or knowledge of marina
operation.
60 53.3 55.0 53.3
2. Experience in performing daily
maintenance repairs and upkeep
of marina area. (Examples include
repair of water lines, simple dock
repairs, facility cleaning.)
40 35.0 38.3 38.3
3. Prior sales experience with an
emphasis on concessions and
gasoline and ability to obtain Class
“A” and Class “C” Fuel Operator
Certification.
40 35.0 40.0 40.0
4. Ability to perform customer
service to marina patrons by
providing 24 hour emergency
service, on site resident
management.
40 35.0 38.3 36.7
5. Demonstrate an ability to
coordinate with Recreation and
Parks Department with Special
Events on the River and an ability
to develop a rental plan (canoes,
kayaks etc.)
20 15.0 18.3 18.3
E. TOTAL 200 173.3 190.0 186.7
Within Richmond County 10 10 10
Within CSRA 8 8
Within Georgia 6
Within SE United States
(includes AL, TN, NC, SC, FL) 4
All Others 2
TOTAL 10 10 10 8
H. References 10 4.0 4.3 9.3
Total 750 514.0 680.0 676.7
Evaluation Meeting - RFQ Item #16-204A
Marina Operator
for Augusta, Georgia - Recreation & Parks Department
Evaluation Committee Meeting: Monday, November 7, 2016 @ 10:00 a.m.
Vendors
Total (Total Possible Score 750)
Second Round Elimination (Total Points 50) (MUST ACHIEVE 35 POINTS FOR CONTINUED CONSIDERATION)
(MUST PASS FOR CONTINUED CONSIDERATION)
RANKING - First Round Elimination
D. Narrative
Reference(s) (Total Points 10
Submittal and Quality of RFP
Scope of Services (Total Points 200)
E. Scope of Services
F. Proximity to Area
Proximity to Area (Total Points 10)
Quality of RFP
Proposer’s Overall Ability to Provide the Services (Total Points 470)
Procurement DepartmentRepresentative: Nancy Williams
Evaluator: Cumulative Date: 12/16/16
Procurement Department Completion Date: 12/16/16
Internal Use Only
Note: Respondent/Offeror(s) receiving 600 or more points will be invited to do presentations to provide additional
information if deemed necessary.
Michael Y. Brown
Mike's Marina
1 Fifth Street
Augusta, GA 30901
Edward Dorr
Port Marine Services
2209 Edgewood Drive
Augusta, GA 30904
Michael (flipa) Griffin
U.S. Mariners
412 Greene Street
Augusta, GA 30901
Elizabeth W. Christian
Olde Town Pickers
416 8th Street
Augusta, GA 30901
Francis Christian
261 Broad Street
Augusta, Ga. 30901
Marvin Metzger
14915 Coffee Bluff Road
Savannah, Georgia 31419
Mike Brown
1906 Gordon Highway
Augusta, Georgia 30904
RETURNED MAIL
Phillip Maddox
P.O. Box 31191
Augusta, Ga. 30903
Phillip Rhodes
P.O. Box 9332
Augusta, Ga. 30916
Glen Parker
Recreation, Parks & Facilities Darrell Bennett
Recreation, Parks & Facilities
Kellie Irving
Compliance - LSBOP
RFQ Item 16-204A
Marina Operator
for Recreation and Parks Dept.
Due: Fri. 10/21/16 @ 11:00 a.m.
RFQ Item 16-204A
Marina Operator
for Recreation and Parks Dept.
Mailed: September 15, 2016
Recreation & Parks Department
Administrative Office
2027 Lumpkin Road – PO BOX 5605
Augusta, GA 30916
(706) 796-5025 Office – (706) 796-4099 Fax
www.augustaga.gov/recreation
H. Glenn Parker, Director
gparker@augustaga.gov
June 5, 2017
TO: Geri A. Sams, Procurement Director
FROM: H. Glenn Parker, Director
SUBJECT: Recommendation on Request for Qualifications #16-204A Augusta Marina Operator
The Augusta Procurement Department received three (3) compliant qualification packages for the referenced
project. Based on review and recommendation from staff, the Department of Recreation and Parks recommends
award of RFQ Item 16-204A to Olde Town Pickers.
Upon your review and approval, we will be forwarding this item to the Commission for consideration.
Please let us know if you have any questions.
Cc: Phyllis Johnson, Procurement.
Gary Hegner, Deputy Director for Parks
Page 1 of 7
STATE OF GEORGIA
COUNTY OF RICHMOND
RIVERWALK MARINA STORE AND MARINA WAREHOUSE LEASE AGREEMENT
THIS RIVERWALK, MARINA STORE AND MARINA WAREHOUSE LEASE
AGREEMENT, made and entered into, effective the 1st day of ___________, 2017 by Augusta,
Georgia, a political subdivision of the State of Georgia (hereinafter referred to as “Augusta”),
and Olde Town Pickers (hereinafter referred to as “Operator.”
W I T N E S S E T H:
Whereas, Augusta is the owner and operator of the Riverwalk Marina, consisting of that parcel
of land with improvements thereon, as shown in Exhibit “A” on the Savannah River, whose
address is #1 Fifth Street, Augusta, Richmond County, Georgia, Tax ID Parcel #037-4-001-04-0
(Tracts 1, 1A, 1B and 1C) and extending down-river until the Gordon Highway Bridge; and the
Riverfront Marina; all that parcel of land with improvements thereon, as shown in Exhibit “B”
with address as 103 Riverfront Drive, Augusta, Richmond County, Georgia, hereinafter called
the “Riverfront Marina”. Said Riverfront Marina being situate, lying and being upriver from the
Boathouse and extending up-river until the point at which the extended East Boundary right of
way intersects the Savannah River; as well as the fenced portion including the Boat Storage
Warehouse building and property, hereinafter called the ‘Warehouse”, whose address is #1
Levee Road in Augusta, Richmond County, Georgia, Tax Parcel ID 048-0-001-03-0 as shown on
Exhibit “C”. Said Exhibits A, B and C being incorporated herein by reference.
Augusta Marinas shall also include any changes, additions, alterations, modifications,
and/or improvements on or to Augusta Marinas premises made in accordance with this
Riverwalk Marina Store and Marina Warehouse Lease Agreement.
WHEREAS, Augusta wishes the Operator to operate, and the Operator wishes to operate,
Augusta Marinas and facilities;
NOW THEREFORE, the parties hereto, for and in consideration of the mutual promises
herein contained, and other good and valuable consideration, the receipt and sufficiency of which
is hereby acknowledged. DO HEREBY AGREE, each for itself and successors and assigns, as
follows:
1. CITY MARINAS. Defined. Augusta, by this duly approved authorization, does
hereby grant unto Operator, authority to operate said City Marinas; and Operator does
hereby accept the authority to operate said City Marinas as described.
2. TERM. City hereby grants authority to operate City Marinas, and Operator hereby
accepts authority to operate City Marinas, for consideration and upon and subject to
the terms and conditions set forth herein, for a term of three (3) years, commencing
upon the execution of this Agreement by all parties. Subject to the approval of
Augusta, Operator may exercise an option to renew this Agreement twice for one (1)
Page 2 of 7
year per renewal. Such exercise renewal must be exercised at least 180 days prior to
the expiration of the current lease term. This Agreement shall (i) terminate
absolutely and without further obligation on the part of Augusta each and every
December 31st, as required by OCGA § 36-60-13, as amended, unless terminated
earlier in accordance with the termination provisions of this Agreement; (ii)
automatically renew on each January 1st, unless terminated in accordance with the
termination provisions of this Agreement; and (iii) terminate absolutely, with no
further renewals, on _______________, 2022, unless extended by written
amendment.
3. CONSIDERATION. As consideration for authority to operate City Marinas,
Operator agrees to compensate City in the amounts as shown:
a. In Year One, the amount of FIFTEEN HUNDRED ($1,500) per month for the
Riverfront Marina, and the amount of SEVEN HUNDRED FIFTY ($750) for
the Warehouse, plus a payment for water, sewer and electric utilities in the
amount of TWELVE HUNDRED ($1,200) per month, for a total monthly
payment of THREE THOUSAND FOUR HUNDRED FIFTY ($3,450).
b. In Year Two, the amount of EIGHTEEN HUNDRED ($1,800) per month for
the Riverfront Marina, and the amount of NINE HUNDRED ($900) PER
MONTH FOR THE Warehouse, plus a payment for water, sewer and electric
utilities in the amount of TWELVE HUNDRED ($1,200) per month, for a
total monthly payment of THREE THOUSAND NINE HUNDRED ($3,900).
c. In Year Three, the amount of TWO THOUSAND ONE HUNDRED SIXTY
($2,160) per month for the Riverfront Marina, and the amount of ONE
THOUSAND EIGHTY ($1,080) for the Warehouse, plus a payment for water,
sewer and electric utilities in the amount of TWELVE HUNDRED ($1,200)
per month, for a total payment of FOUR THOUSAND FOUR HUNDRED
FORTY ($4,440).
d. In Years Four and Five, payments for all rents, including utilities, would
increase by 5% Annually. Therefore, total monthly payment for Year Four
will be FOUR THOUSAND SIX HUNDRED SIXTY-TWO ($4,662), and
monthly payment for Year Five will be FOUR THOUSAND EIGHT
HUNDRED NINETY-FIVE ($4,895)
4. OPERATIONS. The Operator shall have an experienced manager on the premises at
all times that the Marina store is open. The conduct of the Operator’s employees
shall be subject to reasonable regulation by Augusta. The Hours of Operation may
vary, but are subject to approval by the Augusta Commission. If Augusta has
evidence to reasonably believe that an employee of Operator is incompetent,
disorderly, or otherwise has performed his or her duties in an objectionable manner,
Augusta shall have the right to require the Operator to replace said employee. The
Operator’s employees are expected to provide good customer service at all times.
5. FEE SCHEDULE, PATRON RULES AND REGULATIONS. All rentals of boat
slips, warehouse storage space (either dry or outdoor) or other rental agreements
within areas managed by the Operator shall abide by the fees, rules and regulations as
Page 3 of 7
stipulated within the Boat Slip Rental and Storage Agreement (Appendix “A”) and
the Marina/Warehouse Rules and Regulations (Appendix “B”). Said fees shall be
posted in a conspicuous location at both the Marina Store and the Warehouse. These
fees shall be in effect for the duration of the Lease Agreement. Should any fee
changes be necessary during the course of this Lease Agreement, Operator shall
petition the Recreation and Parks Department, as well as the Augusta Port Authority,
for review of said changes prior to their submission to the Augusta Commission. Any
and all fee modifications MUST be fully approved by the Augusta Commission prior
to implementation. Changes to the Fee Schedule shall be made no more than once
per calendar year.
6. CONTACTS. Operator or Operator’s staff will be expected to be available by phone
during normal business hours and for after-hours emergencies. Business hours and
contact phone numbers should be posted in a conspicuous place in both the Marina
Store and on the Warehouse fence.
7. CONCESSIONS. The Operator may sell concessions as it desires, however, there
will be no sale of alcohol on the premises. Additionally, any equipment that is
necessary for the sale of concessions must be furnished by the Operator. Augusta
reserves the right to review concession prices and suggest changes.
8. SPECIAL EVENTS. Operator will assist with any Augusta-sponsored or co-
sponsored events held at or near the Augusta Riverwalk and Riverfront Marina
without compensation from event organizers.
9. FUEL AND FUEL TANK. Operator will provide gasoline sales and operation by
acquiring all applicable petroleum vendor licensing. If the current underground
storage tanks (UST) are to be used, Operator must follow and comply with all UST
regulations and follow EPD and EPA requirements, including, but not limited to
O.C.G.A. § 12-13-1, et. seq. and 40 CFR Part 280, Subpart C (2000). In the event
that Operator chooses to use the USTs and a spill or leak occurs, Operator shall
indemnify and reimburse Augusta for the cost of said cleanup. NOTE: The diesel
fuel tank will be rendered inoperable by Augusta, so that no accidental filling of said
tank occurs. No diesel fuel will be sold by the Operator during the lease period.
10. UTILITIES. Operator shall obtain utilities in their name, including electricity, gas,
water/sewerage, and telephone. Augusta will continue to provide and maintain
utilities and landscaping for the common areas used by the general public at large.
Common Area Utilities include: street and sidewalk lighting, fountains, and garbage,
water, and sewer services. Operator will be responsible for Utilities in connection
with operation of the store, fuel station, docks, and individual boat slips. Augusta
will assure that the metering of the electric and water utilities is appropriate for the
distribution of billing. The Operator is responsible for placing all garbage in an
Augusta supplied container(s). Augusta will provide weekly garbage collection for
said containers. Special events may require more frequent garbage collection.
11. REPAIRS AND MAINTENANCE. Operator is responsible for performing daily
maintenance repairs and upkeep of docks, store, boat ramps, warehouse, and parking
areas. Operator is responsible for reporting repairs that he/she cannot handle to
Page 4 of 7
Augusta as soon as he/she realizes that he/she cannot handle the repair. Operator is
responsible for keeping the Marinas and the Warehouse neat, clean, and free of trash
and in good condition. Augusta staff will clean the restrooms next to the Marina
Store at the beginning of each day. Operator will be responsible for replacing paper
products in restrooms as needed each day and enforcing discipline in the restrooms as
needed to ensure cleanliness and availability of the resource to the public. Operator
will be responsible for locking up the restrooms when the Marina Store closes for the
day. Augusta will keep the roof, cupola, foundation, exterior walls, and underground
infrastructure neat and functional. Augusta will also be responsible for normal wear
and tear of interior floors, walls, ceiling, and air conditioning, heating, and cooling
equipment, replacing each as necessary. CHANGES, ADDITIONS,
MODIFICATIONS, ALTERATIONS, IMPROVEMENTS. Operator shall not,
without prior written consent of Augusta, make any changes, additions, alterations,
modifications, and/or improvements, structural or otherwise, including fees charged
for services, in or upon any part of the Augusta Marinas. Operator agrees to submit
any and all plans for any changes, additions, alterations, modifications, and/or
improvements to the Augusta Marinas to the Augusta Recreation and Parks to submit
to the Augusta Commission for approval before said alterations, changes or additions
are begun. Augusta shall not unreasonably withhold its approval of said plans.
12. INSPECTION BY AUGUSTA. Augusta shall have the right to enter upon Augusta
Marinas and Warehouse during regular business hours when a representative of the
Operator is present, or at any time in case of emergency to determine whether
Operator had complied with and is complying with the terms and conditions of this
agreement; provided, however, that said inspection shall in no event unduly disrupt or
interfere with the Marina or Warehouse operation. Any deficiencies noted during the
inspection shall by corrected within Thirty (30) days of notice. Full Inspections shall
be conducted on a semi-annual basis on a mutually-agreeable schedule by
representatives of Augusta Recreation and Parks, Augusta Risk Management or
similarly appropriate Augusta staff, a member of the Port Authority Board of
Directors, along with the Operator. Quarterly Follow-Up Reports shall note
progress/changes made to deficiencies noted within the semi-annual inspections.
These Reports are to be sent to Augusta Recreation and Parks no later than January
30th, April 30th, July 30th and October 30th of each year.
13. RULES AND REGULATIONS. Operator agrees that operation of Augusta Marinas
and Warehouse shall be conducted in accordance with all local, state and federal
laws, environmental laws, and the ordinances of Augusta, Georgia. Any changes,
additions or modifications to rules and regulations in place at the time of the
execution of this agreement must be approved by the Augusta Commission. Operator
further agrees to endeavor to conduct its business in such a manner as will develop
and maintain the good will and active interest of the general public.
14. REPORTS. Operator will be responsible for filing each month a report for the
previous month. The report will be due on the 15th day of each month. The report
should be sent to the Director of the Department of Recreation and Parks and the
Page 5 of 7
Chairman of the Augusta Port Authority. This report can be in a form developed by
the Operator and approved by the Department and the Port Authority. The monthly
report should include gross revenue for the previous month with a dollar amount for
each source. These reports will be subject to audit by the Augusta Finance
Department. An annual report of Marina activities, revenue, improvements, and
conditions should be prepared by the Operator for review by Augusta no later than
February 1st of each year following the close of the fiscal year on December 31st.
15. INDEMNITY. Operator agrees to maintain Augusta Marinas and Warehouse with an
emphasis on safety and cleanliness, and will focus on limiting liability while holding
marina users accountable for their actions. Operator agrees that its operations shall be
conducted in compliance with all federal, state, local and environmental laws rules
and regulations; and agrees to indemnify and hold harmless Augusta and its
employees, from and against any claims, actions, demands or liabilities of any kind
arising out of or relating to Operator’s operation of Augusta Marinas and Warehouse.
16. INSURANCE. Operator further agrees to maintain at all times during this agreement,
at Operators expense, general public liability insurance coverage against claims for
personal injury, death and/or property damage occurring in connection with the use
and occupancy of Augusta Marinas and Warehouse or arising out of Operators
improvements, repairs and/or alterations of Augusta Marinas or Warehouse, with
limits of coverage of not less than ONE MILLION ($1,000,000) per occurrence. The
Augusta Port Authority and Augusta, Georgia shall be named as co-insured on this
policy.
Operator shall also maintain appropriate insurance coverage for any boat or vehicle
used in conjunction with the public, and that these vehicles and equipment be
inspected by the appropriate governing body at normally accepted intervals, with
records made available of such inspections to the Augusta Recreation and Parks
Department on an annual basis.
17. DEFAULT. In the event that the Operator shall fail to observe any of its covenants
and obligations as herein expressed or cease to operate Augusta Marinas and
Warehouse for the purpose set out herein, then upon the happening of such event,
Augusta shall give the Operator THIRTY days’ notice to comply with the provisions
of this Marina and Warehouse Operator Agreement. If conditions cannot be
remedied within said thirty (30) day period, to commence the remedy and diligently
pursue it to completion, or if the Operator is not following all provisions of this Lease
Agreement in good faith, Augusta has at its recourse the ability to give Operator
NINETY (90) days’ notice that they wish to cease all remaining operations and
nullify the remaining contract terms. OPERATOR likewise has the responsibility to
provide Augusta a written summary of conditions requiring remedy, giving THIRTY
days to allow for the correction of such conditions. If said conditions are not
corrected to agreement by both the Operator and Augusta, or if Augusta is not
following the provisions of this Lease Agreement in good faith, the Operator has at its
recourse the ability to give Augusta a written NINETY (90) day Notice that they wish
to terminate the Lease Agreement. QUIET ENJOYMENT, INGRESS AND
Page 6 of 7
EGRESS. Augusta covenants and warrants that Operator, so long as it shall perform
the duties and obligations herein agreed to be performed by it, shall peaceably and
quietly have, hold and occupy and shall have the exclusive use and enjoyment to
operate Augusta Marinas and Warehouse during the terms of this Lease Agreement
and any extensions thereof. Operator, in cooperation with the United States Coast
Guard Auxiliary and the Savannah Riverkeeper, shall have 24-hour access to all
noted facilities and locations within this Lease Agreement to facilitate emergency
response, marina and warehouse security, boating safety, Savannah River
environmental education and protection, and other opportunities open to the general
public. Any river events, such as boat races and rowing regattas shall have access to
available dock space within the leased areas to accommodate adequate river safety
and use.
18. FACILITIES. Owner acknowledges that it will receive management control of the
premises and Augusta properties in their current “as is” condition. Operator will be
responsible for maintaining the premises and properties in good order and in a
sanitary and safe condition.
19. GOVERNING LAW; VENUE. This agreement shall be governed and interpreted by
the laws of the State of Georgia. All claims, disputes and other matters in question
between all parties arising out of or relating to this Agreement, shall be decided in the
Superior Court of Richmond County, Georgia.
20. NOTICES. All notices, demands and requests which may or are required to be given
by either Augusta or the Operator to the other hall be in writing and shall be deemed
to have been properly given when postage sent prepaid by registered and certified
mail (with return receipt requested) addressed as follows:
If intended for Operator:
Olde Town Pickers
#1 5th Street Augusta, GA 30901
If intended for Augusta:
Augusta, Georgia
535 Telfair Street
Office of the Mayor, Suite 200
Augusta, GA 30901
With copy to:
Augusta Recreation and Parks, Attention Director
Page 7 of 7
2027 Lumpkin Road, Augusta, Georgia 30906
21. ENTIRE AGREEMENT. This Lease Agreement contains the entire Agreement of
the parties, and no representations, inducements, promises or agreements, oral or
otherwise, between the parties not embodied herein shall be of any force or effect.
No failure of either party of any obligation hereunder, and no custom or practice of
the parties at variance with the terms hereof shall constitute a waiver of either party’s
right to demand exact compliance with the terms hereof.
IN WITNESS WHEREOF, the parties hereto have executed this Lease the day and year first above
written or have caused this Lease to be executed by their respective officers thereunto duly
authorized.
Signed, sealed and delivered in the presence of:
OPERATOR
By: _________________________________
Attest:
By: _________________________________
AUGUSTA, GEORGIA
By: _________________________________
HARDIE DAVIS, JR., MAYOR
Attest:
By: _________________________________
LENA J. BONNER,
CLERK OF COMMISSION
Commission Meeting Agenda
7/18/2017 2:00 PM
Ordinance Amendments - Occupation Tax Code
Department:Planning & Development
Department:Planning & Development
Caption:Motion to approve amendments to the Augusta, Georgia Code,
Title 6, Chapter 6, Article 3, Regulated Businesses, to add a new
Section 6-6-48 to provide regulations for Special Entertainment
Permits, and to Title 2, Chapter 1, Article 1, Business Tax
Certificate, Section 2-1-3 Administrative and Regulatory Fee
Structure, to establish the Special Entertainment Permit regulatory
fee.
AN ORDINANCE TO AMEND THE AUGUSTA, GEORGIA
CODE, TITLE 6, CHAPTER 6, ARTICLE 3, REGULATED
BUSINESSES, NEW SECTION 6-6-48 SPECIAL
ENTERTAINMENT PERMIT; SO AS TO PROVIDE
REGULATIONS FOR THE REQUIREMENT OF AN
OCCUPATION TAX CERTIFICATE, THE PROCESS FOR
PERMIT RENEWAL; HOURS OF OPERATION; AND TO
PROVIDE PENALTIES FOR VIOLATING THE CODE
SECTION; TO REPEAL ALL CODE SECTIONS AND
ORDINANCES AND PARTS OF CODE SECTIONS AND
ORDINANCES IN CONFLICT HEREWITH; TO PROVIDE AN
EFFECTIVE DATE AND FOR OTHER PURPOSES.
SPECIAL ENTERTAINMENT PERMIT; SO: (Approved by
the Commission June 29, 2017 - second reading)
Background:The Comprehensive Zoning Ordinance was amended to include an
amplified entertainment use by Special Exception in the B-1
Neighborhood Business zone.
Analysis:The proposed amendments will create a new section under
Regulated Businesses in the Augusta Code that will provide
regulations for the Special Entertainment Permit; to include the
requirement of an Occupation Tax Certificate and the payment of
a regulatory fee, the process for permit renewal, hours of
operation, and penalties for violating the code section.
Financial Impact:N/A
Cover Memo
Alternatives:N/A
Recommendation:Approval
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Cover Memo
ORDINANCE NO. ___________
AN ORDINANCE TO AMEND THE AUGUSTA, GEORGIA CODE, TITLE 6,
CHAPTER 6, ARTICLE 3, REGULATED BUSINESSES, NEW SECTION 6-6-48
SPECIAL ENTERTAINMENT PERMIT; SO AS TO PROVIDE REGULATIONS
FOR THE REQUIREMENT OF AN OCCUPATION TAX CERTIFICATE, THE PROCESS
FOR PERMIT RENEWAL; HOURS OF OPERATION; AND TO PROVIDE PENALTIES FOR
VIOLATING THE CODE SECTION; TO REPEAL ALL CODE SECTIONS AND
ORDINANCES AND PARTS OF CODE SECTIONS AND ORDINANCES IN CONFLICT
HEREWITH; TO PROVIDE AN EFFECTIVE DATE AND FOR OTHER PURPOSES.
NOW, BE IT ORDAINED BY THE AUGUSTA, GEORGIA COMMISSION AND IT IS
HEREBY ORDAINED BY THE AUTHORITY OF SAME THAT IT IS A VIOLATION OF
AUGUTA, GEORGIA CODE TO PROVIDE ENTERTAINMENT IN A B-1
NEIGHBORHOOD BUSINESS ZONE WITHOUT HAVING FIRST BEEN GRANTED A
SPECIAL EXCEPTION AND SUBSEQUENTLY FOLLOWING THE REGUALATIONS
PROVIDED HEREWITH, AS FOLLOWS:
SECTION 1. TITLE 6, CHAPTER 6, ARTICLE 3, REGULATED BUSINESSES, IS HEREBY
AMENDED TO ADD A NEW SECTION 6-6-48, SPECIAL ENTERTAINMENT PERMIT,
AS SET FORTH IN “EXHIBIT A” HERETO.
SECTION 2. This ordinance shall become effective upon adoption.
SECTION 3. All ordinances or parts of ordinances in conflict herewith are hereby repealed.
Adopted this ___ day of ___________, 2017.
__________________________ Attest:______________________________
Hardie Davis, Jr. Lena J. Bonner, Clerk of Commission
As its Mayor Seal:
CERTIFICATION
The undersigned Clerk of Commission, Lena J. Bonner, hereby certifies that the foregoing
Ordinance was duly adopted by the Augusta, Georgia Commission on ________________, 2017
and that such Ordinance has not been modified or rescinded as of the date hereof and the
undersigned further certifies that attached hereto is a true copy of the Ordinance which was
approved and adopted in the foregoing meeting(s).
______________________________
Lena J. Bonner, Clerk of Commission
Published in the Augusta Chronicle.
Date: _________________________
First Reading ______________________
Second Reading ______________________
EXHIBIT A
SECTION 6-6-48, SPECIAL ENTERTAINMENT PERMIT.
Any business located in a B-1 (Neighborhood Business Zone) that will provide entertainment is
required to obtain a Special Exception as provided for in the Comprehensive Zoning Ordinance
in Section 21– B-1 (Neighborhood Business), and comply with the regulation in this code section
for obtaining a Special Entertainment Permit:
1. Occupation Tax Certificate Required: Any business operating as defined in this Code shall
be required to have a business tax certificate. The requirements for obtaining, renewing and
maintaining such certificate shall be governed by the applicable provisions of the Augusta-
Richmond County Code, Title 2, Chapter 2.
2. Businesses located in a B-1 Zone which elect to provide entertainment are required to pay an annual
regulatory fee as required is Section 2-1-3 (c ) of the Augusta-Richmond County Code.
3. Terms of Permit. All permits granted hereunder shall be for the calendar year.
4. Renewal of Permit. All permits granted hereunder shall expire on December 31 of each year.
Permittees who desire to renew their permits shall file an application therefore, together with the
requisite fee with the Planning & Development Department for such renewal, upon forms approved
by the Director of Planning & Development, on or before December 15th of each year.
5. All permits to be renewed for the subsequent calendar year shall be submitted by the Planning &
Development Department to the Commission for approval no later than November 15th of each year.
Any permits that have been place on probatin, suspension or have been revoked by the Commission
during the year shall be submitted on a separate list by the Planning & Development Department for
review and consideration for approval.
6. Permits are not transferable; exceptions.
a. Generally. Permits hereunder shall not be transferable, except as otherwise provided herein.
Nothing in this section, however, shall prohibit one (1) or more partners of a partnership
holding a permit from withdrawing from the partnership in favor of one(1) or more of the
partners who were partners at the time of the issuance of the permit.
7. Hours of operation. Any and all holders of permits under the authority of this ordinance shall observe
the following of hours of operation, which shall be determined by Eastern Standard Time or daylight
savings time, whichever is in effect:
a. The hours for entertainment are 12:30 PM until 11:00 PM Sunday through Thursday, and
12:30 PM until 12:00 midnight Friday and Saturday.
8. Right of suspension by Planning & Development Department. The Planning & Development
Department shall have the right to suspend any permit issued under this chapter whenever a person,
firm, or corporation doing business shall deviate from the normal operation for which the permit
was obtained or fails in performance to meet the required regulations and code as set forth by the
Planning & Development Department, Augusta-Richmond County Sheriff’s Office, or Augusta-
Richmond County Health Department; or violates any law or ordinance or the United States, or the
state, or Augusta, Georgia, in pursuance of such business conducted under such permit; or when it
shall be proven before the Planning & Development Department that there is a violation of a
nuisance law; or when the health, morals, interests and convenience of the public demand the
suspension of such permit. The Planning & Development Department shall report the suspension of
such permit to the next regular or called meeting of the Commission. The Commission shall
determine whether the permit-holder will be suspended, placed on probation, permanently revoked,
or otherwise it shall be restored and remain in full force.
ORDINANCE NO. __________
AN ORDINANCE TO AMEND AUGUSTA, GEORIGA CODE, TITLE 2, CHAPTER 1,
ARTICLE 1, BUSINESS TAX CERTIFICATE, SECTION 2-1-3(C) ADMINISTRATIVE AND
REGULATORY FEE STRUCTURE SO AS TO ESTABLISH THE SPECIAL
ENTERTAINMENT PERMIT REGULATORY FEE; TO PROVIDE AN EFFECTIVE DATE;
TO REPEAL CONFLICTING ORDINANCES; AND FOR OTHER PURPOSES.
BE IT ORDAINED BY THE AUGUSTA, GEORIGA COMMISSION, AND IT IS HEREBY
ORDAINED BY AUTHORITY OF SAME AS FOLLOWS:
Section 1. Augusta, Georgia Code § 2-1-3(c), is hereby amended by deleting said subsection in
its entirety, and substituting in lieu thereof the following, to-wit:
Sec. 2-1-3 (c). The regulatory fee schedule for persons in occupations and
professions shall be as set below, and may be amended from time to time:
Adult Entertainment Establishments $3,479.00 per year
Adult Entertainment (live) $140.00 per day
Amusement Parks $696.00 per year
Arcades $350.00 per year
Craft Show Promoters $418.00 per year
Dance Hall License incidental to Alcohol License $140.00 per year
Entertainment Venue: $349.00 per year
Flea Markets
1 through 10 rental spaces $418.00 per year
11 or more rental spaces $696.00 per year
Fortune Tellers $696.00 per year
Going Out of Business Sales $140.00 per 90 days
(May be renewed for 60 days) $140.00
Hybrid Restaurant $500.00 per year
Second Hand Goods $140.00 per year
SPECIAL ENTERTAINMENT PERMIT $50.00 PER YEAR
Street Vendors $50.00 per day
Temporary and Transient Vendors $175.00 per day
Wreckers $36.00 per year
Taxicabs $36.00 per year
Limousines $36.00 per year
Vending Machines (per machine) $9.00 per year
Salvage Yards $317.00 per year
Section 2. This ordinance shall become effective upon adoption.
Section 3. All ordinances or parts of ordinances in conflict herewith are hereby repealed.
Adopted this ___ day of ___________, 2017.
__________________________ Attest:______________________________
Hardie Davis, Jr. Lena J. Bonner, Clerk of Commission
As its Mayor Seal:
CERTIFICATION
The undersigned Clerk of Commission, Lena J. Bonner, hereby certifies that the foregoing
Ordinance was duly adopted by the Augusta, Georgia Commission on ________________, 2017
and that such Ordinance has not been modified or rescinded as of the date hereof and the
undersigned further certifies that attached hereto is a true copy of the Ordinance which was
approved and adopted in the foregoing meeting(s).
______________________________
Lena J. Bonner, Clerk of Commission
First Reading: ______________________
Second Reading: ____________________
Commission Meeting Agenda
7/18/2017 2:00 PM
Amend Phase II James Brown Blvd.
Department:
Department:
Caption:Motion to approve amending the phase II James Brown Blvd
sidewalk project to include painted record images of the Godfather
of Soul’s greatest hits. Painted record images would be located on
both sides of the street along James Brown Blvd. and to receive a
report back in 30-days from the DDA, the Arts Council and
Housing & Development as to how the City can move forward
with the project utilizing funding from GDOT as a primary source
or another grant if GDOT funding cannot be used. (Approved by
Administrative Services Committee July 11, 2017)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Lena Bonner
From:
Sent:
To:
Cc:
Subject:
Ms. Bonner:
Mayor Hardie Davis, Jr.
Thursday, July 06, 2017 3:23 AM
Lena Bonner
Marcus campbell; Jessica Buffkin; Tonia Gibbons; Commissioner Marion williams
Agenda Items for July 11
Good morning. Please add the following items to the agenda for next weeks' committee meetings as noted
below.
Administrative Services
1. Discuss locating a permanent James Brown memorabilia display in the gate area of Augusta Regional
Airport. This would include relocating the display currently housed in the main entrance to the airport
to the gate area. (Commissioner M. Williams & Mayor Davis)
Motion to designate the corridor between 8th street and 9th street from Laney Walker Blvd to Reynolds
St as the James Brown Heritage Trail. (Commissioner M. Williams & Mayor Davis)
Motion to amend phase llJames Brown Blvd sidewalk project to include painted record images of the
Godfather of Soul's greatest hits. Painted record images would be located on both sides of the street
along James Brown Blvd. (Commissioner M. Williams & Mayor Davis)
Receive project update on Riverwalk paint and cleanup efforts from Central Services, Parks and
Recreation and Administrator. (Mayor Davis)
5. Discuss parking proposal for Municipal Bldg employees and visitors. (Mayor Davis)
6. Provide status update on Augusta implementation of What Works Cities agreement. (Mayor Davis)
Thank you,
Mayor Davis
Please consider the environment before printing this email.
2.
3.
4.
Commission Meeting Agenda
7/18/2017 2:00 PM
Evaluation tool for Administrator
Department:
Department:
Caption:Motion to approve holding a work study session of the
Administrative Services Committee regarding the development of
an evaluation tool for the Administrator and direct
reports. (Approved by Administrative Services Committee July
11, 2017)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
James Brown Heritage Trail
Department:
Department:
Caption:Motion to designate the corridor between 8th Street and 9th Street
from Laney Walker Blvd to Reynolds St as the James Brown
Heritage Trail and start process. (Approved by Administrative
Services Committee July 11, 2017)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Lena Bonner
From:
Sent:
To:
Cc:
Subject:
Ms. Bonner:
Mayor Hardie Davis, Jr.
Thursday, July 06, 2017 3:23 AM
Lena Bonner
Marcus campbell; Jessica Buffkin; Tonia Gibbons; Commissioner Marion williams
Agenda Items for July 11
Good morning. Please add the following items to the agenda for next weeks' committee meetings as noted
below.
Administrative Services
1. Discuss locating a permanent James Brown memorabilia display in the gate area of Augusta Regional
Airport. This would include relocating the display currently housed in the main entrance to the airport
to the gate area. (Commissioner M. Williams & Mayor Davis)
Motion to designate the corridor between 8th street and 9th street from Laney Walker Blvd to Reynolds
St as the James Brown Heritage Trail. (Commissioner M. Williams & Mayor Davis)
Motion to amend phase llJames Brown Blvd sidewalk project to include painted record images of the
Godfather of Soul's greatest hits. Painted record images would be located on both sides of the street
along James Brown Blvd. (Commissioner M. Williams & Mayor Davis)
Receive project update on Riverwalk paint and cleanup efforts from Central Services, Parks and
Recreation and Administrator. (Mayor Davis)
5. Discuss parking proposal for Municipal Bldg employees and visitors. (Mayor Davis)
6. Provide status update on Augusta implementation of What Works Cities agreement. (Mayor Davis)
Thank you,
Mayor Davis
Please consider the environment before printing this email.
2.
3.
4.
Commission Meeting Agenda
7/18/2017 2:00 PM
Unsolicited Proposals
Department:Procurement
Department:Procurement
Caption:Motion to approve amendment to Augusta, Georgia Procurement
Code to include the adoption of Public-Private Partnership (P3)
“Unsolicited Proposals”. (Approved by Administrative
Services Committee July 11, 2017)
Background:Georgia Governor Nathan Deal signed into law new public-private
partnership (P3) legislation, the Partnership for Public Facilities
and Infrastructure Act (SB 59) (the Act) on May 5, 2015. The Act
allows state and local government entities to collaborate with
private entities on "qualifying projects," broadly meaning any
project deemed to meet a public purpose or public need and
satisfying those requirements set forth under the Act. On July
2016 the State of Georgia through ACCG release a Model
template that local government could opt to follow. At
Commission regular meeting held on Tuesday, February 21, 2017
approved authorization request for the Procurement and Law
Departments to review and update the Procurement Code to
incorporate recent changes in State Law regarding partnership for
Partnership for Public Facilities and Infrastructure Act (SB 59).
Attached is an ORDINANCE TO AMEND THE AUGUSTA,
GOERGIA CODE TITLE ONE CHAPTER TEN ARTICLE
SEVEN SECTION 1-10-66 GUIDELINES; SECTION 1-10-67
TIME PERIOD FOR RECEIVING UNSOLICITED
PROPOSALS AND FORMAT FOR SUBMISSIONS; SECTION
1-10-68 PROCEDURES FOR THE FINANCIAL REVIEW AND
ANALYSIS OF AN UNSOLICITED PROPOSAL; SECTION 1-
10-69 CRITERIAL FOR IDENTIFYING AND APPOINTING
ADVISORS; SECTION 1-10-70 CRITERIA FOR
DETERMINING FEES; SECTION 1-10-71 PROCEDURES FOR
DETERMINING RELEASE OF INFORMATION CONTAINED
IN UNSOLICITED PROPOSALS; SECTION 1-10-72
REQUEST FOR PROPOSALS; SECTION 1-10-73
PROCEDURES FOR POSTING AND PUBLISHING NOTICE
OF THE OPPORTUNITY TO OFFER COMPETING
PROPOSALS; SECTION 1-10-74 PROCEDURES FOR
Cover Memo
PROCESSING, REVIEW AND CONSIDERATION OF
COMPETING PROPOSALS; SECTION 1-10-75 TERMS AND
DEFINITIONS; TO REPEAL ALL CODE SECTIONS AND
ORDINANCES AND PARTS OF CODE SECTIONS AND
ORDINANCES IN CONFLICT HEREWITH; TO PROVIDE AN
EFFECTIVE DATE AND FOR THE OTHER PURPOSES
PROVIDED HEREIN. REQUIRE TWO READINGS.
Analysis:All power of authority granted under the Act to public entities is
in addition to and supplemental to, and not in substitution for, the
powers conferred by any other general, special, or local law.
Remember, the Act does not apply to all procurement projects.
For instance, state or local government entities that proceed with
procurement pursuant to competitive sealed bidding or any other
traditional purchasing options available under existing law are not
required to comply with this Act.
Financial Impact:None Currently
Alternatives:N/A - State Statue
Recommendation:Approval of the Ordinance
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
1
ORDINANCE NO. ___________
AN ORDINANCE TO AMEND THE AUGUSTA, GEORGIA CODE TITLE ONE
CHAPTER TEN ARTICLE SEVEN SECTION 1-10-66 GUIDELINES; SECTION 1-10-67
TIME PERIOD FOR RECEIVING UNSOLICITED PROPOSALS AND FORMAT FOR
SUBMISSIONS; SECTION 1-10-68 PROCEDURES FOR THE FINANCIAL REVIEW
AND ANALYSIS OF AN UNSOLICITED PROPOSAL; SECTION 1-10-69 CRITERIA
FOR IDENTIFYING AND APPOINTING ADVISORS; SECTION 1-10-70 CRITERIA
FOR DETERMINING FEES; SECTION 1-10-71 PROCEDURES FOR DETERMINING
RELEASE OF INFORMATION CONTAINED IN UNSOLICITED PROPOSALS;
SECTION 1-10-72 REQUEST FOR PROPOSALS; SECTION 1-10-73 PROCEDURES
FOR POSTING AND PUBLISHING NOTICE OF THE OPPORTUNITY TO OFFER
COMPETING PROPOSALS; SECTION 1-10-74 PROCEDURES FOR PROCESSING,
REVIEW AND CONSIDERATION OF COMPETING PROPOSALS; SECTION 1-10-75
TERMS AND DEFINITIONS; TO REPEAL ALL CODE SECTIONS AND ORDINANCES
AND PARTS OF CODE SECTIONS AND ORDINANCES IN CONFLICT HEREWITH;
TO PROVIDE AN EFFECTIVE DATE AND FOR THE OTHER PURPOSES PROVIDED
HEREIN.
WHEREAS, effective May 5, 2015, the State legislature enacted the Public-Private Facilities and
Infrastructure Act of 2015 (the “PPFIA”) (OCGA §36-91-110 et seq.) which provides a process
for local governments to partner with private entities for the development of a wide range of
projects for public use if the public entity determines there is a need for such projects and that
private involvement may provide such projects to the public in a timely or cost-effective fashion;
and
WHEREAS, Augusta, Georgia does not currently have a mechanism to fully evaluate unsolicited
qualifying projects; and
WHEREAS, Augusta, Georgia desires to update and amend its Code to ensure compliance with
OCGA §36-91-110 et seq. and other applicable state and Federal laws.
THE AUGUSTA, GEORGIA COMMISSION ordains as follows:
SECTION 1. AUGUSTA, GA. CODE Chapter 10 Table of Contents as set forth in the AUGUSTA,
GA. CODE, re-adopted July 10, 2007, is hereby amended by striking the Table of Contents in its
entirety and inserting in lieu thereof new Table of Contents, as set forth in “Exhibit A” hereto.
SECTION 2. AUGUSTA, GA. CODE Sections 1-10-66 thru 1-10-75 Reserved as set forth in the
Augusta, Ga. Code, re-adopted July 10, 2007, is hereby amended by striking these sections in their
entirety and inserting in lieu thereof new Code Sections 1-10-66 thru 1-10-75, as set forth in
“Exhibit B” hereto.
SECTION 3. This ordinance shall become effective on its adoption in accordance with applicable
laws.
2
SECTION 4. All ordinances or parts of ordinances in conflict herewith are hereby repealed.
Adopted this _____ day of March 2017.
___________________________
Hardie Davis, Jr.
As its Mayor
Attest:
______________________________
Lena J. Bonner, Clerk of Commission
Seal:
CERTIFICATION
The undersigned Clerk of Commission, Lena J. Bonner, hereby certifies that the foregoing
Ordinance was duly adopted by the Augusta, Georgia Commission on_________________, 2017
and that such Ordinance has not been modified or rescinded as of the date hereof and the
undersigned further certifies that attached hereto is a true copy of the Ordinance which was
approved and adopted in the foregoing meeting(s).
______________________________
Lena J. Bonner, Clerk of Commission
Published in the Augusta Chronicle.
Date:
First Reading
Second Reading
3
EXHIBIT A
Strike:
TABLE OF CONTENTS
PAGES 1 THROUGH 4
Chapter 10
Article 1 General Provisions and Definitions
Sec. 1-10-1. Purpose.
Sec. 1-10-2. Application of this chapter.
Sec. 1-10-3. Supplementary laws.
Sec. 1-10-4. Good faith provision.
Sec. 1-10-5. Public access to procurement information.
Sec. 1-10-6. Preference for local suppliers, professional services and contractors.
Sec. 1-10-7. Value analysis.
Sec. 1-10-8. Compliance with state and federal requirement.
Sec. 1-10-9. Definitions-generally.
Article 2 Sec. 1-10-10 through Sec. 1-10-22. Reserved.
Article 3 Office of the Procurement Director
Sec. 1-10-23. Authority and responsibility of procurement director.
Sec. 1-10-24. Centralization of procurement function.
Sec. 1-10-25. Contract administration.
Sec. 1-10-26. Unauthorized contracts.
Sec. 1-10-27. Conflicts of interests.
Sec. 1-10-28. Gratuities and kickbacks.
Sec. 1-10-29. Contingent Fees.
Sec. 1-10-30. Penalties.
Sec. 1-10-31. Reporting of anti-competitive practices to state.
Article 4 Product Specifications
Sec. 1-10-32. Purpose.
Sec. 1-10-33. Types of specifications.
Sec. 1-10-34. Maximum practicable competition.
Sec. 1-10-35. Qualified products list.
Sec. 1-10-36. Background information on vendors.
Sec. 1-10-37. Product references in specifications.
Sec. 1-10-38. Responsibility for specifications.
Sec. 1-10-39. Inspection of purchases.
Article 5 Requirements for Bidding or Proposing on Augusta, Georgia Contracts
Sec. 1-10-40. Responsibility of bidders and proposers.
Sec. 1-10-41. Cost or pricing data.
Sec. 1-10-42. Cost or price analysis.
4
Sec. 1-10-43. Bid and performance bonds when required.
Sec. 1-10-44. Bid bonds.
Sec. 1-10-45. Payment and performance bonds.
Sec. 1-10-46. Insurance requirements.
Sec. 1-10-47. Pre-qualifications of contractors.
Article 6 Procurement Source Selection Methods and Contract Awards
Sec. 1-10-48. Generally.
Sec. 1-10-49. Purchase order.
Sec. 1-10-50. Sealed bids selection method.
Sec. 1-10-51. Request for proposals.
Sec. 1-10-52. Sealed proposals.
Sec. 1-10-53. Competitive selection procedures for professional and consultant services.
Sec. 1-10-54. Informal bids selection methods (standard and small purchases) and authority
of Administrator and General Counsel.
Sec. 1-10-55. Banking services.
Sec. 1-10-56. Sole source procurement.
Sec. 1-10-57. Emergency procurement selection method.
Sec. 1-10-58. Annual contracts
Sec. 1-10-59. Specific requirements/options for source selection method.
Sec. 1-10-60. Rejection or cancellation of solicitations; negotiating; re-advertisement.
Sec. 1-10-61. Multi-term contract.
Sec. 1-10-62. Right to inspect facilities.
Sec. 1-10-63. Right to audit records and contracts and collection of statistical data.
Sec. 1-10-64. Rebidding or cancellation of existing contract.
Sec. 1-10-65. Multiple awards.
Article 7
Sec. 1-10-66 through Sec. 1-10-75. Reserved.
Article 8 Suspension or Debarment of Bidder or Proposer
Sec. 1-10-76. Authority to suspend or debar from qualified bidder/proposer list.
Sec. 1-10-77. Causes for suspension and debarment.
Sec. 1-10-78. Notice
Sec. 1-10-79. Finality of decision
Sec. 1-10-80. Board of Commissioner’s initiated debarment
Article 9 Appeals Protests and Remedies
Sec. 1-10-81. Procurement protests.
Sec. 1-10-82. Filing of protest
Sec. 1-10-83. Decision by Procurement Director
Sec. 1-10-84. Appeals
Sec. 1-10-85. Time for filing.
Sec. 1-10-86. Request for hearing and effect of untimely appeal.
Sec. 1-10-87. Notice of hearing
5
Sec. 1-10-88. Administrative Services Committee hearing procedure and effect of failure to
appear at hearing.
Sec. 1-10-89. Authority of Administrator to participate in procurement matters.
Sec. 1-10-90. Hearing procedures
Sec. 1-10-91. Determination of Commission; final decision.
Sec. 1-10-92. Contract claims
Sec. 1-10-93. Augusta, Georgia's right to amend bid solicitations or awards that are in
violation of law.
Article 10 Types of Contracts
Sec. 1-10-94. Authority to approve, sign and execute contracts by type.
Sec. 1-10-95. Public works contracts
Article 11 Cooperative Procurement
Sec. 1-10-96. Cooperative procurement agreement.
Sec. 1-10-97. Sale, acquisition, or use of supplies.
Sec. 1-10-98. Cooperative use of supplies or services.
Sec. 1-10-99. Joint use of facilities.
Sec. 1-10-100. Use of state contracts.
Sec. 1-10-101. Purchase of surplus and excess property.
Sec. 1-10-102. Waiver.
Article 12 Contract Administration and Management
Sec. 1-10-103. Purpose.
Sec. 1-10-104. Augusta, Georgia contracts and contract clauses.
Sec. 1-10-105. Contract modification and price adjustments.
Sec. 1-10-106. Retainage.
Sec. 1-10-107. Approval of accounting system.
Sec. 1-10-108. Contractual provisions for auditing records.
Article 13 DBE Program for DOT, FTA, FAA and other Federally Assisted Contracts.
Sec. 1-10-109. Purpose.
Sec. 1-10-110. Definitions.
Sec. 1-10-111. Limitations.
Sec. 1-10-112. Policy Statement
Sec. 1-10-113. DBE liaison officer.
Sec. 1-10-114. DBE financial institutions.
Sec. 1-10-115. Prompt payment mechanisms.
Sec. 1-10-116. Wage requirements for federally funded projects.
Sec. 1-10-117. DBE bidder’s list for DOT-assisted contracts.
Sec. 1-10-118. Overconcentration of DBE firms in certain types of work.
Sec. 1-10-119. Compliance with DBE Program requirements.
Sec. 1-10-120. DBE Program overall goals.
Sec. 1-10-121. Severability.
6
Chapter 10B
Local Small Business Opportunity Program
Sec. 1-10-122 . Short title.
Sec. 1-10-123. Objective.
Sec. 1-10-124. Policy.
Sec. 1-10-125. Definitions.
Sec. 1-10-126. Application; effective date.
Sec. 1-10-127. Program administration
Sec. 1-10-128. Registration and certification procedures.
Sec. 1-10-129. Local small business opportunities program participation
Sec. 1-10-130. Exceptions – federally funded projects
Sec. 1-10-131. Citizen’s Small Business Advisory Board
Sec. 1-10-132 through Sec. 1-10-999. Reserved.
Replace With:
CHAPTER 10
AUGUSTA, GEORGIA PROCUREMENT CODE
TABLE OF CONTENTS
ARTICLE 1 GENERAL PROVISIONS AND DEFINITIONS
Sec. 1-10-1 Purpose.
Sec. 1-10-2 Application of this chapter.
Sec. 1-10-3 Supplementary laws.
Sec. 1-10-4 Good faith provision.
Sec. 1-10-5 Public access to procurement information.
Sec. 1-10-6 Preference for local suppliers, professional services and contractors.
Sec. 1-10-7 Value analysis.
Sec. 1-10-8 Compliance with state and federal requirement.
Sec. 1-10-9 Definitions-generally.
ARTICLE 2 SEC. 1-10-10 THROUGH SEC. 1-10-22. RESERVED.
ARTICLE 3 OFFICE OF THE PROCUREMENT DIRECTOR
Sec. 1-10-23 Authority and responsibility of procurement director.
Sec. 1-10-24 Centralization of procurement function.
Sec. 1-10-25 Contract administration.
Sec. 1-10-26 Unauthorized contracts.
7
Sec. 1-10-27 Conflicts of interests.
Sec. 1-10-28 Gratuities and kickbacks.
Sec. 1-10-29 Contingent Fees.
Sec. 1-10-30 Penalties.
Sec. 1-10-31 Reporting of anti-competitive practices to state.
ARTICLE 4 PRODUCT SPECIFICATIONS
Sec. 1-10-32 Purpose.
Sec. 1-10-33 Types of specifications.
Sec. 1-10-34 Maximum practicable competition.
Sec. 1-10-35 Qualified products list.
Sec. 1-10-36 Background information on vendors.
Sec. 1-10-37 Product references in specifications.
Sec. 1-10-38 Responsibility for specifications.
Sec. 1-10-39 Inspection of purchases.
ARTICLE 5 REQUIREMENTS FOR BIDDING OR PROPOSING ON AUGUSTA,
GEORGIA CONTRACTS
Sec. 1-10-40 Responsibility of bidders and proposers.
Sec. 1-10-41 Cost or pricing data.
Sec. 1-10-42 Cost or price analysis.
Sec. 1-10-43 Bid and performance bonds when required.
Sec. 1-10-44 Bid bonds.
Sec. 1-10-45 Payment and performance bonds.
Sec. 1-10-46 Insurance requirements.
Sec. 1-10-47 Pre-qualifications of contractors.
ARTICLE 6 PROCUREMENT SOURCE SELECTION METHODS AND CONTRACT
AWARDS
Sec. 1-10-48 Generally.
Sec. 1-10-49 Purchase order.
Sec. 1-10-50 Sealed bids selection method.
Sec. 1-10-51 Request for proposals.
Sec. 1-10-52 Sealed proposals.
Sec. 1-10-53 Competitive selection procedures for professional and consultant services.
Sec. 1-10-54 Informal bids selection methods (standard and small purchases) and authority
of Administrator and General Counsel.
Sec. 1-10-55 Banking services.
Sec. 1-10-56 Sole source procurement.
Sec. 1-10-57 Emergency procurement selection method.
Sec. 1-10-58 Annual contracts.
Sec. 1-10-59 Specific requirements/options for source selection method.
Sec. 1-10-60 Rejection or cancellation of solicitations; negotiating; re-advertisement.
8
Sec. 1-10-61 Multi-term contract.
Sec. 1-10-62 Right to inspect facilities.
Sec. 1-10-63 Right to audit records, contracts, and collection of statistical data.
Sec. 1-10-64 Rebidding or cancellation of existing contract.
Sec. 1-10-65 Multiple awards.
ARTICLE 7 PUBLIC-PRIVATE FACILITIES AND INFRASTRUCTURE ACT OF 2015
(THE “PPFIA”)
Sec. 1-10-66 Guidelines.
Sec. 1-10-67 Time Period for Receiving Unsolicited Proposals and Format for Submissions.
Sec. 1-10-68 Procedures for the Financial Review and Analysis of an Unsolicited Proposal.
Sec. 1-10-69 Criteria for Identifying and Appointing Advisors.
Sec. 1-10-70 Criteria for Determining Fees.
Sec. 1-10-71 Procedures for Determining Release of Information Contained in Unsolicited
Proposals.
Sec. 1-10-72 Request for Proposals.
Sec. 1-10-73 Procedures for Posting and Publishing Notice of the Opportunity to Offer
Competing Proposals.
Sec. 1-10-74 Procedures for Processing, Review and Consideration of Competing
Proposals.
Sec. 1-10-75 Terms and Definitions.
ARTICLE 8 SUSPENSION OR DEBARMENT OF BIDDER OR PROPOSER
Sec. 1-10-76 Authority to suspend or debar from qualified bidder/proposer list.
Sec. 1-10-77 Causes for suspension and debarment.
Sec. 1-10-78 Notice.
Sec. 1-10-79 Finality of decision.
Sec. 1-10-80 Board of Commissioner’s initiated debarment.
ARTICLE 9 APPEALS PROTESTS AND REMEDIES
Sec. 1-10-81 Procurement protests.
Sec. 1-10-82 Filing of protest.
Sec. 1-10-83 Decision by Procurement Director.
Sec. 1-10-84 Appeals.
Sec. 1-10-85 Time for filing.
Sec. 1-10-86 Request for hearing and effect of untimely appeal.
Sec. 1-10-87 Notice of hearing.
Sec. 1-10-88 Administrative Services Committee hearing procedure and effect of failure to
appear at hearing.
Sec. 1-10-89 Authority of Administrator to participate in procurement matters.
Sec. 1-10-90 Hearing procedures.
Sec. 1-10-91 Determination of Commission; final decision.
Sec. 1-10-92 Contract claims.
9
Sec. 1-10-93 Augusta, Georgia's right to amend bid solicitations or awards that are in
violation of law.
ARTICLE 10 TYPES OF CONTRACTS
Sec. 1-10-94 Authority to approve, sign and execute contracts by type.
Sec. 1-10-95 Public works contracts.
ARTICLE 11 COOPERATIVE PROCUREMENT
Sec. 1-10-96 Cooperative procurement agreement.
Sec. 1-10-97 Sale, acquisition, or use of supplies.
Sec. 1-10-98 Cooperative use of supplies or services.
Sec. 1-10-99 Joint use of facilities.
Sec. 1-10-100 Use of state contracts.
Sec. 1-10-101 Purchase of surplus and excess property.
Sec. 1-10-102 Waiver.
ARTICLE 12 CONTRACT ADMINISTRATION AND MANAGEMENT
Sec. 1-10-103 Purpose.
Sec. 1-10-104 Augusta, Georgia contracts and contract clauses.
Sec. 1-10-105 Contract modification and price adjustments.
Sec. 1-10-106 Retainage.
Sec. 1-10-107 Approval of accounting system.
Sec. 1-10-108 Contractual provisions for auditing records.
ARTICLE 13 DBE PROGRAM FOR DOT, FTA, FAA AND OTHER FEDERALLY
ASSISTED CONTRACTS.
Sec. 1-10-109 Purpose.
Sec. 1-10-110 Definitions.
Sec. 1-10-111 Limitations.
Sec. 1-10-112 Policy Statement.
Sec. 1-10-113 DBE liaison officer.
Sec. 1-10-114 DBE financial institutions.
Sec. 1-10-115 Prompt payment mechanisms.
Sec. 1-10-116 Wage requirements for federally funded projects.
Sec. 1-10-117 DBE bidder’s list for DOT-assisted contracts.
Sec. 1-10-118 Overconcentration of DBE firms in certain types of work.
Sec. 1-10-119 Compliance with DBE Program requirements.
Sec. 1-10-120 DBE Program overall goals.
Sec. 1-10-121 Severability.
10
CHAPTER 10B
LOCAL SMALL BUSINESS OPPORTUNITY PROGRAM
Sec. 1-10-122 Short title.
Sec. 1-10-123 Objective.
Sec. 1-10-124 Policy.
Sec. 1-10-125 Definitions.
Sec. 1-10-126 Application; effective date.
Sec. 1-10-127 Program administration.
Sec. 1-10-128 Registration and certification procedures.
Sec. 1-10-129 Local small business opportunities program participation.
Sec. 1-10-130 Exceptions – federally funded projects.
Sec. 1-10-131 Citizen’s Small Business Advisory Board.
Sec. 1-10-132 through Sec. 1-10-999. Reserved.
11
EXHIBIT B
Strike:
Article 7
Sec. 1-10-66 thru 1-10-75. Reserved.
Replace With:
ARTICLE 7
Sec. 1-10-66. GUIDELINES.
The Public-Private Facilities and Infrastructure Act of 2015 (the “PPFIA”) (OCGA §36-91-
110 et seq.) provides a process for local governments to partner with private entities for the
development of a wide range of projects for public use if the public entities determine there is a
need for such projects and that private involvement may provide such projects to the public in a
timely or cost-effective fashion.
In order for a project to come under the PPFIA, it must meet the definition of a “qualifying
project.” A “qualifying project” is defined broadly under the PPFIA. Specifically, the PPFIA
defines a “qualifying project” as any project selected in response to a request for a local
government or submitted by a private entity as an unsolicited proposal in accordance with the
PPFIA and subsequently reviewed and approved by a local government, within its sole
discretion, as meeting a public purpose or public need; provided, however, qualifying projects do
not include projects involving generation of electric energy for sale, communications services,
cable and video services and water reservoir projects.
The following guidelines have been adopted by the governing body of Augusta, Georgia (the
“Local Government”) to govern the process for receiving, reviewing and approving unsolicited
proposals for qualifying projects. Augusta, Georgia shall not consider any unsolicited proposal
that has not been evaluated pursuant to Article 7 of the AUGUSTA, GA CODE.
In the event of any conflict between these guidelines and the PPFIA, the terms of the PPFIA
shall control.
SEC. 1-10-67. TIME PERIOD FOR RECEIVING UNSOLICITED PROPOSALS AND
FORMAT FOR SUBMISSIONS.
1. Time Period. Unsolicited proposals for qualifying projects will be received by the Augusta,
Georgia. Proposals shall be received by 3:00 PM Monday thru Friday beginning on the first
business day of JANUARY and ending on the last business day of March of each year. Such
unsolicited proposals shall be in writing and shall be delivered to:
The Director of Procurement
Augusta Procurement Department
UNSOLICITED PROPOSAL
535 Telfair Street - Room 605
12
Augusta, Georgia 30901
All questions must be submitted in writing by fax to (706) 821-2811 or by email to
unsolicitedproposals@augustaga.gov to the office of the Procurement Department. No
Unsolicited Proposals will be accepted by fax, all must be received by mail or hand
delivered.
(1) Format for Submissions. Unsolicited proposals shall contain, at a minimum, the following
information: (a) a project description, (b) a project feasibility statement, (c) a proposed
project schedule, (d) a project financing plan, (e) a business case statement that shall
include a basic description of any direct and indirect benefits that the private entity can
provide in delivering the project, including relevant cost, quality, methodology, and
process for identifying the project and time frame data, (f) a description of any anticipated
public support or opposition, (g) qualifications and experience (h) names and addresses of
persons who may be contacted and (i) any additional information as the local government
may reasonably request to comply with the requirements of the PPFIA. Proposals should
be prepared simply and economically, providing a concise description of the proposer’s
capabilities to complete the proposed qualifying project and the benefits to be derived from
the project by the local government. Such proposals may also include any additional
pertinent information as determined by the proposer.
Only proposals complying with the requirements of these guidelines and the PPFIA that contain
sufficient information for a meaningful evaluation and that are provided in an appropriate format
shall be considered by Augusta, Georgia for further review. If any information necessary to make
a meaningful evaluation is missing, Augusta, Georgia may request such information from the
proposer. Unsolicited proposals are subject to the Open Records Act.
The format and information to be included in any unsolicited proposal are as follows:
(a) PROJECT DESCRIPTION
(i) Provide a description of the project, including the location of the project,
the conceptual design of such facility, or facilities, and a conceptual plan
for the provision of services or technological infrastructure.
(ii) Identify and fully describe the scope of work to be performed by the
proposer with enough detail to allow an analysis by Augusta, Georgia.
(iii) Identify and fully describe any work to be performed by Augusta.
(iv) Identify any anticipated adverse social, economic, and environmental
impacts of the project.
(v) Identify the projected positive social, economic, and environmental impacts
of the project.
13
(vi) State assumptions related to ownership, legal liability, law enforcement, and
operation of the project and the existence of any restrictions on Augusta’s
use of the project.
(b) PROJECT FEASIBILITY STATEMENT
(i) A feasibility statement that includes:
(A) The method by which the private entity proposes to secure any
necessary property interests required for the project;
(B) A list of all permits and approvals required for the project from local,
state, or federal agencies; and
(C) A list of public utility facilities, if any, that will be crossed by the
project and a statement of the plans of the private entity to
accommodate such crossings;
(ii) Provide a list of any contingencies that must occur for the project to be
successful.
(iii) Provide a list of any other assumptions relied on for the project to be
successful.
(iv) Provide information relative to ongoing maintenance and operational costs
after the project is completed.
(c) PROJECT SCHEDULE
(i) A schedule for initiation, construction, and completion of the project to
include the proposed major responsibilities and timeline for activities to be
performed by both the local government and private entity.
(ii) A schedule for obtaining all federal, state, and local permits and approvals
required for the project.
(iii) Identify the proposed schedule for strategies or actions to mitigate known
impacts of the project.
(iv) Provide information relative to phased or partial openings of the proposed
project prior to completion of the entire work.
(d) PROJECT FINANCING PLAN
14
(i) A financial plan setting forth the private entity’s general plans for financing
the project, including the sources of the private entity’s funds and
identification of any dedicated revenue source or proposed debt or equity
investment on behalf of the private entity; and description of user fees, lease
payments and other service payments over the term of the proposed
comprehensive agreement (as defined in the PPFIA); and a methodology
and circumstances for changes to such user fees, lease payments and other
service payments over time.
(ii) Provide a preliminary estimate and estimating methodology of the cost of
the work by phase, segment, or both.
(iii) Submit a plan for the development, financing, and operation of the project
showing the anticipated schedule on which funds will be required
containing enough detail to allow an analysis by the local government of
the financial feasibility of the proposed project. Describe the anticipated
costs of and proposed sources and uses for such funds including any
anticipated debt service costs. The operational plan should include
appropriate staffing levels and associated costs. Include supporting due
diligence studies, analyses, or reports. Identify the sources of the private
entity’s funds and identification of any dedicated revenue source or
proposed debt or equity investment on behalf of the private entity.
(iv) Provide a list and discussion of assumptions underlying all major elements
of the plan. Assumptions should include all significant fees associated with
financing given the recommended financing approach. In addition,
complete disclosure of interest rate assumptions should be included. Any
ongoing operational fees, if applicable, should also be disclosed as well as
any assumptions with regard to increases in such fees.
(v) Identify any local, state, or federal resources that the proposer contemplates
requesting for the project. Describe the total commitment, if any, expected
from governmental sources and the timing of any anticipated commitment.
Such disclosure should include any direct or indirect guarantees or pledges
of the local government’s credit or revenue.
(vi) Identify the amounts and the terms and conditions for any revenue sources.
(vii) Describe a proposed allocation of risk and liability for work completed
beyond the agreement’s completion date, and assurances for timely
completion of the project.
15
(viii) Identify any aspect of the project that could disqualify the project from
obtaining tax-exempt financing.
The unsolicited proposal may include financing options, including the imposition of user fees,
lease payments or other service payments. Such financing arrangements may include the issuance
of debt instruments, equity or other securities or obligations. Depending on Augusta’s authority
and the circumstances of each transaction, financing options might also include the use of special
purpose entities, sale and lease back transactions, enhanced use leasing, development agreements,
conduit financing and other methods allowed by law. Notwithstanding the foregoing, Augusta,
Georgia shall not loan money to a private entity in order to finance all or a portion of the qualifying
project. Also, a multiyear lease entered into by Augusta which is not terminable at the end of each
fiscal year during the term of the lease shall be considered a debt of the local government which
enters into such lease, and such lease shall apply against the debt limitations of the local
government.
(e) BUSINESS CASE STATEMENT
(i) A business case statement that shall include a basic description of any direct
or indirect benefits that the private entity can provide in delivering the
project, including relevant cost, quality, methodology, and process for
identifying the project and time frame data.
(ii) Identify who will benefit from the project, how they will benefit, and how
the project will benefit the overall community, region, or state. Project
benefits to be considered are those occurring during the construction,
renovation, expansion or improvement phase and during the life cycle of
the project.
(iii) Identify any anticipated public support or opposition, as well as any
anticipated government support or opposition, for the project.
(iv) Explain the strategy and plans that will be carried out to involve and inform
the general public, business community, and governmental agencies in
areas affected by the project.
(v) Specify the strategies or actions to mitigate known impacts of the project.
(vi) Describe the anticipated significant benefits to the community, region or
state, including anticipated benefits to the economic condition of Augusta
and whether the project is critical to attracting or maintaining competitive
industries and businesses to Augusta or the surrounding region.
16
(vii) Describe compatibility with the local comprehensive plan, local
infrastructure development plans, the capital improvements budget, or other
government spending plan.
(viii) Provide relevant proposer cost, quality, methodology, and process for
identifying the project and time frame data.
(f) CONTACTS
(i) The names and addresses of the persons who may be contacted for further
information concerning the unsolicited proposal.
(ii) Identify the legal structure of the firm or consortium of firms making the
proposal. Identify the organizational structure for the project, the
management approach and how each partner and major subcontractor in the
structure fits into the overall team.
(iii) Describe the experience of the firm or consortium of firms making the
proposal and the key principals involved in the proposed project including
experience with projects of comparable size and complexity. Describe the
length of time in business, business experience, public sector experience
and other engagements of the firm or consortium of firms. Include the
identity of any firms that will provide design, construction and completion
guarantees and warranties, and a description of such guarantees and
warranties.
(iv) Provide the names, addresses, and telephone numbers of persons within the
firm or consortium of firms who may be contacted for further information.
(v) Provide a current or most recently audited financial statement of the firm or
firms and each partner with an equity interest of twenty percent or greater
for project proposals over $20 Million.
(vi) Identify any persons known to the proposer who would be obligated to
disqualify themselves from participation in any transaction arising from or
in connection to the project pursuant to any State of Georgia and/or
Augusta, Georgia conflict of interest laws.
SEC. 1-10-68 PROCEDURES FOR THE FINANCIAL REVIEW AND ANALYSIS OF AN
UNSOLICITED PROPOSAL.
(1) Upon receipt of an unsolicited proposal, Augusta shall:
17
(a) Send the proposer an acknowledgement of receipt of the unsolicited
proposal and provide that Augusta, Georgia will conduct a review of that
proposal and either (i) reject the unsolicited proposal or (ii) accept the
unsolicited proposal and seek competing bids for the proposed project as
required pursuant to the Guidelines and the PPFIA;
(b) Establish a new committee or select an existing committee (the “Evaluation
Committee”) to review the unsolicited proposal. If a new committee is
established, it should be composed of no less than three (3) individuals with
diverse skill sets to adequately review the proposal;
(c) Decide whether it will engage independent advisors, as provided in Sec. 1-
10-69 below, to assist (and not be a member of) the Evaluation Committee
in its review of the unsolicited proposal, which may include an attorney,
financial advisor, architectural and/or engineering consultant or other
advisers or consultants; and
(d) Provide the proposer with the proposed Local Government fee, estimate to
be paid by the proposer, to cover the costs of processing, reviewing and
evaluating the unsolicited proposal, as calculated in Sec. 1-10-70 below.
(2) The Evaluation Committee, together with any independent advisors, shall perform
the following financial review and analysis of the unsolicited proposal:
(a) A cost-benefit analysis;
(b) Evaluation of the public need for or benefit derived from the qualifying
project;
(c) Evaluation of the estimated cost of the qualifying project for reasonableness
in relation to similar facilities;
(d) Evaluation of the source of funding for the project;
(e) Consideration of plans to ensure timely development or operation;
(f) Evaluation of risk sharing, including cost or completion guarantees, added
value, or debt or equity investments by the private entity; and
(g) Consideration of any increase in funding, dedicated revenue source, or other
economic benefit that would not otherwise be available.
After reviewing the proposal, the Evaluation Committee shall make a recommendation to the
governing body of Augusta, Georgia to reject or accept the unsolicited proposal.
18
NOTE: Discussions between Augusta, Georgia and the proposer about the need for infrastructure
improvements shall not limit the ability of Augusta to later determine to use standard procurement
procedures to meet its infrastructure needs. Augusta, Georgia retains the right to reject any
proposal at any time prior to the execution of an interim or comprehensive agreement.
SEC. 1-10-69 CRITERIA FOR IDENTIFYING AND APPOINTING INDEPENDENT
ADVISORS.
Unsolicited proposals which have technical, complex or specialized information may require
additional support from one or more third-party independent advisors to assist in their evaluation
and review. Independent advisors may include attorneys, financial advisors, engineering
consultants or other advisers or consultants as determined by the Local Government, in its sole
discretion, to be reasonably required to review any unsolicited proposal. Independent advisors
shall have no affiliation with the private entity submitting an unsolicited proposal.
SEC. 1-10-70 CRITERIA FOR DETERMINING FEES.
A private entity assumes all risk in submission of an unsolicited proposal, and a Local Government
shall not incur any obligation to reimburse a private entity for any costs, damages, or loss of
intellectual property incurred by a private entity in the creation, development, or submission of a
proposal or unsolicited proposal for a qualifying project.
Augusta, Georgia shall charge and retain an initial proposal-processing fee equal to $100 to be
paid by the proposer prior to the review of an unsolicited proposal.
In addition, the Local Government may charge and retain a reasonable fee to cover the costs of
reviewing and evaluating an unsolicited proposal. If it is determined by the Local Government
that one or more independent advisors shall be engaged to assist the Evaluation Committee in its
review of the unsolicited proposal, as provided in AUGUSTA, GA CODE Sec. 1-10-69 above, the
fees of all such independent advisors shall be paid by the proposer. The estimated fees of the Local
Government and such independent advisors shall be provided to the proposer for approval prior to
the engagement of such advisors to review the proposal or the review and evaluation of an
unsolicited proposal.
SEC. 1-10-71 PROCEDURES FOR DETERMINING RELEASE OF INFORMATION IN
UNSOLICITED PROPOSAL.
Augusta, Georgia, in its sole discretion, may use any portion of an unsolicited proposal in preparing
a request for proposal as described in AUGUSTA, GA CODE Sec. 1-10-72 below.
SEC. 1-10-72 REQUEST FOR PROPOSALS.
Within (60) days of receipt of a recommendation from the Evaluation Committee as provided in
AUGUSTA, GA CODE Sec. 1-10-68 above, the governing board of Augusta, Georgia shall decide
whether to approve or reject such unsolicited proposal. If Augusta approves the unsolicited
19
proposal, it shall seek competing proposals for the qualifying project, by issuing a request for
proposal due in not less than 120 days.
The request for proposal shall include the criteria for selecting among competing proposals as
provided in AUGUSTA, GA CODE Sec. 1-10-74 below.
During evaluation, Augusta, Georgia may seek written clarification from any proposer regarding
the contents of the proposer’s response. A request for written clarification may be made when a
proposer’s response contains conflicting information or is so ambiguous that it is possible for a
reasonable person to attribute different meanings to the ambiguous portion of the proposer’s
response. A request for written clarification may not be used to negotiate (i.e., request the supplier
to revise or improve the proposer’s response). Written clarifications received from the supplier
will become part of that proposer’s response.
SEC. 1-10-73 PROCEDURES FOR POSTING AND PUBLISHING NOTICE OF THE
OPPORTUNITY TO OFFER COMPETING PROPOSALS.
Notices for requests for proposals for qualifying projects shall be posted conspicuously in the
Local Government’s office and shall be advertised in the legal organ of the county and by
electronic means on an Internet website of the Local Government or an Internet website identified
by the governmental entity which may include the Georgia Procurement Registry as provided by
OCGA §50-5-69. Such notices shall be posted by the Local Government in a consistent manner
with other notices posted for public works bidding.
Notices for requests for proposals that are advertised in the legal organ shall be advertised a
minimum of two times, with the first advertisement occurring at least ninety days prior to the
deadline for receipt of competing proposals. The second advertisement shall follow no earlier than
six weeks from the first advertisement.
Notices for requests for proposals that are advertised solely on the Internet shall be posted
continuously at least ninety days prior to the deadline for receipt of competing proposals.
Inadvertent or unintentional loss of Internet service during the advertisement period shall not
require the contract award or bid or proposal opening to be delayed.
Sec. 1-10-74 PROCEDURES FOR PROCESSING, REVIEW AND CONSIDERATION OF
COMPETING PROPOSALS.
After the deadline for the receipt of competing proposals, the Local Government shall reconvene
the evaluation committee to review, evaluate and score the responses.
The criteria to be used in the evaluation of competing proposals for a qualifying project shall be
determined by the evaluation committee of the Local Government prior to submitting a request for
proposal for such qualifying project. The evaluation committee of Augusta, Georgia shall establish
a scoring matrix for review of responses to a request for proposal. The scoring matrix can be
weighted in any fair manner to adequately assess the critical elements of a proposal, with the most
20
likely highest weighted categories being (a) project financing and (b) qualifications and
experience.
There are several factors that Augusta, Georgia may use when evaluating and selecting an
unsolicited proposal, including, but not limited to, the following:
(1) QUALIFICATIONS AND EXPERIENCE – Factors to be considered to determine
whether the proposer possesses the requisite qualifications and experience include:
(a) Experience with similar projects;
(b) Demonstration of ability to perform work;
(c) Leadership structure;
(d) Project Manager’s experience;
(e) Management approach
(f) Financial condition; and
(g) Project ownership.
(2) PROJECT CHARACTERISTICS – Factors to be considered in determining the
project characteristics include:
(a) Project definition;
(b) Proposed project schedule;
(c) Operation of the project;
(d) Technology; technical feasibility;
(e) Conformity to laws, regulations, and standards;
(f) Environmental impacts;
(g) Condemnation impacts;
(h) State and local permits; and
(i) Maintenance of the project.
(3) PROJECT FINANCING – Factors to be considered in determining whether the
proposed project financing allows adequate access to the necessary capital to
finance the project include:
(a) Cost and cost benefit to Augusta, Georgia;
(b) Financing and the impact on the debt burden of Augusta, Georgia or
appropriating body;
(c) Financial plan, including the degree to which the proposer has conducted
due diligence investigation and analysis of the proposed financial plan and
the results of any such inquiries or studies;
(d) Opportunity costs assessment;
(e) Estimated cost;
(f) Life-cycle cost analysis;
21
(g) The identity, credit history, past performance of any third party that will
provide financing for the project and the nature and timing of their
commitment, as applicable; and
(h) Such other items as Augusta, Georgia deems appropriate.
In the event that any project is financed through the issuance of obligations that are
deemed to be tax-supported debt of Augusta, Georgia, or if financing such a project
may impact Augusta, Georgia’s debt rating or financial position, Augusta, Georgia
may select its own finance team, source, and financing vehicle.
(4) PROJECT BENEFIT AND COMPATIBILITY – Factors to be considered in
determining the proposed project’s compatibility with the appropriate local or
regional comprehensive or development plans include:
(a) Community benefits;
(b) Community support or opposition, or both;
(c) Public involvement strategy;
(d) Compatibility with existing and planned facilities; and
(e) Compatibility with local, regional, and state economic development
efforts.
(5) OTHER FACTORS – Other factors that may be considered by Augusta, Georgia
in the evaluation and selection of competing proposals include:
(a) The proposed cost of the qualifying project;
(b) The general reputation, industry experience, and financial capacity of
the private entity;
(c) The proposed design of the qualifying project;
(d) The eligibility of the project for accelerated documentation, review,
and selection;
(e) Local citizen and government comments;
(f) Benefits to the public, including financial and nonfinancial;
(g) The private entity’s compliance with a local small business enterprise
participation plan or good faith effort to comply with the goals of
such plan;
(h) The private entity’s plans to employ local contractors and residents;
(i) The recommendation of a committee of representatives of members of
the local government and the appropriating body which may be
established to provide advisory oversight for the project; and
(j) Other criteria that the local government deems appropriate.
Sec. 1-10-75 DEFINITIONS:
22
For the purpose of Article 7, the following definitions shall apply. With the exception of
specifically defined terms set forth herein, all words shall have their ordinary and usual meanings.
In the event of conflict, the specific definition set out herein shall presumptively, but not
conclusively prevail over the ordinary and usual meanings.
ADVISOR - The Unsolicited Proposals Advisory Committee may contract with external party on
a range of issues including commercial, technical and other issues.
ADVISORY COMMITTEE – The Procurement Director shall select the members of the
Advisory Committee consisting of not less than three members, all of whom shall be employees
of Augusta, Georgia. Designees of the Administrator, Procurement, Finance and Engineering
Departments and/or designees from other departments may be included depending on the scope of
the proposal. The Advisory Committee will assist in the evaluation process.
ASSESSMENT CRITERIA - Criteria upon which the Unsolicited Proposal will be assessed as
determined by the Unsolicited Proposals Advisory Committee on a case-by-case basis.
COMPREHENSIVE AGREEMENT - The written agreement between the private entity and
Augusta, Georgia required pursuant to the Public-Private Facilities and Infrastructure Act of
2015 (“PPFIA).
DETAILED SUBMISSION - A more detailed submission following approval at the Concept
PHASE 1.
DEVELOP OR DEVELOPMENT - To plan, design, develop, finance, lease, acquire, install,
construct, operate, maintain or expand.
ECONOMIC APPRAISAL - A systematic means of analyzing all the costs and benefits of
various ways in which a project objective can be met. It shows:
Whether the benefits of a project exceed its costs;
Which option has the highest net benefit; and
Which option is the most cost effective, where benefits are equivalent.
The preferred approach for a Government project for an economic appraisal is Cost-Benefit-
Analysis (“CBA)” and whole of life cost estimates.
EVALUATION COMMITTEE - A committee of representatives established to oversee and
assess an Unsolicited Proposal. Also referred to as Unsolicited Proposals Evaluation Committee
in PHASE 2.
FINANCIAL REVIEW – The Evaluation Committee, together with any independent advisors,
shall perform a financial review and analysis of the unsolicited proposal as referred in Phase 2.
GOVERNMENT – Augusta, Georgia
23
INDEPENDENT ADVISOR - An individual with diverse skill sets to adequately review the
proposal; decide whether it will engage independent advisors, to assist (and not be a member of)
the Evaluation Committee in its review of the unsolicited proposal, which may include an attorney,
financial advisor, architectural and/or engineering consultant or other advisers or consultants; and
Provide the proposer with the proposed Local Government fee to cover the costs of processing,
reviewing and evaluating the unsolicited proposal.
INTELLECTUAL PROPERTY (“IP”) - Inventions, original designs and practical applications
of good ideas protected by law through copyright, patents, registered designs, circuit layout rights
and trademarks, also trade secrets, proprietary know-how and other confidential information
protected against unlawful disclosure by common law and through additional contractual
obligations such as Confidential Agreements.
INTERIM AGREEMENT - An agreement between a private entity and a responsible public
entity that provides for phasing of the development or operation, or both, of a qualifying project.
Such phases may include, but are not limited to, design, planning, engineering, environmental
analysis and mitigation, financial and revenue analysis, or any other phase of the project that
constitutes activity on any part of the qualifying project.
LETTER OF INTEREST (“LOI”) - Cover letter attached to the initial submission made by the
Proposer to initiate the Phased Process for Unsolicited Proposals.
LOCAL GOVERNMENT - Any county, municipality, consolidated government, or board of
education. For purposes of this Article, Augusta, Georgia Consolidated Government.
PHASE PROCESS - Augusta, Georgia’s six-phase process of validating, evaluating and
awarding projects that are initiated by Unsolicited Proposals.
PROPOSER - Any person or organization that submits the Unsolicited Proposal except for
Augusta, Georgia’s agencies and departments.
PRIVATE ENTITY - Any natural person, corporation, general partnership, limited liability
company, limited partnership, joint venture, business trust, public benefit corporation, nonprofit
entity, or other business entity.
QUALIFYING PROJECT - Any project selected in response to a request for a local government
or submitted by a private entity as an unsolicited proposal in accordance with the PPFIA and
subsequently reviewed and approved by a local government, that has a public purpose or public
need, as determined by the local government. A “qualifying project” shall not include and shall
have no application to any project involving:
(1) The generation of electric energy for sale pursuant to Chapter 3 of Title 46 of the Official Code
of Georgia Annotated;
(2) Communications services pursuant to Articles 4 and 7 of Chapter 5 of Title 46 of the Official
Code of Georgia Annotated;
24
(3) Cable and video services pursuant to Chapter 76 of title 36 of the Official Code of Georgia
Annotated; or
(4) Water reservoir projects as defined in paragraph (10) of OCGA §12-5-471, which shall be
governed by Article 4 of Chapter 91 of Title 36 of the Official Code of Georgia Annotated.
REVENUE - All revenues, income, earnings, user fees, lease payments, or other service payments
arising out of or in connection with supporting the development or operation of a qualifying
project.
UNSOLICITED PROPOSAL - A written proposal for a qualifying project that is received by a
local government and is not in response to any request for proposal for a qualifying project issued
by a local government.
STATE - The State of Georgia.
TRANSACTION PHASE - Transaction Phase may involve, subject to the delivery model,
procurement phase followed by contract negotiations and execution. Note, public, community and
stakeholder consultations may occur during the Transaction Phase.
UNSOLICITED PROPOSAL - A written proposal for a qualifying project that is received by a
local government and is not in response to any request for proposal for a qualifying project issued
by a local government.
Commission Meeting Agenda
7/18/2017 2:00 PM
Accountability Court Case Manager Contract
Department:Richmond County State Court
Department:Richmond County State Court
Caption:Motion to approve acceptance of contract for Accountability Court
Case Manager. (Approved by Public Safety Committee July 11,
2017)
Background:This position was previously a grant funded position in 2015 and
2016 and is currently pending to be approved for 2017. This position
is a part time position that supports the operation of the
Accountability Court DUI, Drug and Veterans Court programs.
Requesting approval of this contract with an effective date of July 1,
2017.
Analysis:n/a
Financial Impact:Contractor will be paid out of the current Accountability Court
budget until grant position approval letter is received.
Alternatives:none
Recommendation:Approved
Funds are Available
in the Following
Accounts:
204022320/5239110
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Juvenile Justice Incentive Grant Award
Department:Juvenile Court
Department:Juvenile Court
Caption:Motion to approve acceptance of the Criminal Justice
Coordinating Council (CJCC) Juvenile Justice Incentive Grant
Award in the amount of $300,000.00, MOU Agreement with
Community Solutions, Inc. (CSI) in the amount of $263,000.00
and grant director/coordinator in the amount of $28,800.00 Grant
# Y18-8-002 (Approved by Public Safety Committee July 11,
2017).
Background:See attached information.
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
DATE:
TO:
THROUGH:
FROM:
COMMITTEE:
SUBJECT:
AUGUSTA.RICHMOND COUNTY COMMISSION
AGENDA REQUEST AND MEMORANDUM
June29,2017
The Honorable Hardie Davis, Jr., Mayor
Members of the Commission
Janice Jackson, City Administrator
Judges Douglas Flanagan, Judge Jennifer McKinzie & Judge Amanda Heath
Juvenile Court
Public Safety
Acceptance of the criminal Justice coordinating council (CJCC) Juvenile
Justice Incentive Grant Award in the amount of $300,000.00, Mou Agreement
with community solutions, Inc.(cSI) in the amount of $263,000.00 and grant
director/coordinator in the amount of $28,800.00. Grant # yl8-8-002.
**.*.******************x***<***************{<*********{.{<**************{<********{<***
SUMMARY:
Richmond County Juvenile Court respectfully requests the Commission and Mayor to accept the fifth
Criminal Justice Coordinating Council (CJCC) Juvenile Justice Grant Award of $300,000.00. We
have included the MOU agreement with CSI, Inc. for $263,000.00 and independent contract
agreernent in the amount of $28,800.00 for the grant director/coordinator. Richmond County has
successfully provided evidenced based programs this grant year to twenty-six qualifuing males and
three female juveniles charged with serious felonies andpropertycrimes. Ofthetwenty-nine juveniles
who participating in the program, fourteen have successfully completed the program to date with
another eight juveniles expected to successfully complete the program within the next few weeks.
These juveniles were treated through the Grant funded program in lieu of incarceration and
expenditure of associated costs for short term and long term incarceration.
BACKGROUND:
The Richmond County Juvenile Court currently receives $298,000.00 funding through the Criminal
Justice Coordinating Council (CJCC) Juvenile Incentive Grant (FY2017) to provide Multisystemic
Therapy (MST) to targeted juvenile offenders in Richmond County by Community Solutions,Inc.(CS!. The MST program is currently providing intensive therapy to high-risk offenders and their
families in lieu of short term incarceration (30 days) or Commitment to Of.l 1up to 5 years).
The MST Program is ordered by the Court instead of incarceration. MST is designed to provide
intensive counseling and therapy in the juvenile's home primarily working with the-family to makepositive changes within the home through evidenced based practices. ihir y"u. CSI has served
twenty-ninejuveniles through the program. These twenty-ninejuveniles referred to the MST programwould have received 30 days of short term detention and some up to 5 years for serious felonies.
The State set a goal for Richmond County of reducing detentions and commitments by 2 O%. In2Ol5-
2016, the short term placement commitments and felony commitments to DJJ were reduced by 6l%.Through the 2nd quarter of the 2017,the program is on target this year to meet the required reductionof 20Yo again by 60-70%.
The grant coordinator has successfully provided leadership in managing the grant referral process,
statistical monthly reports, quarterly reimbursements and cooperation from area county urd .tut.
agencies to assure the successful operation of the grant. He now has 42years of experiencein Juvenile
Justice and 36 years in grant management.
ANALYSIS:
The Court has continued to experience increasing referrals from the Richmond County Sheriffls
Department and Board of Education Public Safety Officer's conceming serious felony and high and
aggravated misdemeanor offenses. Many of these youth come from high risk low socioeconomic
environments where the parents have little or no parenting skills to control serious delinquentjuvenile
behaviors. Statistics show that incarceration does not rehabilitate these young offenders. However, if
the parents and youth can learn and implement evidenced based intervention at an early age,many of
the continued delinquent behaviors could be avoided.
FINANCIAL IMPACT:
The funding for the grant begins July 1,2017. Thegrant continues through June 30, ZOIB. With the
fifth grant year the Court expects in2017 -2018 to serve over thirty juveniles and their families. The
State Juvenile Justice Incentive Grant will fund $300,000.00. There are no matchins funds
required from the Countv.
According to statistics from the Department of Juvenile Justice the cost to incarcerate a juvenile for
one year is $90,000.00 to $ 100,000.00. The savings to Georgia/Richmond County taxpayers for the
youth directed to the MST program instead of incarceration is significant.
ALTERNATIVES:
Incarceration or county funded programs in lieu of incarceration.
RECOMMENDATION:
The Court respectfully requests the Augusta/Richmond County Commission and the Mayor accept theaward of $300,000.00 from CJCC Juvenile Justice Continuation Grant, approve the MOU for
Community Solutions, Inc. (CS! and the contract for services for the grant director/coordinator.
Augusta/Richmond County will serve as the funding agent and provide financial reimbursements toCommunity Solutions Inc. for implementation ofthe MST program. This is the reimbursement systemcurrently in place for the existing grant. The State of Georgia will again reimburse Augusta-Richmond
County on a quarterly basis.
REQUESTED AGENDA DATE:
Tuesday, July 1 l,2Al t
DEPARTMENT HEAD:
Jenriifer S. McKinzie
Judge Amanda Heath
STATE OF GEORGIA
OFFICE OF THE GOVERNOR
ATLANTA 30334-O9OO
Nathan Deal
GOVERNOR
June 13,2017
The Honorable Hardie Davis, Jr.
Augusta-Richmond County
535 Telfair Street, Suite 200
Augusta, Georgia 30901
Dear Mayor Davis:
Congratulations! I am pleased to notifr you that the Juvenile Justice Incentive Grant Funding
Committee has awarded a grant to the Augusta Richmond County in the amount of $300,000. This
grant award is effective July 1,2017 through June 30, 2019.
As you know, juvenile justice reform and reinvestment in Georgia is not only one of my top
initiatives as Governor, but also a very strong personal interest. I have seen firsthand the ,rt..r,
stories that come out of courtrooms like yours. In addition to the reforms mandated by H.B. Z4Z,
by providing you with the resources you need and expanding these community-centered, evidence-
based services throughout the state, we can improve public safety and positively changes lives in
the process.
You soon will receive information from the Juvenile Justice Incentive Grant Funding Committee
and the Criminal Justice Coordinating Council regarding your award and other grant-related
matters. Thank you for your service to the State of Georgia.
Sincerely,
f\amr* A*r-
Nathan Deal
SUBGRANT AI{ARD
SUBGRANTEE : Richmond County
IMPLEMENTING
AGENCY; Augusta/Richmond County
PRO,JECT NAI{E: Juveni-le Justice Incentive
SUBGRANT NUMBER: Y18-8-002
FEDERAL FUNDS: $
I,IATCHING FUNDS: $
Grant TOTAL FUNDS: $
OFFICE OFCRIMINAL JUSTICE
THE GOVERNOR
COORDINATING
t
REFERENCE
COUNCTL
NO.:01
300,000
0
300, 000
GRANT PERIOD:01 /aL/t7-06/30/L8
This award is made under the state of Georgia Juvenile Justice fncentive Grant(JJIG) program and is subject to the administrative rules established by theCriminal Justice Coordinating Council. The purpose of the JJIG program is toprovide funding for juvenile courts to serve youth in the community who wouldotherwise be committed to Georgia's Department of Juvenile Justice.
This Subgrant shall become effective on the beginning date of the grant period,provided that within forty-five (45) days of the award execution date (beIow) theproperly executed original of this "Subgrant Award" is returned to the CriminalJustice Coordinating Counci_I.
AGENCY APPROVAL SUBGRANTEE APPROVAL
Jay Neal, Director
Criminal Justice Coordinating Council
Signature of Authorized Official Date
llardie Davis,Jr. - MayorDate Executed: 0 6/09/L]Typed Name & Title of Authorized Official
58-22042'7 4-0A4
Employer Tax fdentification Number (ntN)
***********Jki(J'*:r(*******,(**r(*****r.*********i.**Jr**)k**r.***)k***)k)k***)k******-kikr()k***********
INTERNAL USE ONLY
TRANS CD REFERENCE ORDER EEF DATE TYPE PAY DATE INVOfCE CONTRACT #
L02 01 1-01 /ot/17 9 Y18-8-002
OVERRIDE ORGAN PROJECT VENDOR CODE
Z 46 4 01
ITEM CODE DESCRIPTTON 25 CHARACTERS EXPENSE ACCT AMOUNT
1 Juvenile Justice Tncentive Grant 624 - 47 $ 300,000
SUBGRANTEE:
PRO.IECT NAI"IE:
SUBGRANT NUMBER:
SUBGRANT A}IARD:
CRIMTNAL .'T'STTCE COORDINATTNG COTJNCTL
SPECIAL CONDTTTONS
Richmond County
.Tuvenil-e Justice fncentive Grant
Y18-8-002
$300,000
1 ' The subgrantee agrees to take reasonable steps to provide meaningfulaccess to their programs and activities for persons with limited Englishproficiency (LEp). For more information on the civil rightsresponsibi-lities, that recipients have in providing language services toLEP individuals; please see the website at http://rep.gov.
f niti-a1s
The subgrantee agrees to comply with the Equal- Treatment Regul-ation {2gc'F'R' part 38) which prohibi-ts recipients from using federar grantfunding for inherently religious activj-ties. whil-e faith-basedorganizations can engage in non-funded j-nherentry religious activitj-es,the activities must be held separatery from the grant-funded program, andcustomers or benefi-ciaries cannot be compelled to participate in them. TheEqual- Treatment Regulation makes clear that organizations receivingfederal- grant funding are not permitted to discriminate when providingservices on the basj_s of a beneficiaryrs religj-on.
Initial-s
3' rn accordance with Federal- regurations, your organizatj-on must compty withthe following Equal Employment opportunity pl-an reporting requirements:
ff your organization has recej_ved an award for $5001000 or more and has 50or more empl0yees (counting both full- and part-ti-me empl0yees, butexcluding political appointees), then it has to prepare an EEop and submitit to the office of civil- Rights (ocR), office of Justice programs, u.s.Department of Justice for review wj-thin 60 days from the date of thisaward' For assistance in developing an EEop, please consu.l-t ocR's websiteat http z / /www 'o jp'usdo j -9ov/ocrleeop. htm. you may al-so request technical_assistance from an EEOp specialj_st at OCR by dialing (2OZ) 616_3208 -
ff your organization received an award between $25,000 and 9500r000 andhas 50 or more employees, your organization must prepare an EEop, but itdoes not have to submi-t the EEop to ocR for review. rnstead, yourorganization has to maintain the EEOP on fi-le and make it availabl_e forreview on request ' rn addition, your organization has to complete sectionB of the certification Form and return it to ocR withj-n 60 days from thedate of this award. The certification Eorm can be found at:
SUBGRANT NUMBER: Y18-8-OO2 SPECIAI coNDrTIoNs (Page 2)
http : / /www. ojp. usdoj . gov/ about/ ocx / eeop. htm.
If your organization received an award for l_ess than $25r000; or if your
organizati-on has less than 50 employees, regardless of the amount of the
award; or if your organization is a medical institution, educatj-ona1institution, nonprofit organization or fndian tribe, then your
organj-zation is exempt from the EEOp requirement. However, your
organization must complete Section A of the Certification Form and return
it to OCR within 60 days from the date of thj-s award. The Certj-fication
Eorm can be found at http: / /www.ojp.usdoj .gov/about/ocr/eeop.htm.
The subgrantee acknowl-edges that failure to submit an acceptabl-e EEOP (if
the subgrantee is required to submit one pursuant to 28 C.F.R. Section
42.302), that i-s approved by the Office for Civil- Rights, is a violation
of its Certified Assurances and may result in suspension or termj-nation of
funding, until such time as the subgrantee is in compliance. The
subgrantee must maintain proof of compliance with the above requj-rements
and be abl-e to provide such proof to CJCC upon request.
Initial-s
4. the recipient agrees to comply with all applicabfe 1aws, requlations,
policies, and guidance governing the use of federal funds for expenses
related to conferences, meetings, trainings, and other events, including
the provj-sion of food and/or beverages at such events, and costs of
attendance at such events. fnformation on pertinent 1aws, regulations,
policies, and guidance is available at
http : / /www. ovw. usdo j . gov / grantees . html .
Initials
5. The subgrantee agrees to abi-de by Georgia law regarding the uti-lization of
professional counselors, social- workers, and marri-age and family
therapists. (O.C.c.A. S 43-10A-1, et. seq) .
lnitials
6. The subgrantee agrees to abide by Georgia 1aw regarding the utilization of
psychologi-sts. (O.C.G.A. S 43*39-1, et. seq) .
Initial-s
7 - Pursuant to Executive order 13513, "Eederal- Leadership on Reducing Text
Messaging while Driving, " 74 Reg. 51,225 (october 1, 2oo9), the Department
of Justice and the Criminal Justice Coordinating Council encouragesgrantees and subgrantees to adopt and enforce policies banning employees
from text messaging whil-e driving any vehicl-e during the course of
performing work funded by this grant, and to establish workplace safetypolicies and conduct education, awareness, and other outreach to decrease
crashes caused by distracted drivers.
Initial-s
8- The subgrantee certifies that 1) titl-e to all equipment and/or supprj-es
SUBGRANT NUMBER: y1B-g-OO2 SPECIAI, CONDTTIONS (Page 3)
purchased with funds under this subgrant shall vest i-n the agency thatpurchased the property; 2) equipment and/or supplies will be malntained inaccordance with establj-shed local or state procedures as long as theeguipment and/or supplies are used for program-related purposes; and 3)once the project concludes and,/or equipment is no longer utilized for itsgrant-funded purpose, the criminal Justice coordinating councj-l- wilL beinformed of the available equipment and determine its future use to assureit is utilized in furtherance of the goals and objectj-ves of the grantprogram and the State of Georgia.Initials
The subgrantee must submit Subgrant Adjustment Reguest #1 with thecompleted award package- The adjustment request must be accompanied by adetailed project budget that itemizes all projected expenditures. Theproject budget and summary will not be established, or officiallyapproved, until the subgrantee receives a written approval notice from thecriminal Justice coordinating council. A1l project costs and projectactivities must coincide with the approved budget, summary, andimplementation plan unless subsequent revisions are approved by theCriminal- Justice Coordinating Council-.fnitials
9.
10.
72.
The subgrantee mustproject surnmary, andbut no later than 60
fnitials
submit subsequent reguests to
impJ-ementation plan prior to
days prior to the end of the
revise the budget,
any substantial_ changes,
subgrant period.
11 A11 project costs notprorated, and only the
reimbursable under the
Initials
excl-usively related to this approved project must becosts of project-related activj-ties wil-l besubgrant award.
13
L4
The subgrantee agrees to ful1y cooperate with any monitoring or eval-uationactivities, and any rerated traini-ng activi_ties, initiated and/orconducted by the cri-mi-nar- Justice coordi_nating councir_ during andsubseguent to the award period.
fnitials
The subgrantee agrees to submit requestsmonthly or quarterly basis, as selectedaward. Subgrant Expenditure Reports aremonth (if reporting monthly) or 30 daysreporting quarterly).
Initial-s
The subgrantee agrees thatper eight hour day ($56.25
Office of Justice programs
Initials
ff any changes occur in the subgrantee I srevised Disc1osure of Lobbying Activitiessubgrantee further understands and agrees
for reimbursement on ei_ther aby the subgrantee at the time ofdue 30 days after the end of theafter the end of the quarter (if
consultant/contractor fees in excess of g450.00per hour) must have prior approval from theand the Criminal Just j-ce Coordinating Council_.
lobbying status or activj_ties, a
Eorm must be submitted. Thethat it cannot use any federal
15.
SUBGRANT NUMBER: Y18-8.Oo2 SPECIAL coNDITIoNs (Page 4)
funds, either directly or indirectly, in support of the enactment, repeal,modificati-on, or adoption of any 1aw' regulation or policy, at any leve1of government, without the express prj-or written approval of the office ofJustice Programs.
Ini-tia1s
16. The Criminal Justice Coordinating Council wil-l conduct a financial- andprogrammatic review of each grant at the end of the second quarter, and
each quarter thereafter. The Councj-I reserves the right to add anyconditions to the award and/or retain any unused funds if deemed
necessary.
Initials
17. tne recipient acknowledges that failure to submit an acceptable Equal
Employment Opportunity Plan (if receipient is reguired to submit onepursuant to 28 C.E.R. Section 42.302), that is approved by the Office forCivil- Rights, is a vi-olation of its Certified Assurances and may resul,t in
suspension or termination of fundj-ng, until such time as the recj-pient is
in compliance.
18- Award recipients must verify Point of Contact (POC), Financial Point of
Contact (FPOC), and Authorized Representati-ve contact information,
incl-uding telephone number and e-mai-I address. If any information isj-ncorrect or has changed, a Subgrant Adjustment Request (SAR) must be
submitted in writing to document changes.
Initial-s
19- The subrecipient agrees to comply with the Department of Justlce Grants
Einancia] Guide as posted on the OJp website.
Initials
20- The subgrantee understands and agrees that award funds may not be used to
discriminate against or denigrate the religious or moral beliefs of
students who participate in programs for which financial assistance isprovided from those funds, or of the parents or 1egaI guardians of such
students.
Initi-al-s
21- The subgrantee understands and agrees that - (a) No award funds may be
used to maintain or establish a computer network unless such networkblocks the viewing, downloading, and exchangi-ng of pornography, and (b)
Nothing in subsection (a) Iimits the use of funds necessary for any
Eederal-, State, tri-baI, or loca1 Iaw enforcement agency or any otherentity carryj-ng out crj-minal- investigations, prosecution, or adjudicatj-onactivities.
Initial-s
22- ALL courts must use the Department of Juvenil-e Justice (D,JJ) Detention
Assessment Instrument (DAI) for any youth considered for detention, asrequired by the H.B. 242, as passed in the 2Ot3 legislative session of the
St BGRA!{T NUMBER: y18-8-OO2 SPECIAI CO}TDITTONS (Page 5)
Georgia General Assembly. The Predispositj-on Risk Assessment (PDRA)rnstrument should also be used in all instances where the tool isappropri-ate for the youth being considered for the evidence-based program(in any instances in which the youth is adjudicated). The pDRA scoreshoul-d be entered into the Juvenile Tracking system (JTS), or Juvenil-eData Exchange (JDEX) when available. only youth with a moderate to highPDRA score are eli_gibl_e for fncentive Grant programming.
fnitials
23 ' All grant funds must be used to serve youth who have come into contactwith the juvenj-Ie justice system and wou.l-d not be considered dependencycases' A11 youth served by the grant must have a new deli-nquent charge. NoCHINS cases should be served.
f nitial_s
24 ' The grantee must submit subgrant Adjustment Reguest #1 with the compl-etedaward package. The adjustment request must be accompani-ed by a detailedproject budget that itemizes all projected expenditures as approved by theJuvenile Justice Funding commi-ttee. The project budget and the projectsummary will not be established, or officially approved, until the granteerecej-ves a written approval notice from the criminal Justice coordinatingcouncil-. All project costs and project activities must coincide with theapproved budget, summary, and implementation plan un1ess subseguentrevj-sions are approved by the criminal Justice coordinating council.
-Ln1t1a-Ls
The grantee must submit subsequent subgrant Adjustment Requests to revisethe budget, project summary, and implementati-on plan prior to anysubstantial changes, but no later than 30 days prior to the end of thesubgrant period.
Initi-a1s
25
26 The grantee agrees that no funds sha]l be expensed outside ofbudget. rn addition, any funds spent under this subgrant awardexpended by the grant end date and not encumbered.
Initials
the approved
must be
27' this is a reimbursement grant. The grantee agrees to submit requests forreimbursement on either a monthly or quarterly basis, as selected by thegrantee at the time of award- Subgrant Expenditure Reports are due 30 daysafter the end of the month (if reporting monthJ-y) or 30 days after the endof the guarter (if reporting quarterly).fnitials
The grantee certifies that state funds will not be used to supplant fundsthat woul-d otherwise be made availabl-e for grant-funded initiatives. statefunds must be used to supplement exj-sting funds for program activities andnot repl-ace funds appropriated for the same purpose. potential supplantingwirl be the subject of application review, as well as pre-award rev1ew,
28
StBGRANT NUMBER: y1B-8-002 SPECTAL CONDITIONS (Page 6)
post-award moni-toring, and audi-t. rf there is a potentlal-supplanting, the grantee will be requi-red to document thatin non-state resources occurred for reasons other than theanticipated receipt of state funds.
Initial-s
presence of
the reduction
receipt or
29' Statistical and,/or eval-uation data describing project performance must besubmitted to The carl vinson lnstitute of Government and the Department ofJuvenile Justice through monthly surveys and quarterly reports usj-ng theprescrl-bed format provided to the grantee. Eailure to submit this data ona timely basi-s will resul-t j-n the withholding of grant funds on this grantand,/or any other grant administered by GJCC until compliance is achieved.If reports are not recej-ved, funds for subsequent quarters may beresci-nded.
f nitial-s
3t_
30. The grantee agrees to comply wj_th
Juvenile Justice fncentive Grant
fnitiafs
The subgrantee agrees that atin the first quarter, sOC inquarter. If this condition is
that quarter will be retained
Justice Eunding Committee.
rnitials
Waivers for the above 25?.
at the discretion of the
will be avail-able for the
f nitial-s
the guidance contained in the 2017
Program Request for proposal-s.
least 25?" of the awarded funds will_ be spentthe second quarter and 758 in the thirdnot met, aDy unused remainlng funds fromby the Counci-l- to be managed by the Juvenile
or 508 expenditure requirement will_ be grantedJuvenil-e Justice Eunding Committee. No waivers
758 requirement.
At minimum, 708 of awarded funds must be used for Evidence-Based program
costs associated with contract and di-rect services. No more than 30? ofawarded grant funds can be used for adminlstrative costs. Any requests tohave funds alfocated in a manner that does not comply with the 70130 rulemust be justified in a written statement and submitted to the CriminafJustice Coordinating Council with an adjustment reguest. The adjustmentrequest and justj-fication will be forwarded to the Juvenile JusticeEunding committee for consideration on a case-by-case basis.
Initials
32
34' Non-compliance with any of the special condj-tions contained within thisdocument, by the authorized official, project official-s and,/or employeesof this grant, will result in a recommendation to the Juvenil-e JusticeFunding Committee that the award be resci_nded.
35 ' The subgrantee certif ies that any and al-l- subagreements sha]I foll-ow thereimbursement nature of the grant and shall- not incl-ude any minimum toserve clause or fixed paYment schedule. payments issued to subcontractorsshall be on a reimbursement basis and shall not be processed prior to therenderinq of services. Al_lsubagreements relating to this grant shall be submitted to GJCC pri-or tothe approval and reimbursement of any subgrant Expenditure Reports (sERs).fnitials
Please be advised that failure to comply with any of the specj-aI conditions willresult in material noncompliance with the sr:bgrant Agreement, thus sr.rbjecting thesubgrant Agreement to possible termination by the criminar .fustice coordinatingCounci]..
SUBGRANT NUMBER: Y18-8-oo2
fnitials
SPECTAT CONDTTIONS (Page 7)
Hardie Davis, Jr.Tit].e :Mayor
Date :
Ilped name ofAuthorized Official:
Sigrnature :
REQIEST DATE: 07-0L-2017
SUBGRjAIITEE: Richrnond County
PRo,JEcr IiIAME: .ruvenile ilustice rncentiwe Grant Erlg
NATURE Or ADJUSTMENTi _ REVISED BUDGET Go To . sEcTroN r
PRrNr DATE: O6/Oe/t7
6{IS DOG'I{ENT 3A
Mark af 1 that appl-y.
Adjustments of each tl4pe
shown should be entered
in the secti-on indi-cated.
CRI!{INAI. \'T'STICE COORDINATING COUNCIL
srrBGRAlrT AD.,uSI!IENT REQUEST
EEDERAI GR,A}IT #
+ $2700
+ $400
300,000 - $3100
300,000
300,000
PAGE 1 OF 2
eDJREQUESTf, 1
SUBGR.ANI #: y18-8-OO2
_ PROJECT PERIOD AND/OR EXTENSION. Go To .
_ PROJECT OFFICIAIS/ADDRESSES. Go To .
_ PROJECT PERSONNEL. Go To
_ GOALS AND OBJECTIVES Go To .OTHER. Go To .
. SECTION 1r. SECTION rll. SECTION rlr. SECTION rlr. SECTION TII
MUST BE JUSTIFIED AND EXPLA]NED THOROUGHLY TN SECTION I\'.
sEcrroN r. REQUEST l'oR BUDGET cEAlrGE - JlrsrrEr rN sEcrroN rv.
CURRENT APPROVED
$0
REVrSroNs +/-REVTSED BUDGET
SECrION IT. REQUEST AOR CHA}IGE IN PRO,JECT PERIOD - .'USTIFY IN SECTIO}I r\/.
PERSONNET
EQUIPMENI
SUPPLIES
TRAVEL
PRINEING
OTIIER
TOTAL $
Sederal $
Match $
CURRENT GRANT PERIOD
Start Date: 07 /Ol/11
End Date; 06/30/18
- $3100
- $3100
REQUESTED GRANT PERIOD
Start Date: 07 l0l/L7End Datet 06l30lLB
$2 700
$400
$296,900
$296.900
$296.900
FOR EXTENSION,
# OP MONTHS:
NOTE: The maximum extension request cannot exceed 12 months.
sEcrroN rrr. REQUESTS FoR REvrsroNs ro PRo\rEcr orFrcrAts/eooesssss, pRoJEct pERsoNNEL,
GoALs At{D oBJEcrrvEs, A}IDloR orHER NoN-BITDGET, lroN-pERroD cIIANG:ES(.rusErrY rN sEcTroN rv. )
CONITINUED ON }JEXT PAGE
PRINT D^ATE: 06/OA/71
GMIS DOCUMENT 3A
CRTMT}IAL JI'STICE COORDTNAUNG COI'NCIL
srrBGR.AlrT eDiruslllEtilll REQUEST
EEDER,AL GR.AI{T *
PAGE 2 of 2
ADiI REQT'EST *: 1
REQUEST DATE: 07 l0Il20L7
SUBGRAIITEE: Richmond County SUBGRAIIT #: Y18-8-002
PROiIECT NAIIE: iluwenile ilustice Incentiwe Grant Ey18
SECTION IV. ,'USTIFICATION OF ALL REQT'ESTED ADJI'S1A'ENTS, REVTSIONS, AIID/OR CIIAIIGES
A1l requested adjustrnents in Sections I, II & fII (page 1) must be justified in detail in this Section.Include itenl costs, desr:ripl,ions, equipment 1ists, det-ailed explanations, and any other information
that rvould further. clarify and supporf_ your request_ for adjustment. Attach additional pages as needed.
SEE BIJDGET NARMTIVE IN APPLICATION
STIBMTTTED BY:
MavorSj-gnature of Financial_ Officer or project Director Titl-e Date
CJCC ROUTING A}ID APPROVALS:Approval Disapproval Reviewer Signature
Reviewed By:
Authorized By:
CRIMINAL JUSTICE COORDINATING COUNCIL
REIM BURSEi,I ENT SELECTTON FORM
Y18-8-002SUBGRANT NUMBER:
AGENCY NAIIE:
1-SELECT A SCHEDULE FOR SUBMITTING REIIIBURSEMENTS (GHECK ONE BOx}D IIONTHLY (Requests for reimbursement are due 15 dayns after the end of the month)
f, ouanrent-v (Requests for reimbursement are due 30 days after the end of the quarter)
SELECT A PROCESS FOR RECEIVING RETMBURSEMENT PAYMENTS (CHECK ONE EOX)o ELEqTRgryrc fuND9:TR.qNsFE (Reimbursements will be deposited into the bank account tisted betow.A voided check must be attached to ensure proper routing of funas.)
BANK NAME:
BANK ROUTTNG NUMBER:
BANK ACCOUNT NUMBER:
AGENCY CONTACT NAIiE:
AGENCY CONTACT
TELEPHONE NUMBER:
AGENCY AUTHORIZED
OFFICIAL NAME AND TITLE:
AGENCY AUTHORIZED
OFFICIAL SIGNATURE:
x CHECK (Reimbursements will be mailed in the form of a check to the address listed below)
MA;LING ADDRESS: 535 Telfair Streer STE 610
CITY, STATE&ZIP:
ATTENTION:
AGENCY AUTHORZED
OFFICIAL SIGNATURE:
Hardie Davis, Jr. - Mayor
For CJCC Use ONLY
LEGAL }.IATvE OF AGEI.ICY:
PROJECTTTILE:
DESIGNATpN OF GRANT OFFICIALS
.Trrwpni'l p .Trrsti ce Tnr.entive Grant
Xr'Bill Dean
E us.
T NAI\,IE or Print)Program Coordinator -Richnond County Juvenile Court
andAgency
535 Telfair Srreet STE
Offi cial Agency Mailin g Address
610 Au sta, Ga.30901
City706-82r-4260
E ur. I r,,t".
Donna B. Llillians
FINAI..ICIAL ER (Type orFinance Directo: - Augusta-Richmond County
535 Telfair Streer STE 800 A"e"".I", c". 30901City Zp706-82L-2330 706_82t_2855DaytimeTelephoneNumber rc
= =tt{itliansGaueuE-Mail Address
Xr'fl us.
Hardie Davis, Jr.
or Print)
"""WTite andAgency
cr. 30901fficialAgency Mailing nOOr Zp
mnlrordnvi s(0arrgrrsf e ga - gov
E-Mail Address
Budget Detail worksheet for State Grants
Purpose: The Budget Detail worksheet shall be used to prepare your budget. ln addition to this document, you
must also complete and submit a budget narrative.
ApplicantAgency: RichmondCountyJuvenite Cou* -FYAO/6
A. Personnel - List each county employee that works on the grant by title and name. Show the annual salary
rate and the percentage of time to be devoted to the project. Compensation paid for employees engaged in
grant activities must be consistent with that paid for similar work within the applicant organization. lf
applicable, list seporotely any personnetfringe benefits. Fringe benefits should be based on actual known costs
or an established formula. Fringe benefits are only for the percentage of time devoted to the project.
Name/Position Computation Cosl
Position 1
Position 1 Benefits
Position 2
Position 2 Benefits
Position 3
Position 3 Benefits
>osition 4
Position 4 Benefits
Position 5
Position 5 Benefits
Position 6
Position 6 Benefits
Position 7
Position 7 Benefits
Position 8
Position 8 Benefits
Position 9
Position 9 Benefits
Position 10
Position 10 Benefits
TOTAT So.oc
B.Equipment-Listnon.expendableltem@ed.Non-expendable"ffi
property having a useful life of more than two years and an acquisition cost of S5,oo0 or more per unit. (Note:organization's own capitalization poticy may be used for items costing tess than S5,000). Expendable itemsshould be included either in the "supplies" category or in the "other" category. Applicants should analyze thecost benefits of purchasing versus leasing equipment, especially high cost items and those subject to rapidtechnical advances. Rented or leased equipment costs should be listed in the "contractual,, category. Explain
'the equipment is necessary for the success of the project. Attach a narrative describing the procurement
hod to be used.
ment Entrv 5
C. supplies - List items by type (office supplies, postage, training materials, copying paper, and expendable
equipment items costing less that S5,0OO, such as books, hand held tape recorders) and show the basis for
computation. (Note: Organization's own capitalization poticy may be used for items costing less than SS,OOO1.
Generally, supplies include any materials that are expendable or consumed during the course of the project.
Supply ltems Computation Cost
SeneralOffice Supplies copy paper,folders,pens, note pads s260.0cnhancement outing Lunches Egqqhing for Success lunch for 5 field trips s1,000.00Comcast lnternet for MST staff $120 monthly service fee x 12 months s1,440.00
Supply Entry 4
Supply Entry 5
Supply Entry 6
Supply Entry 7
Supply Entry 8
Supply Entry 9
iupply Entry 10
iupply Entry 1L
iupply Entry 12
Supply Entry 13
Supply Entry 14
Supply Entry 15
TOTAL Sz,zoo.oc
)' Travel - ltemize travel expenses of project personnel by purpose (e.g., staff to training, field interviews,dvisory group meeting, etc.). show the basis of computation (e.g., six people to 3-day training at SX airfare, SXlodging, $X subsistence). ln training projects, travel and meals for trainees should be listed separately. show thenumber of trainees and the unit costs involved. ldentify the location of travet, if known. lndicate source of
I Policies applied, Applicant or Federal Travel Regulations.
Forsyth Ga X 2 310 miles x S.+OS x
two meetings
212 miles x S.+OS
Field trip outings-
Reaching for Success
Five Reaching for
success field trips
Travel Entry 4
Entry 5
Travel Entry 6
Saoo.
E. Printing - List printing by method or vender, purpose (training materials, youth handouts, etc.), number of
items to be printed, and estimated cost. Generally, all items printed will be expended or consumed during the
course of the project.
lF. Other Costs:
I
llndividual items: (e.g., rent, reproduction, telephone, janitorial or security services, and investigative or
confidential funds) list by major type and the basis of the computation. For example, provide the square footage
and the cost per square foot for rent, or provide a monthly rental cost and how many months to rent.
Contracts: Provide a description of the product or service to be procured by contract and an estimate of the
cost. Applicants are encouraged to promote free and open competition in awarding contracts. A separate
justification must be provided for sole source contracts in excess of S100,000.
Consultants/Contracts - lndicate whether applicant's formal, written procurement policy or the Federal
Acquisition Regulations are followed.
Consultant Fees: For each consultant enter the name, if known, service to be provided, hourly or daily fee (g-
hour day), and estimated time on the project. Consultant fees in excess of 5450 per day require additional
justification and prior approvalfrom CJCC.
Consultant Expenses: List all expenses to be paid from the grant to the individual consultants in addition to their
fees (i.e., travel, meals, lodging, etc.)
Construction - As a rule, construction costs are not allowable. ln some cases, minor repairs or renovations may
be allowable. Check with CJCC before budgeting funds in this category.
Description Computation Costl
lSl services to provide MST Program supervision 1-clinical supervisor,2 therapist,partial Prgm. Dir S263,ooo.oc
Crant Coordinator - Part-time S2S per hour x avg 96 hrs per month x 12 mon S28,8oo.oc
Pro-Social Activities Registration & monthly fees for pro-social activities s5,100.0c
Other Cost 4
Other Cost 5
Other Cost 6
Other Cost 7
Other Cost 8
Other Cost 9
Other Cost 10
0ther Cost 11
Cther Cost 12
Other Cost 13
Other Cost 14
Other Cost 15
Other Cost 16
Other Cost 17
Other Cost 18
other Cost 19
Other Cost 20
Other Cost 21
Other Cost 22
Sther Cost 23
Other Cost 24
Other Cost 25
TOTAT S296,9oo.oo
Budget Summary - When you have completed the budget worksheet, transfer the totals for each category to
the spaces below. Compute the total direct costs and the total project costs. lndicate the amount of Federal
requested and the amount of non-Federal funds that will support the project.
Category
A. Personnel
B. Equipment
C. Supplies
D. Travel
E. Printing
F. Other
State Grant Request
Non Grant Amount
Amount
So.oo
So.oo
s2,700.00
s400.00
So.oo
s296,900.00
TOTAL PROJECT COSTS
53oo,ooo.oo
SEoo,ooo.oo
Richmond County Juvenile Court
Memorandum of Understanding
This Memorandum of Understanding outlines the agreement between the Richmond County
Juvenile Court (hereinafter referred to as the (Court") and Community Solutions, Inc.
(hereinafter referred to as ,,CSI").
Backsround on 2018 Juvenile Justice Incentive Grant
The purpose of this grant opportunity is to continue to provide funding for local programs
designed to serve youth in the community who would otherwise be committed to Georgia's
Department of Juvenile Justice (DJJ) or sentenced to the Short Term Program (STP).
Core Principles
The partners will adhere to the state and nationally recognized principles and evidence-based
practices.
Staffine
The partners agree to provide staff appropriate to support the specialty courts to attend team
meetings, court sessions, training and other related events. The partners further agree to mutually
support each other's efforts to maintain or achieve the appropriate level of staffing needed to support
the program.
Fundine
For CSI services to be rendered under this contract, CSI shall be paid a total contract amount
not to exceed $263,000 for the period of July 1,2017 to June 30, 201g.
The contract amount under this Agreement will be paid on a per diem per youth basis ($90
per day, billing begins once intake takes place between family and MST therapist\supervisor).
The Contractor will send the invoices to County no later than the 10ft day of each month for
the previous month services.
In-Kind
The Court will provide CSI office space with ofEce furniture, office phone, internet access,
basic office supplies, and access to a copier and printer.
/+N-25
Parkins
CSI and its employees will not have access to the designated parking lot assigned for the
building which houses the Court.
Polices of Juvenile Court and Augusta-Richmond Countv
CSI and its employees shall adhere to the general rules, regulations and policies of Juvenile
Court, Augusta-Richmond County while on-site.
Education. Outreach and Performance Measurement
The partners agree to promote a better understanding through community support of the
program and the impact such programs have on public safety by reducing recidivism and promoting
the family while decreasing drug use and the negative effects of mental illness. The partners further
agree to share data and information necessary to document the performance and outcomes of the
program.
Role of Richmond County Juvenile Court
The Court will be responsible for all aspects of grant management and financial and
performance reporting. In addition, the court will seek to provide at least a part-time Program
Coordinator during the grant period. During this period, the Program Coordinator will report to the
presiding judge.
Role of the Vendor
Community Solutions Inc. (CS| will provide Multisystemic Therapy (MST) to 30 youth and
families, residing in Richmond County, annually. MST is a family-based treatment model for juvenile
offenders designed to improve the psychosocial functioning of youth and their families and to reduce
delinquent behavior. The foundation of MST is that the family will learn new skills early in treatment
that they will be able to use and sustain throughout the rest of treatment and thereafter, thus
eliminating the need for future services. Evaluations of MST have demonstrated significant and
sustained reductions in delinquency and in the length of stay in out of home placernents. The MST
program delivers a home-based service to address the major risk and need factors that predict further
involvement within juvenile justice systems. The ultimate goal of MST is to empower families to
lrtlc*A(a
build an environment that promotes a healthy positive change. The key to this empowerment plan is
building a relationship with the family.
CSI Therapists will deliver services in the homes. MST services are typically delivered in
home and community settings to increase cooperation and enhance generalization, the ability to
continue skills learned without the support and oversight of the therapist. Therapists will carry
caseloads of 4-6 clients with service duration of 4-6 months. To make ecological changes, MST staff
will be available 24 hours per day, 7 days per week, using a on-call schedule of week-ends and
holidays. CSI will track program data and provide regular reports to Richmond County Juvenile
Court. CSI will provide annual criminal background checks on direct staff to Juvenile Court.
Modification or Termination of MOU
This MOU will rernain in effect until one ofthe parties notifies the other of its intent to modift
or terminate the agreement. Each party will provide 30 days' notice of its intent to modifu or
terminate the agreement. Should the modification or termination of the agreement take place while
individuals are still being served under the term of this agreement, both parties agree to work together
to find alternative services for these individuals.
Signed this _ day of 2017.
Augusta, Richmond County
By:
Community Solutions, lnc.
By:
As:
As:
N-11
STATE OF GEORGIA
RICHMOND COUNTY
) GRANT DTRECTOR/COORDTNATOR
)) INDEPENDENT CONTRACT
This document outlines an agreement made on July l, 2017 between RICHMOND
COUNTY JUVENILE COURT, 971 Broad Street, Suite. B, Augusta, Georgia 30901, and BILL
DEAN, 2550 Richmond Hill Road, Augusta, Georgia, 30906.
BILL DEAN has been retained as an independent contractor for RICHMOND COI-INry
JUVENILE COURT, for the work and project described as follows:
a) To serve as the Grant Director/Coordinator for the MST/CJCC Grant;
b) Oversee the activity of the team;
c) Conducts quality assurance of each team member;
d) Maintains participant data;
e) Assist with referral process and screening between DJJ, MST and Juvenile Court;
0 Remains informed regarding budgetary concerns of the program;
g) Coordinates services from each discipline and the local community in a manner that
is most therapeutic to the participant;
h) Coordinate, schedule and attend training as appropriate and required;
i) Attend court hearings as needed;
j) Maintain open coflrmunication and relay updated information to Judges on a regular
basis as to the progress or lack of progress of Grant;
k) Attend team meetings, planning meetings and any other meetings deemed appropriate
for the Grant;
l) Complete monthly statistical and quarterly gant reimbursements to CJCC as directed;
m) And any other programs or business relating to The Grant as deemed appropriate.
The duration of the employment of the contractor for the grant will begin, July 1, 2Ol7 and
will end on June 30, 2018 and will work an average of 24 hours per week throughout the
duration of this contract.
The contractor will be paid in monthly installments as outlined by the grant budget which
will total $2,400.00 per month($28,800.00 annually) as an approved administrative costs under
the grant.
There is no entitlement to benefits such as health insurance, life insurance, retirement, or
unemployment insurance. Juvenile Court provides an office, phone and office supplies to assist
the Grant Director/Coordinator manage the juvenile court grant.
ftkL-21
The contract is in effect as of July 1,2017 through June 30,2018.
Signed this _ day of 2017.
,r, /3ti Qae^-
Bill Dean - Independent Contractor
BY:
Judge Douglas J. Flanagan
BY:
Mayor Hardie Davis, Jr.
fr^L-fr
Commission Meeting Agenda
7/18/2017 2:00 PM
New Position
Department:Juvenile Court
Department:Juvenile Court
Caption:Motion to approve New Position in the Juvenile Court
(Administrative Assistant II, Salary Grade 43). (Approved by
Finance Committee July 11, 2017)
Background:Judge Heath was appointed as Juvenile Court Judge October
2016. The person selected to fill this position will work as Judge
Heath's Assistant. He / She will prepare the Judges Court
Calendar; Court Orders as required; as well as Office
Correspondence for Judge Heath.
Analysis:No additional funding required for this position. Will be using
funding from approved budget.
Financial Impact:The need for the Administrative Assistant II will be reporting to
Judge Heath and will be a Salary Grade 43 at $32,019.00,plus
benefits.
Alternatives:Not to Approve New Position
Recommendation:Approve New Position as Indicated
Funds are Available
in the Following
Accounts:
Transfer Funds from 101-02-2110 / 5224111 (building rental) to
101-02-2110 / 5111110 (salaries and wages)
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Cover Memo
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Environmental Services Department
Department:
Department:
Caption:Motion to approve authorizing the Administrator to seek
quotations from professional services firms to perform a
programmatic,operations and financial review of the
Environmental Services Department with the option of having an
audit if they decide that is necessary. (Approved by Engineering
Services Committee July 11, 2017)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Fifteenth Street Pedestrian Improvement Project
Department:Engineering
Department:Engineering
Caption:Motion to approve funding for final Design Consultant Services
Supplemental Agreement to Wolverton & Associates, Inc. in the
amount of $1,347,424.97 for the 15th Street Pedestrian
Improvement Project as requested by the AED.(Approved by
Engineering Services Committee July 11, 2017)
Background:SR4/15 Street Pedestrian Improvement is a SPLOST VI Capital
Project and a project from the “Approved Investment List” of TIA
that was approved by voters of the CSRA in July 31, 2012
referendum. It is a TIA Band 2 project and TIA funds are
allocated for design & construction. In March 2017, commission
approved award of the initial design phase of the project that
included concept development, limited Public Involvement and
initial database preparation to Wolverton & Associates. Concept
phase of the project is completed and warrants final design
development including environmental document, field survey
work, utility assessment & coordination, geotechnical assessment,
right-of-way plans, lighting design and development of final
construction plans.
Analysis:On March 29, 2017 commission approved the initial design phases
of the project that included concept development. The purpose of
this item is to move the project from concept to final design and
construction.
Financial Impact:Funds are available in Project TIA funds.
Alternatives:1). Approve funding for final Design Consultant Services
Supplemental Agreement to Wolverton & Associates, Inc. in the
amount of $1,347,424.97 for the 15th Street Pedestrian
Improvement Project as requested by the AED. 2). Do not approve
and find alternative to complete the project and meet TIA project
completion schedule. Cover Memo
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN THE FOLLOWING
ACCOUNTS: Project TIA Funds
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
(SA01 – For changes less than $25,000) June 2017
AUGUSTA, GEORGIA
ENGINEERING DEPARTMENT
SUPPLEMENTAL AGREEMENT
Augusta Richmond County Project Number(s): 371-041110-T15040146
GDOT Number (s):
RC07-000146
PI 0011408
Supplemental Agreement Number: 1
Purchase Order Number: 17ENG230
WHEREAS, We, Wolverton & Associates, Inc., Consultant, entered into a contract with Augusta-Richmond County on
March 29, 2017, for engineering design services associated with the improvements to 15th Street Pedestrian Bridge,
project RC07-000146, PI 0011408, File Reference No. 17-014 (A), and
WHEREAS, certain revisions to the design requested by Augusta-Richmond County are not covered by the scope of the
original contract, we desire to submit the following Supplemental Agreement to-wit:
Additional Engineering Services
For the Design Phase
It is agreed that as a result of the above described modifications the contract amount is increased by $1,347,424.97
from $491,688.00 to a new total of $1,839,112.97.
Any modifications to submittal dates shall be as identified in the attached proposal. This agreement in no way modifies
or changes the original contract of which it becomes a part, except as specifically stated herein.
NOW, THEREFORE, We, Wolverton & Associates, Inc., Consultant, hereby agree to said Supplemental Agreement
consisting of the above mentioned item, and agree that this Supplemental Agreement is hereby made a part of the
original contract to be performed under the specifications thereof, and that the original contract is in full force and
effect, except insofar as it might be modified by this Supplemental Agreement.
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA-RICHMOND COUNTY Wolverton & Associates, Inc.
AUGUSTA, GEORGIA
Janice Allen Jackson, Administrator
Approved Date: Approved Date: __________________________
[ATTACHED CORPORATE SEAL]
ATTEST: ATTEST:
Title:
Title:
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby adopted:
Section 1: This project is set up and authorized to CPB#328-041110-210328103 to award
the preliminary engineering concept phase of the Design Consultant Services Agreement
to Wolverton & Associates, Inc., in the amount of $491,688.00 for the 15th Street
Pedestrian Inprovements Project. Due to a conflict of interest, URS discontinued design
services for the project after its merger.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
SPLOST Phase VI 756,120$
TIA Discretionary 109,078$
865,198$
Section 3: Copies of this Capital Project Budget shall be made available to the
Comptroller for direction in carrying out this project.
Adopted this ____________________ day of ______________________.
Approved
_________________________________________________
Original-Commission Council Office
Copy-Engineering Department
Copy-Finance Department
Copy-Procurement Department
CPB#328-041110-210328103
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
15th Street Pedestrian Improvements
1 of 2 6/20/2017
Augusta-Richmond County, Georgia CPB#328-041110-210328103
CAPITAL PROJECT BUDGET
15th Street Pedestrian Improvements
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
SPLOST PHASE VI (756,120.00)$ -$ (756,120.00)$
000-0000-0000000
TIA DISCRETIONARY (109,078.00)$ (109,078.00)$
TOTAL SOURCES: (865,198.00)$ -$ (865,198.00)$
USE OF FUNDS
ENGINEERING
000-0000-0000000-5212115 865,198.00$ -$ 865,198.00$
TOTAL USES:865,198.00$ -$ 865,198.00$
2 of 2 6/20/2017
Commission Meeting Agenda
7/18/2017 2:00 PM
GDOT SR 4/15th St from Milledgeville Rd to Government Rd Utility Relocations
Department:Utilities
Department:Utilities
Caption:Motion to approve Professional Services Proposal from WK
Dickson & Company for the necessary design of Utility
Relocations for the GDOT SR 4/15th Street from Milledgeville
Rd to Government Rd Project in the amount of $125,000.
(Approved by Engineering Services Committee July 11, 2017)
Background:Currently GDOT is proposing a design project to widen and
improve drainage along State Route 4 from Milledgeville Rd to
Government Road. The existing right of way is extremely limited
and congested with existing utilities, which makes any design
efforts very challenging. WK Dickson has provided a proposal to
design necessary water and sewer relocations associated with the
roadway work. WK Dickson will also evaluate the need to
relocate/rehabilitate/replace existing aging infrastructure in this
area, prior to any roadway efforts.
Analysis:WK Dickson has been approved to provide professional services
related to GDOT work under RFQ #13-124. They have a local
office and are the firm most familiar with our water and sewer
infrastructure in this area.
Financial Impact:WK Dickson & Company has proposed to provide professional
design services for this project for a fee of $125,000. We have
reviewed the scope of work and associated fees and find them to
be reasonable.
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommends the proposal from WK
Dickson & Company $125,000 be approved.
Funds are Available Cover Memo
in the Following
Accounts:
Funds are available in the following accounts: 512043490-
5212115 / 81700050-5212115
REVIEWED AND APPROVED BY:
Cover Memo
1 OF 25 REVISION DATE: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
W.K. Dickson & Co., Inc.
CONSULTANT
CONSULTANT: W.K. Dickson & Co., Inc.
PROJECT: GDOT SR 4/15th St from Milledgeville Rd to
Government Rd Utility Relocations
DATE EXECUTED:
DATE COMPLETED:
2 OF 25 REVISION DATE: June 2006
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
W.K. Dickson & Co., Inc.
CONSULTANT
This Agreement is made and entered into this ______ day of _ ___________, 2017 by and between
AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the “CITY”
and , a Corporation authorized to do business in Georgia, hereinafter called the
"CONSULTANT."
WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish
professional services for:
and,
WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to
provide the services contained herein and the CITY has relied upon such representation.
NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is
agreed by and between the CITY and the CONSULTANT that:
3 OF 25 REVISION DATE: June 2011
GENERAL PROVISIONS
CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design
professionals, to provide the engineering services required to provide professional engineering and
design services for the Project in accordance with the requirements as outlined in and attached as
Attachment A – Scope of Services and other relevant data defining the Project.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility
companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties
agree to work together on the basis of trust, good faith and fair dealing, and shall take actions
reasonably necessary to enable each other to perform this Agreement in a timely, efficient and
economical manner. All parties agree to cooperate in a manner consistent with good design
practice and will exercise the degree of skill and diligence normally employed by professional
engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any
services not meeting this standard without additional compensation.
AMENDMENTS TO AGREEMENT
Every amendment to the Scope of Services shall become and is hereby made a part of this
Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be
valid.
REDUCTION IN REQUIRED SERVICES
If reductions in the required services are ordered by CITY, the credits shall be the amounts for such
services as described in subsequently executed Amendments to this Agreement, and no claim for
damages for anticipated profits shall accrue to the CONSULTANT.
DATE CHANGES
If in this Agreement specific periods of time for rendering services are set forth or specific dates by
which services are to be completed are provided and if such periods of time or dates are changed
through no fault of CONSULTANT, the rates and amounts of compensation provided for herein
shall be subject to equitable adjustment.
AGREEMENT MODIFICATIONS
This Agreement shall not be modified except by a duly executed Amendment hereto in writing
under the hands and seals of both parties hereto.
TIME OF COMPLETION
The time of completion shall be as described in the schedule attached hereto as Attachment D -
Schedule.
4 OF 25 REVISION DATE: June 2011
This Agreement shall terminate immediately and absolutely at such time as appropriated and
otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT
on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all
work prior to termination of contract even if the CITY has obligated the funds to other projects.
PROJECT PROGRESS
CONSULTANT'S services and compensation under this Agreement have been agreed to in
anticipation of the orderly and continuous progress of the Project through completion.
LITIGATION
Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support,
prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of
the CITY except in consideration of compensation. All such services required or requested of
CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be
reimbursed as additional services.
BINDINGS
It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their
successors, executors, administrators and assigns to the other party to this Agreement and to its or
their successors, executors and assigns in respect to all covenants of this Agreement. Except as
above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in
this Agreement without prior written consent of the other party hereto.
EXTENT OF THE AGREEMENT
This Agreement represents the entire agreement between CITY and CONSULTANT and
supersedes all prior negotiations, representations and agreements, either written or oral.
5 OF 25 REVISION DATE: June 2011
DEFINITIONS
Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall
have the following meanings:
Agreement Execution - means the date on which CONSULTANT executes and enters into an
Agreement with CITY to perform the Work.
Agreement Price - means the total monies, adjusted in accordance with any provision herein,
payable to the CONSULTANT under this Agreement.
CITY –means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia.
CONSULTANT - means the party or parties contracting directly with the CITY to perform Work
pursuant to this Agreement.
Contract - means the Agreement Documents specifically identified and incorporated herein by
reference.
Contract Time - means the period of time stated in this Agreement for the completion of the Work.
Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity
having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to
provide a part of the Work called for by this Agreement.
Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted
by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the
Agreement Price or the Contract Time, issued after execution of this Agreement.
Task Order – means a written order specifying a Scope of Services, time of completion and
compensation limit for services being provided by CONSULTANT. Task Orders shall be
incorporated by reference as part of the Supplemental Conditions of this Agreement.
Work - means any and all obligations, duties and responsibilities, including furnishing equipment,
engineering, design, workmanship, labor and any other services or things necessary to the
successful completion of the Project, assigned to or undertaken by CONSULTANT under this
Agreement.
6 OF 25 REVISION DATE: June 2011
CONTRACT DOCUMENTS
List of Documents
The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements,
including Task Orders shall constitute the Agreement Documents (the “Agreement”).
Conflict and Precedence
The Agreement Documents are complementary, and what is called for by one is as binding as if
called for by all. In the event there are any conflicting provisions or requirements in the component
parts of this Agreement, the several Agreement Documents shall take precedence in the following
order:
1. Agreement – Including Attachments
2. General Conditions
3. Supplemental Conditions – Including Task Orders
7 OF 25 REVISION DATE: June 2011
GENERAL CONDITIONS
1. COMMENCEMENT OF WORK
The performance of services as defined in the Prime Agreement between CONSULTANT and the
CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt
by the CONSULTANT of a written Notice To Proceed. The effective date of services shall be
defined in the Notice To Proceed.
2. PROFESSIONAL STANDARDS
The standard of care for all services performed or furnished by CONSULTANT under this
Agreement will be the level of care and that is ordinarily used by members of CONSULTANT’S
profession practicing under similar conditions.
3. CHANGES AND EXTRA WORK
The CITY may, at any time, request changes in the work to be performed hereunder. All such
changes, including any increase or decrease in the amount of the CONSULTANT’s compensation,
which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be
incorporated in written Supplemental Agreements to the Agreement.
Changes that involve an increase in the compensation shall be considered major, and require the
approval of the CITY.
4. PERSONNEL
The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel
necessary to complete this Agreement; none of whom shall be employees of, or have any
contractual relationship with, the CITY. All of the services required hereunder will be performed
by the CONSULTANT under its supervision, and all personnel engaged in the work shall be
qualified and shall be authorized or permitted under law to perform such services.
All key professional personnel, including subcontractors, engaged in performing services for the
CONSULTANT under this agreement are indicated in a personnel listing attached hereto as
Attachment C – Listing of Key Personnel and incorporate herein by reference. No changes or
substitution shall be permitted in the CONSULTANT’s Key Personnel without the prior written
approval of the CITY or his designee.
The CONSULTANT shall employ only persons duly registered in the appropriate category in
responsible charge of supervision and design of the work. The CONSULTANT shall endorse all
reports, contract plans, and survey data. Such endorsements shall be made by a person duly
registered in the appropriate category by the Georgia State Board of Registration for Professional
Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for
the work prescribed by this Agreement.
8 OF 25 REVISION DATE: June 2011
5. ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct
errors and omissions in its plans and specifications without additional compensation. The
CONSULTANT shall give immediate attention to these changes so there will be a minimum of
delay to others.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for
subsequent correction of any errors and the clarification of any ambiguities.
6. CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential use and
information of the CITY and that it will not disclose its conclusions in whole or in part to any
persons whatsoever, other than to submit its written documentation to the CITY, and will only
discuss the same with it or its authorized representatives. Upon completion of this Agreement
term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT
pursuant thereto shall become the property of the CITY and be delivered thereto.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or
results and findings of the work conducted under this Agreement shall not be presented publicly or
published without prior approval in writing of the CITY.
It is further agreed that if any information concerning the PROJECT, should be released by the
CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds
for termination of this Agreement without indemnity to the CONSULTANT, but should any such
information be released by the CITY or by the CONSULTANT with such prior approval, the same
shall be regarded as public information and no longer subject to the restrictions of this Agreement.
7. OPEN RECORDS
CONSULTANT acknowledge that all records relating to this Agreement and the services to be
provided under the contract may be a public record subject to Georgia’s Open Records Act
(O.C.G.A. § 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request
and making all records, not exempt, available for inspection and copying as provided by law.
8. JURISDICTION
The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT
with regard to its interpretation and performance, and any other claims related to this agreement.
All claims, disputes and other matters in question between CITY and CONSULTANT arising out of
or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically
consents to jurisdiction and venue in Richmond County and waives any right to contest the
jurisdiction and venue in the Superior Court of Richmond County, Georgia.
9 OF 25 REVISION DATE: June 2011
9. TERMINATION OF AGREEMENT FOR CAUSE
If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its
obligations under this Agreement, or if the CONSULTANT shall violate any of the covenants,
agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to
commence correction of obligation within 5 days of written notice and diligently complete the
correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed,
or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause
for termination. The CITY shall thereupon have the right to terminate this Agreement by giving
written notice to the CONSULTANT of such termination, and specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In such event, all finished or
unfinished documents, maps, data, studies, work papers and reports prepared by the
CONSULTANT under this Agreement shall become the property of the CITY, and the
CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory
work completed on such documents, as mutually agreed by the CITY and CONSULTANT.
10. TERMINATION FOR CONVENIENCE OF THE CITY
The CITY may terminate this contract in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract
up to the time of termination.
11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND
CONSULTANTS
CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the
submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of
Services.
If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT
shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed
committee(s), and carefully fit its own work to such additional work as may be directed by the
CITY. The CONSULTANT shall not commit or permit any act which will interfere with the
performance of work by any other CONSULTANT or by CITY employees.
12. COVENANT AGAINST CONTINGENT FEES
The CONSULTANT warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established
commercial or selling agencies maintained by CONSULTANT for the purpose of securing business
and that the CONSULTANT has not received any non-CITY fee related to this Agreement without
the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have
the right to annul this Agreement without liability or at its discretion to deduct from the Agreement
Price of consideration the full amount of such commission, percentage, brokerage or contingent fee.
10 OF 25 REVISION DATE: June 2011
13. RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons caused
by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents
and employees from all suits, claims, actions or damages of any nature whatsoever to the extent
found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent
performance or non-performance of work under this Agreement. These indemnities shall not be
limited by reason of the listing of any insurance coverage.
14. INSURANCE
The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in
force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or
financial loss resulting from injuries occurring to persons or property or occurring as a result of any
negligent error, act, or omission of the CONSULTANT in performance of the work during the term
of this Agreement.
The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's
Compensation insurance in accordance with the laws of the State of Georgia.
The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits
of not less than:
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 that One Million ($1,000,000) Dollars for
injuries, including those resulting in death to any one person, and in an amount of not less than
One Million ($1,000,000) Dollars on account of any one occurrence.
C. Property Damage Insurance – in an amount of not less than One Million ($1,000,000) Dollars
from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000)
Dollars.
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.
E. Professional Liability Insurance – in an amount of not less than One Million ($1,000,000) Dollars
or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000.
CITY will be named as an additional insured with respect to CONSULTANT’s liabilities hereunder
in insurance coverage’s identified in items (b) and (c).
The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be
noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the
CITY as co-insured, except for worker's compensation and professional liability policies, and a copy
11 OF 25 REVISION DATE: June 2011
of such policy or a certificate of insurance shall be filed with the Director at the time of the
execution of this Agreement.
15. PROHIBITED INTERESTS
15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall
acquire no interest, direct or indirect, that would conflict in any manner or degree with the
performance of its services hereunder. The CONSULTANT further agrees that, in the
performance of the Agreement, no person having such interest shall be employed.
15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure
or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the
proceeds thereof.
15.3 Employment of CITY’s Personnel: The CONSULTANT shall not employ any person or
persons in the employ of the CITY for any work required by the terms of the Agreement,
without the written permission of the CITY except as may otherwise be provided for herein.
16. SUBCONTRACTING
The CONSULTANT shall not subcontract any part of the work covered by this Agreement or
permit subcontracted work to be further subcontracted without the CITY's prior written approval
of the subcontractor.
All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set
forth in this Agreement.
17. ASSIGNABILITY
The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its
rights, obligations, benefits, liabilities or other interest under this Agreement without the written
consent of the CITY.
18. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the
CONSULTANT will not discriminate against any employee or applicant for employment because
of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or
advertisements for employees placed by qualified applicants, receive consideration for employment
without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the
foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so
that such provision will be binding upon each subcontractor, provided that the foregoing provision
shall not apply to contracts or subcontracts for standard commercial supplies of raw materials.
19. DRUG FREE WORK PLACE
12 OF 25 REVISION DATE: June 2011
CONSULTANT shall be responsible for insuring that its employees shall not be involved in any
manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a
controlled substance in the workplace. For purposes of the policy, “workplace” is defined as CITY
owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may
result in discipline and/or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal
drug statute conviction for workplace violation.
CONSULTANT may require drug or alcohol testing of employees when contractually or legally
obligated, or when good business practices would dictate.
20. ANTI-KICKBACK CLAUSE
Salaries of architects, drafters, engineer’s, and technicians performing work under this Agreement
shall be paid unconditionally and not less often than once a month without deduction or rebate on
any account except only such payroll deductions as are mandatory by law. The CONSULTANT
hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate
provisions in all subcontracts covering work under this Agreement.
21. AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary, the
CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for
examination all of its records with respect to all matters covered by this Agreement. It shall also
permit the CITY and/or representatives of the audit, examine and make copies, excerpts or
transcripts from such records of personnel, conditions of employment and other data relating to all
matters covered by this Agreement.
The CONSULTANT shall maintain all books, documents, papers, accounting records and other
evidence pertaining to costs incurred on the Project and used in support of its proposal and shall
make such material available at all reasonable times during the period of the Agreement, and for
three years from the date of final payment under the Agreement, for inspection by the CITY or any
reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The
CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it
may make with any subcontractor, assignee, or transferee.
22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE
All documents and materials prepared as an instrument of service pursuant to this Agreement are
the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose,
distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials
prepared under this Agreement without according credit of authorship. The CITY shall hold
harmless the CONSULTANT against all claims arising out of such use of documents and materials
without the CONSULTANT’s knowledge and written consent.
23. VERBAL AGREEMENT OR CONVERSATION
13 OF 25 REVISION DATE: June 2011
No verbal agreement or conversation with any officer, agent, or employee of the CITY, either
before, during, or after the execution of this Agreement, shall affect or modify any of the terms or
obligations herein contained, nor shall such verbal agreement or conversation entitle the
CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All
changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above.
24. INDEPENDENT CONTRACTOR
The CONSULTANT shall perform the services under this Agreement as an independent contractor
and nothing contained herein shall be construed to be inconsistent with this relationship or status.
Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or
any of its agents or employees to be the agent, employee, or representative of the CITY.
25. NOTICES
All notices shall be in writing and delivered in person or transmitted by certified mail, postage
prepaid. Notices shall be addressed as follows:
CITY: CONSULTANT:
ADMINISTRATOR
AUGUSTA, GEORGIA
530 Greene Street
Augusta, GA 30911
Copy to:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, GA 30901
26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order
a temporary stopping of the work, or delaying of the work to be performed by CONSULTANT
under this agreement.
27. DEFECTIVE PRICING
To the extent that the pricing provided by CONSULTANT is erroneous and defective, the parties
may, by agreement, correct pricing errors to reflect the intent of the parties.
28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE
CONSULTANT is not responsible for delay in performance caused by hurricanes, tornadoes,
floods, and other severe and unexpected acts of nature. In any such event, the contract price and
schedule shall be equitably adjusted.
14 OF 25 REVISION DATE: June 2011
29. HOLD HARMLESS
Except as otherwise provided in this agreement, CONSULTANT shall indemnify and hold
harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits,
demands, damages, losses, and expenses, including attorneys’ fees, arising out of or resulting from
the negligent performance of its Work.
30. GEORGIA PROMPT PAY ACT NOT APPLICABLE
The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act.
31. RIGHT TO INSPECT PREMISES
Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work
site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is
pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia.
32. E-VERIFY
All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical
performance of services shall be required to execute an Affidavit verifying its compliance with
O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is
contracting with Augusta, Georgia has registered with and is participating in a federal work
authorization program. All contractors and subcontractors must provide their E-Verify number and
must be in compliance with the electronic verification of work authorized 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.
99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-
10-91 and shall continue to use the federal authorization program throughout the contract term. All
contractors shall further agree that, should it employ or contract with any subcontractor(s) in
connection with the physical performance of services pursuant to its contract with Augusta,
Georgia the contractor will secure from such subcontractor(s) each subcontractor’s E-Verify number
as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit
provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to
maintain records of such compliance and provide a copy of each such verification to Augusta,
Georgia at the time the subcontractor(s) is retained to perform such physical services.
33. LOCAL SMALL BUSINESS LANGUAGE
In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to
collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its
Local Small Business Opportunity Program and to make such records available to Augusta,
Georgia. The requirements of the Local Small Business Opportunity Program can be found at
www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), for all contracts
where a local small business goal has been established, the contractor is required to provide local
small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid
to each local small business on each contract, and shall provide such payment affidavits, regarding
payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in
15 OF 25 REVISION DATE: June 2011
the format specified by the Director of minority and small business opportunities, and shall be
submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the
time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the
remedies set forth, including but not limited to, withholding payment from the contractor and/or
collecting liquidated damages.
34. ACKNOWLEDGEMENT
“Consultant acknowledges that this contract and any changes to it by amendment, modification,
change order or other similar document may have required or may require the legislative
authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law,
Consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume
contractual obligations and the consequences of Consultant's provision of goods or services to
Augusta, Georgia under an unauthorized contract, amendment, modification, change order or
other similar document, including the possibility that the Consultant may be precluded from
recovering payment for such unauthorized goods or services. Accordingly, Consultant agrees that
if it provides goods or services to Augusta, Georgia under a contract that has not received proper
legislative authorization or if the Consultant provides goods or services to Augusta, Georgia in
excess of the any contractually authorized goods or services, as required by Augusta, Georgia's
Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or
services provided by Consultant. Consultant assumes all risk of non-payment for the provision of
any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to
other remedies for the provision of any unauthorized goods or services to Augusta, Georgia,
however characterized, including, without limitation, all remedies at law or equity." This
acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and
services, except revenue producing contracts.
[SIGNATURES ON FOLLOWING PAGE]
16 OF 25 REVISION DATE: June 2011
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below:
CITY: CONSULTANT:
AUGUSTA, GEORGIA (CITY)
BY: BY:
PRINTED NAME: Hardie Davis, Jr. PRINTED NAME
AS ITS: MAYOR AS ITS:: Principal
ATTEST CLERK: ATTEST:
PRINTED NAME: PRINTED NAME
AS ITS: Clerk of Commission AS ITS:: Principal
DATE: DATE:
Copy To:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, GA 30901
17 OF 25 REVISION DATE: June 2006
CONSULTANT’S RESPONSIBILITIES
CONSULTANT , in order to determine the requirements of the Project, shall review the
information in Attachment A – Scope of Services. CONSULTANT shall review its understanding
of the Project requirements with CITY and shall advise CITY of additional data or services which
are not a part of CONSULTANT’s services, if any, necessary for design to begin.
PROJECT UNDERSTANDING
Upon request from the CONSULTANT, CITY may provide all criteria and full information as to
CITY's and CONSULTANT'S requirements for this part of the project, including design objectives
and constraints, space, capacity and performance requirements, flexibility and expendability, and
any budgetary limitations. CONSULTANT may request from the CITY to furnish data, reports,
surveys, and other materials that may be relied upon in performing CONSULTANT'S services.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the project
activities and data collected under the Agreement and amendments thereto. All reports,
drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY
in association with this Agreement shall be subject to review.
The CITY may at any time request progress reports, prints or copies of any work performed
under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans
shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies
with the CITY’s request in the regard.
The CITY’s review recommendations shall be incorporated into the plans by the CONSULTANT.
CONSULTANT'S INSURANCE
CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as
specified in General Condition 14 – Insurance.
18 OF 25 REVISION DATE: June 2011
CITY’S RESPONSIBILITES
CITY-FURNISHED DATA
CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness,
and completeness of the information provided by CITY.
RIGHT TO ENTER
The CONSULTANT will notify all property owners or occupants of the intent to enter properties
for the purpose of accomplishing work in accordance with the practices of the CITY. The
CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of
intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the
necessary documents identifying the CONSULTANT as being in the employ CITY for the
purpose described in the Agreement.
ADVERTISEMENTS, PERMITS, AND ACCESS
Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all
advertisements for bids; permits and licenses required by local, state, or federal authorities; and
land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT
construction.
TIMELY REVIEW
CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications,
proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant,
auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and
render in writing decisions required by CITY in a timely manner.
PROMPT NOTICE
CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes
aware of any development that affects the scope or timing of CONSULTANT's Services, or of any
defect in the work of CONSULTANT or construction contractors.
CITY'S INSURANCE
CITY will maintain property insurance on all pre-existing physical facilities associated in any way
with the PROJECT.
LITIGATION ASSISTANCE
The Scope of Services does not include costs of CONSULTANT for required or requested
assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or
defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for
suits or claims between the parties to this AGREEMENT, will be reimbursed as additional
services.
1 OF 6 REVISION DATE: June 2006
ATTACHMENT A – SCOPE OF SERVICES
PROJECT DESCRIPTION:
This project involves providing Professional Engineering Services related to assisting Augusta
Utilities Department (AUD) with the Georgia Department of Transportation (GDOT)
Transportation Investment Act (TIA) Project P.I. # 220680 – Richmond County, SR 4 / 15th Street
From Milledgeville Road To Government Street (Project). AUD received a letter from GDOT
referencing OCGA 32-6-170 & 171 – Request for Project Information, 2nd Submission – Existing and
Proposed Utility Facilities which requests utility information and a submission from AUD. AUD
has requested W.K. Dickson & Company, Inc.’s (CONSULTANT’s) assistance in responding to
GDOT’s request, which will involve the following items:
• Check existing AUD facilities as shown on GDOT’s plans for any missing and/or incorrect
information and provide mark-ups.
• Mark any existing AUD easements within the project limits.
• Mark proposed AUD relocations of facilities in conflict with proposed GDOT design on the
plans.
• Verify any AUD easements currently owned or any applicable AUD easements previously
requested for the GDOT to acquire on behalf of AUD to determine if they are appropriately
shown on the plans.
• Indicate if retention is anticipated for existing AUD underground facilities.
• Submit any applicable bridge space requirements for AUD facilities.
• Submit a letter or request as outlined in GDOT’s Utility Accommodation Policy and
Standards Manual.
• Provide applicable utility agreement package for lump sum or actual cost, contract item,
and easement limited agreements.
• Complete permit application submitted through the Georgia Utility Permitting System
(GUPS).
SCOPE OF SERVICES:
The CONSULTANT proposes to provide the following Scope of services for the fees listed under
“Basis of Compensation”.
Kick-off Meeting and Weekly Progress Meetings
A kickoff meeting and weekly progress meetings will be conducted at AUD’s office to review
project status and coordinate AUD’s review and input to items as the project develops. Meetings
will be held on or near the following dates: May 8, 15, 22, 30 and June 5 and 12, 2017. This will allow
for weekly coordination, input and decisions to be made to shape the GDOT deliverable so that it
aligns with AUD’s goals. These meetings will be 1.5 hours each and will be attended by the
CONSULTANT’s Project Manager and key members of the Project Team (as needed).
CONSULTANT will produce an agenda (for the upcoming meeting) and minutes (from the
previous meeting), and distribute the Friday before in preparation for each upcoming meeting.
Review of AUD GIS, Record and Master Plan Information
CONSULTANT will gather and review AUD’s GIS records and master planning information for
comparison to the GDOT Plans and AUD’s long term goals for service in the project corridor.
CONSULTANT will meet with AUD Operations staff to gather information associated with
condition assessment and location of facilities and easements in the project corridor.
Field Review and Evaluation of GDOT Plans
CONSULTANT will conduct field reviews of existing AUD utility information and compare to
GDOT’s plans for accuracy. AUD will assist CONSULTANT as needed to confirm locations of
existing facilities and easements, and to provide information on the condition of facilities in the
project corridor. CONSULTANT may request assistance from AUD with subsurface utility
exploration (SUE) services, CCTV, etc. CONSULTANT will not provide surveying or condition
assessment inspections.
Proposed Relocations and Existing Facilities Retention
Based upon the findings from the above tasks, CONSULTANT will produce markups of the
proposed utility relocations, identify utility retentions, identify easement requirements, and
identify SUE services that may be needed to confirm location of AUD facilities. CONSULTANT
will assist AUD with the GDOT requested submittal which will comply with GDOT’s Plans
Transfer Procedures for Utility Submissions and Utility Accommodation Policy and Standards
Manual. Plans, profiles and cross sections (if applicable) will be prepared and submitted by
CONSULTANT using Microstation V8i.
Estimate Opinion of Probable Construction Cost
CONSULTANT will provide an opinion of probable cost to construct AUD facility relocations
using recent AUD bid tabulation information for similar GDOT utility relocation projects.
CONSULTANT will support AUD with response to GDOT’s request to provide applicable utility
agreement package per GDOT’s letter dates January 18, 2017.
Permit Application
CONSULTANT will support AUD with response to GDOT’s request (from GDOT letter dated
January 18, 2017) to provide complete permit application submitted through the GUPS.
TIME OF PERFORMANCE:
CONSULTANT will begin work immediately upon Notification to Proceed and work diligently to
complete the Scope of Services to meet the submittal deadlines requested by Georgia Department
of Transportation and approved by AUD.
MISCELLANEOUS:
Additional Services:
AUD may request additional services from time to time. These services will be provided on an as-
needed basis only when requested by AUD. Should the need arise for additional services during
the course of the project; the CONSULTANT will be pleased to provide AUD with an estimated
cost prior to authorization of additional services
Services Not Included
Upon mutual agreement, AUD may amend this Agreement so that the CONSULTANT may furnish
additional services such as those listed below. Additional compensation for additional services
rendered will be based on negotiated terms.
• SUE services
• Surveying services
• Preparation of easement plats
• Condition assessment and hydraulic capacity evaluations
• Professional Engineering services related to additional or detailed design,
permitting, bidding, and construction services
ATTACHMENT B - COMPENSATION
The City shall pay the CONSULTANT for services set forth in Scope of Services,
Basic Services
The OWNER shall pay the CONSULTANT for services set forth in the Scope of Services on a
time and expense basis for a not to exceed fee amount of $125,000.00.
The CITY shall compensate the CONSULTANT for services, which have been authorized by the
CITY under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY
and accompanied by all support documentation requested by the CITY, for payment for the
services, which were completed during the billing period. The CITY shall review for approval
said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not
properly supported, or if the costs requested or a part thereof, as determined solely by the CITY,
are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay
each such invoice or portion thereof as approved, provided that the approval or payment of any
such invoice shall not considered to be evidence of performance by the CONSULTANT to the
point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by
such invoice. The CITY shall pay any undisputed items contained in such invoices.
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems, which have been encountered, which may inhibit
execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and
an itemized description of the percentage of total work completed for each phase during the
billing period.
When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task
Order, it agrees to pay the CONSULTANT for work completed.
Compensation for design services shall be invoices based on the percentage of work completed
under the lump sum agreement.
Overtime may be performed at the discretion of the CONSULTANT, but the premium time
portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested
acceleration of the scheduled work in writing.
ATTACHMENT C – LISTING OF KEY PERSONNEL
CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel
below, including a designated Program Manager will not change or be reassigned without the
written approval of the CITY. Those personnel committed for this work are as follows:
David L. Pond, PE
Bryan Odom, PE
William Wingate, PE
William Young, PE
Walter Fletcher, PE
Kevin Kopf, EI
William Wheeler
23 OF 25 REVISION DATE: June 2011
CONSULTANT SERVICES
As a part of this Agreement the CONSULTANT agrees to furnish the following checked items
(CONSULTANT to initial in the space provided acknowledging responsibility to furnish said
item).
Prior to Authorization To Proceed:
Detailed Scope of Services based upon Schedule A of this Agreement to be submitted
with Cost Proposal clearly defining the CONSULTANT’S understanding of the project
limits, design objectives and CONSULTANT’S services to be provided.
Cost Proposal that will include cost of surveying, design, preparation of construction
plans and specifications, and other services requested in the CITY’s Request for
Proposal.
Schedule for submittal of review documents at 30%, 60%, and 90% completion; and
final documents.
Prior to submitting 30% review documents:
Locate all existing utilities using available information collected by the CONSULTANT.
The CITY will furnish available information on water and sewer locations however the
CONSULTANT must verify to CITY’S satisfaction.
Provide CITY with information on the project site(s), including the following:
Past and present use of the land (specifically identify any landfilling activities in the
area); identify any nearby designated wetlands
Soil type(s)
Boring results when required by CONSULTANT for new facilities or where depth of
line and existing site conditions warrant.
Brief description of the area (e.g., residential, commercial, industrial) including general
slope of the land, and whether trees, signs, etc. will be in conflict with the new facilities.
Include number of properties affected and number of easements required with
property owners identified
Identification of potential problems in meeting design objectives.
Site Plan (If Required)
Throughout project:
Prepare printed responses to comments received from the CITY following reviews.
Provide the necessary plats for easement acquisition and DOT/other permit
application.
Prepare Public Works/DOT/Other permit applications for signature by the CITY.
24 OF 25 REVISION DATE: June 2011
Prepare and submit plans to EPD for review and approval when required.
Prepare plans and specifications, using Augusta Utilities Design Standards and
Specifications (latest version). Specifications must mirror that provided by the CITY.
Prepare construction cost estimates at each review stage, 30%, 60%, 90%, and with the
submittal of Final documents. Provide cost breakdown for any items to be lump sum in
the construction contract.
Upon completion of design:
Coordinate with the City Procurement Department to advertise the project.
Fax bid information to CITY.
Attend the Pre-Bid Meeting as a technical reference to the CITY.
Prepare letter of recommendation for award of the contract.
Develop conformed contract documents and forward to the CITY for execution.
Attend the pre-construction meeting as a technical reference to the CITY.
Provide clarification related to the plans/specifications throughout design and
construction.
Provide record drawings at completion of the project electronically, per the Utilities
Design Standards and Specifications (latest version).
Provide Services During Construction as follows:
Attend project meetings as scheduled by the CITY
Recommend design changes as field conflicts arise (site visits may be required)
Review and approval of pay requests from the construction Contractor (line of
communication will be construction contractor to resident observer to CONSULTANT
to CITY)
Provide clarification of plans and specifications throughout construction
Revise/update plans and/or easement plats as changes occur that require resubmittal
to DOT/other agencies.
AUGUSTA UTILITIES DEPARTMENT CONSULTANT
BY: BY:
PRINTED NAME: PRINTED NAME:
TITLE: DIRECTOR TITLE: Principal
DATE: DATE:
25 OF 25 REVISION DATE: June 2006
ADDITIONAL SERVICES:
1. Revisions to the plans/contract documents to extend the limits of the project after this
AGREEMENT has been executed by the CITY.
2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e., correct
location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of
the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government
agency at their request will be considered an additional service.
3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY.
4. Other not described above, as approved by the CITY.
NOTE:
It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It
is expected that such professionals will operate in a manner which assures the interests of the common welfare, rather than in a
manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a
client. It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their
professional duties.
Commission Meeting Agenda
7/18/2017 2:00 PM
Motion to authorize condemnation to acquire title of a portion of property for permanent easement – 128
Courtland Drive (Parcel 061-2-206-00-0)
Department:Law
Department:Law
Caption:Motion to authorize condemnation to acquire title of a portion of
property for permanent easement – 128 Courtland Drive (Parcel
061-2-206-00-0).(Approved by Engineering Services
Committee July 11, 2017)
Background:The owner recently passed away, and therefore the City seeks to
acquire the property through condemnation. In order to proceed
and avoid further project delays, it is necessary to condemn a
portion of subject property. The required property consists of
50.61 sq. ft. of permanent easement. The appraised value is
$20.00.
Analysis:Condemnation is necessary in order to acquire the required
property.
Financial Impact:The necessary costs will be covered under the project budget.
Alternatives:Deny condemnation.
Recommendation:Approve condemnation.
Funds are Available
in the Following
Accounts:
G/L: 328-041110-52.12122 J/L: 212828101-52.12122
REVIEWED AND APPROVED BY:
Finance.
Law.
Cover Memo
Administrator.
Clerk of Commission
Cover Memo
AGENDA ITEM __________
EDITION __________
CAPTION: Motion to authorize condemnation to acquire title of a portion of
property for permanent easement (Parcel 061-2-206-00-0)
128 Courtland Drive
BACKGROUND: The owner recently passed away, and therefore the City seeks to
acquire the property through condemnation. In order to proceed
and avoid further project delays, it is necessary to condemn a
portion of subject property. The required property consists of 50.61
sq. ft. of permanent easement.
The appraised value is $20.00.
ANALYSIS: Condemnation is necessary in order to acquire the required
property.
FINANCIAL IMPACT: The necessary costs will be covered under the project budget.
ALTERNATIVES: Deny condemnation.
RECOMMENDATION: Approve condemnation.
AGENDA DATE: July 11, 2017.
DEPARTMENT
DIRECTOR: FUNDS ARE AVAILABLE IN THE
FOLLOWING ACCOUNTS:
G/L: 328-041110-52.12122
J/L: 212828101-52.12122
ADMINISTRATOR: _________________________ FINANCE: _______________________________
DATE: June 26, 2017
TO: The Honorable Hardie Davis, Jr. Mayor
Members of the Augusta Commission
Members of the Public Services Committee
FROM: Randolph Frails, Esquire and Andrew MacKenzie, General Counsel
SUBJECT: Acquisition of a permanent easement to City of Augusta, Georgia from heirs
of Samuel Wright
128 Courtland Drive
Augusta Information Technology - GIS Division, Augusta, GAAugusta GA GIS
June 27, 2017 0 50 10025 ft
0 10 205 m
1:564
Disclaimer: While every effort is made to keep information provided over the internet accurate and up-to-date, Augusta does not certify the authenticity or accuracy of such information. No warranties, express or implied, are provided for the records and/or mapping data herein, or for their use or interpretation by the User.
Commission Meeting Agenda
7/18/2017 2:00 PM
Motion to authorize condemnation to acquire title of the entire parcel, (Parcel 087-4-080-00-0) 199 Dan
Bowles Road
Department:Law
Department:Law
Caption:Motion to authorize condemnation to acquire title of the entire
parcel, (Parcel 087-4-080-00-0) 199 Dan Bowles Road.
(Approved by Engineering Services Committee July 11, 2017)
Background:Despite repeated efforts, the City has been unable to reach an
agreement with the property owner and therefore seeks to acquire
title through condemnation. In order to proceed and avoid further
project delays, it is necessary to condemn the parcel. The
required property consists of 7,854 square feet. The appraised
value is $7,000.00.
Analysis:Condemnation is necessary in order to acquire the required
property.
Financial Impact:The necessary costs will be covered under the project budget.
Alternatives:Deny condemnation.
Recommendation:Approve condemnation.
Funds are Available
in the Following
Accounts:
G/L 328-041110-52.12122 J/L 212828203-52.12122
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Cover Memo
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Motion to authorize condemnation to acquire title of the entire parcel, (Parcel 088-3-001-00-0) 2007
Florida Road
Department:Law
Department:Law
Caption:Motion to authorize condemnation to acquire title of the entire
parcel, (Parcel 088-3-001-00-0) 2007 Florida Road. (Approved
by Engineering Services Committee July 11, 2017)
Background:Despite repeated efforts, the City has been unable to reach an
agreement with the property owner and therefore seeks to acquire
title through condemnation. In order to proceed and avoid further
project delays, it is necessary to condemn the parcel. The
required property consists of 7,500 square feet. The appraised
value is $12,000.00.
Analysis:Condemnation is necessary in order to acquire the required
property.
Financial Impact:The necessary costs will be covered under the project budget.
Alternatives:Deny condemnation.
Recommendation:Approve condemnation.
Funds are Available
in the Following
Accounts:
G/L 328-041110-52.12122 J/L 212828203-52.12122
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Cover Memo
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Rock Creek Relief Sewer Project
Department:Utilities
Department:Utilities
Caption:Motion to approve Award of Bid #17-207 for the Construction of
the Rock Creek Relief Sewer Project to Legacy Water Group.
(Approved by Engineering Services Committee July 11, 2017)
Background:This project will consist of the installation of a new 20” low
pressure relief sanitary sewer main that will provide increased
capacity to the Rock Creek Trunk Main. The Project is needed to
handle increased sanitary sewer flows resulting from commercial
and residential growth within the Rock Creek Basin.
Analysis:This project is extremely time sensitive, due to current
construction taking place for the River Watch Apartments.
Because of this, this Agenda Item is being submitted for
contingent approval pending Procurement receiving required
documents from the contractor. ZEL Engineers and Augusta
Utilities Department have reviewed the bid submitted by Legacy
Water Group and Strack, Inc. The bid for construction services
was deemed to be fair and reasonable by ZEL Engineers, and they
provided a recommendation letter to AUD.
Financial Impact:We have reviewed the bid from Legacy Water Group and find it to
be reasonable. Funding in the amount of $4,250,208.00 is
available from accounts: 514043420-5425210/80800010-5425210
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommends the Commission
approve the Construction Services to Legacy Water Group in the
amount of $4,250,208.00 for the Rock Creek Relief Sewer
Project.
Cover Memo
Funds are Available
in the Following
Accounts:
Funds are available in the following accounts: 514043420-
5425210/80800010-5425210
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Rock Creek Relief Sewer Project Map
Lake Olmstead
ZIMMERMAN, EVANS & LEOPOLD, INC.
706-724-5627 | Fax 706-724-5789 | 435 Telfair Street | Augusta, GA 30901
www.zelengineers.com
June 28, 2017
Mr. Tom Wiedmeier, P.E., Director
Augusta Utilities Department 360 Bay Street, Suite 180
Augusta, GA 30901
Re: 0804--01 Rock Creek Relief Low Pressure Sewer System Award Recommendation
Dear Mr. Wiedmeier:
Two bids on this project were received on June 27, 2016. The low bidder was Legacy Water Group, LLC. The bid amount was $4,250,208.00. Legacy has just completed a very
similar project for AUD at Glass Factory Ave.
We recommend that Augusta accept the bid and award the project to Legacy Water Group.
Please let us know if you need additional information.
Very truly yours,
ZIMMERMAN, EVANS AND LEOPOLD, INC.
Jorge E. Jimenez, P.E.
Principal
JEJ:slv
Enclosures: Corrected Bid Tabulation
cc: Bob Leetch
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
ROCK CREEK RELIEF SEWER
AUD PROJECT UB-2016-003
Augusta, Georgia
Augusta-Richmond County Commission
The Honorable Hardie Davis, Jr.
Mayor
Mary Davis, Mayor Pro-Tem
COMMISSION
William Fennoy
Dennis Williams
Mary Davis
Sammie Sias
Bill Lockett
Ben Hasan
Sean Frantom
Wayne Guilfoyle
Marion Williams
Grady Smith
Tom Wiedmeier
Director
Augusta Utilities Department
360 Bay Street
Suite 180
Augusta, Georgia
Invitation to Bid
Sealed bids will be received at this office until Tuesday, June 27, 2017 @ 3:00 p.m. for furnishing:
Bid Item #17-201 Rock Creek Relief Sewer for Augusta, GA - Utilities Department
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room 605,
Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime contractors, subcontractors and
suppliers exclusively from ARC. The fees for the plans and specifications which are non-refundable are $115.
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy the
Owner is providing the opportunity to view plans online (www.e-arc.com) at no charge through ARC Southern (706 821-0405)
beginning Thursday, May 18, 2017. Bidders are cautioned that submitting a package without Procurement of a complete set
are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is
material to the successful completion of the project.
A Mandatory Pre Bid Conference will be held on Friday, June 9, 2017 @ 10:00 a.m. in the Procurement Department, 535
Telfair Street, Room 605.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the
office of the Procurement Department by Tuesday, June 13, 2017 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract
with the successful bidder. A 10% Bid Bond is required to be submitted along with the bidder’s qualifications; a 100%
performance bond and a 100% payment bond will be required for award.
Invitation for bids and specifications. An invitation for bid shall be issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies
needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director.
All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate
committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the
outside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department
is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or
inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail, fax or email as follows:
Augusta Procurement Department
Attn: Geri A. Sams, Director of Procurement
535 Telfair Street, Room 605
Augusta, GA 30901
Fax: 706-821-2811 or Email: procbidandcontract@augustaga.gov
No bid will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle May 18, 25, June 1, 8, 2017
Metro Courier May 24, 2017
Revised: 2/2/2016
IB-1
SECTION IB
INSTRUCTION TO BIDDERS
IB-01 GENERAL
All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal
must be filed with the OWNER on or before the time stated in the invitation for bids. Mailed
proposals will be treated in every respect as though filed in person and will be subject to the same
requirements.
Proposals received subsequent to the time stated will be returned unopened. Prior to the time
stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be
withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of
contract with the successful bidder.
IB-02 EXAMINATION OF WORK
Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work;
the conformation of the ground; the character, quality and quantity of the facilities needed
preliminary to and during the prosecution of the work; the general and local conditions; and all
other matters which can in any way affect the work or the cost thereof under the contract. No oral
agreement or conversation with any officer, agent, or employee of the OWNER, either before or
after the execution of the contract, shall affect or modify any of the terms or obligations therein.
IB-03 ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or other pre-bid documents will be made
to any bidder orally.
Every request for such interpretation should be in writing addressed to the Geri A.
Sams, Director of Purchasing; Purchasing Department; Room 605; 535 Telfair Street; Augusta, GA
30901 and to be given consideration must be received at least ten days prior to the date fixed for
the opening of bids. Any and all such interpretations and any supplemental instructions will be in
the form of written addenda to the specifications which, if issued, will be sent by facsimile or U.S.
mail to all prospective bidders (at the respective addresses furnished for such purposes), not later
than five days prior to the date fixed for the opening of bids. Failure of any bidder to receive any
such addendum or interpretation shall not relieve such bidder from any obligation under his bid as
submitted. All addenda so issued shall become part of the Contract Documents.
IB-04 PREPARATION OF BIDS
Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized
representative. Any corrections to entries made on bid forms should be initialed by the person
signing the bid.
Bidders must quote on all items appearing on the bid forms, unless specific directions in the
advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to
quote on all items may disqualify the bid. When quotations on all items are not required, bidders
shall insert the words "no bid" where appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if
submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be
submitted as such, and shall not reveal the total amount of either the original or revised bids.
IB-2
Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of
corporations will be signed by an officer of the firm and his signature attested by the secretary
thereof who will affix the corporate seal to the proposal.
NOTE: A 10% Bid Bond is required in all cases.
IB-05 BASIS OF AWARD
The bids will be compared on the basis of unit prices, as extended, which will include and cover
the furnishing of all material and the performance of all labor requisite or proper, and completing
of all the work called for under the accompanying contract, and in the manner set forth and
described in the specifications.
Where estimated quantities are included in certain items of the proposal, they are for the purpose
of comparing bids. While they are believed to be close approximations, they are not guaranteed. It
is the responsibility of the CONTRACTOR to check all items of construction. In case of error in
extension of prices in a proposal, unit bid prices shall govern.
IB-06 BIDDER'S QUALIFICATIONS
No proposal will be received from any bidder unless he can present satisfactory evidence that he is
skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet
all obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in
a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving
reliable information as to working capital available, plant equipment, and his experience and
general qualifications. The OWNER may make such investigations as are deemed necessary to
determine the ability of the bidder to perform the work and the bidder shall furnish to him all such
additional information and data for this purpose as may be requested. The OWNER reserves the
right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy
the OWNER that such bidder is properly qualified to carry out the obligations of the contract and
to complete the work contemplated therein. Part of the evidence required above shall consist of a
list of the names and addresses of not less than five (5) firms or corporations for which the bidder
has done similar work.
IB-07 PERFORMANCE BOND
At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the
use of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials
under or for the purpose of such contract, conditional for the payment as they become due, of all
just claims for such work, tools, machinery, skill and terms, for saving the OWNER harmless from
all cost and charges that may accrue on account of the doing of the work specified, and for
compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract
satisfactory to the OWNER and authorized by law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated
copy of the power of attorney.
IB-08 REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be made as soon as practicable,
provided satisfactory bids are received. The right is reserved, however to waive any informalities
in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if
such action is deemed to be in the best interest of the OWNER.
SECTION BB
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the _________________________________
____________________________________as Principal, __________________________and as Surety,
are hereby held and firmly bound unto the Augusta, Georgia Commission of Augusta,
Georgia as Owner in the penal sum of___________________________________________________
____________________________for the payment of which, well and truly to be made, we hereby
jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns.
Signed this ____________ day of _____________________, 20_____.
The condition of the above obligation is such that whereas the Principal has submitted to the
Augusta, Georgia Commission of Augusta, Georgia, a certain Bid, attached hereto and
hereby made a part hereof to enter into a contract in writing for the ROCK CREEK RELIEF SEWER,
AUD PROJECT UB-2016-003 for Augusta, Georgia in accordance with plans and specifications of
the AUGUSTA UTILITIES DEPARTMENT.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in
the Form of Contract attached hereto (properly completed in accordance with said
Bid) and shall furnish a bond for his faithful performance of said contract, and for
the payment of all persons performing labor or furnishing materials in connection
therewith, and shall in all other respects perform the agreement created by the
acceptance of said Bid, then this obligation shall be void, otherwise the same shall
remain in force and effect; it being expressly understood and agreed that the liability
of the Surety for any and all claims hereunder shall, in no event, exceed the penal
amount of this obligation as herein stated.
BB-I
the Owner may accept such Bid; and said Surety does hereby waive notice of any such
extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corporations have caused their corporate seals to be hereto
affixed and these presents to be signed by their proper officers, the day and year first set
forth above.
Signed and sealed this ______________ day of ___________________ A. D. 20___.
Witness _________________________ ___________________________(Seal)
(Principal)
Attest __________________________ By _________________________(Seal)
(Title )
Witness ________________________ ___________________________(Seal)
(Surety)
Attest _________________________ By ________________________ (Seal)
(Title)
BB-2
and its bond shall be in no way impaired or affected by any extension of the time within which
The Surety, for value receive, hereby stipulates and agrees that the obligations of said Surety
SECTION A
AGREEMENT
AGREEMENT
This AGREEMENT, made on the ____ day of_______________,20____, by and between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY
COMMISSION, party of the first part, hereinafter called the OWNER, and Legacy Water Group, LLC,
party of the second part, hereinafter called the CONTRACTOR.
WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named,
agree as follows:
ARTICLE I - SCOPE OF THE WORK
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the
project entitled:
ROCK CREEK RELIEF SEWER
AUD PROJECT UB-2016-003
and in accordance with the requirements and provisions of the Contract Documents as defined in the
General and Special Conditions hereto attached, which are hereby made a part of this agreement.
ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES
The work to be performed under this Contract shall be commenced within 14 calendar days
after the date of written notice by the Owner or the Contractor to proceed. All work shall be substantially
completed within 240 calendar days with all such extensions of time as are provided for in the General Conditions. Substantial completion shall be defined as sewer being in service. Final completion shall be
30 days after substantial completion.
It is hereby understood and mutually agreed, by and between the Contractor and the Owner,
that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted
regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion thereof
within the time specified. It is expressly understood and agreed by and between the Contractor and the
Owner, that the time for completion of the work described herein is a reasonable time for completion of
the same, taking into consideration the average climatic range and construction conditions prevailing in
this locality.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the
Consideration for the awarding of this contract, to pay the Owner the sum Four Million, Two Hundred
Fifty Thousand, Two Hundred Eight and no/100 ($4,250,208.00)Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day
that the Contractor shall be in default after the time stipulated in the Contract for completing the work.
A-1
The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the
impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in
such event, sustain, and said amounts shall be retained from time to time by the Owner from current
periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract and the
specifications wherein a definite portion and certain length of time is fixed for the additional time is
allowed for the completion of any work, the new time limit fixed by extension shall be the essence of this
contract.
ARTICLE III – PAYMENT
(A) The Contract Sum
The Owner shall pay to the contractor for the performance of the Contract the amount as stated in
the BID FORM and Schedule of Items. No variations shall be made in the amount except as set forth in
the specifications attached hereto.
(B) Progress Payment
On no later than the fifth day of every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from
the start of the job up to and including the last working day of the preceding month, together with such
supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run
following approval of the invoice for payment, the Owner shall after deducting previous payments made,
pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained
percentage may be held by the Owner until the final completion and acceptance of all work under the
Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer
shall within 10 days made such inspection, and when he finds the work acceptable under the Contract and
the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and
conditions thereof, and the entire balance found to be due the Contractor ,including the retained
percentage, shall be paid to the Contractor by the Owner within 15 days after the date of said final
certificate.
(B) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that
all payrolls, material bills, and other indebtedness connected with work have been paid, except that in
case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond.
(C) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after
final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also
constitute a waiver of all claims by the Contractor except those previously made and still unsettled.
(D) If after the work has been substantially completed, full completion thereof is materially delayed
through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the
Engineer, and without terminating the Contract, make payment of the balance due for that portion of the
work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that
it shall not constitute a waiver of claims.
A-2
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3) counterparts, each
of which shall be deemed an original, in the year and day first mentioned above.
OWNER: AUGUSTA, GEORGIA
ATTEST: SEAL
By: __________________________________ By: _________________________________
The Honorable Hardie Davis, Jr. Lena J. Bonner
Mayor Clerk of the Commission
Date: _________________ Date: _________________
APPROVED AS TO FORM: DEPARTMENT APPROVAL:
By: _____________________________ By: ______________________________
Thomas D. Wiedmeier
Attorney Director, Augusta Utilities Department
Date: _________________ Date: _________________
CONTRACTOR: LEGACY WATER GROUP, LLC
ATTEST: SEAL
By: ________________________________ By: _______________________________
Name: Name:
Title: Title:
Date: _________________ Date: _________________
A-3
1
NOTICE OF AWARD
DATE:
CONTRACTOR:
ADDRESS:
City State Zip Code
PROJECT: ROCK CREEK RELIEF SEWER PROJECT NO: AUD PROJECT UB-2016-003
At a meeting of the held on (Date)
you were awarded the Contract for the following Project:
Enclosed please find 5 copies of the Contract Documents for your execution. Please complete the
pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office within
10 days from the date of this letter, excluding Legal Holidays.
The Certificate of Insurance must be complete.
Power of Attorney must be submitted in triplicate; an original and two copies is permissible.
Very truly yours,
Project Engineer
Reciept of this NOTICE OF AWARD is hereby acknowledged this,
the day of , 20
Contractor By Title
Please sign and return one copy of this Notice of Award Acknowledgement to:
Augusta Utilities Department
360 Bay Street, Suite 180
Augusta, GA 30901
1 0802-01R NTP
NOTICE TO PROCEED
DATE:
TO: Name
Attn:
Address1
City, State
PROJECT: ROCK CREEK RELIEF SEWER PROJECT NO:
AUD PROJECT
UB-2016-003
You are hereby notified to commence WORK in accordance with the Agreement dated
on or before , and you are to complete the WORK within 270
consecutive calendar days thereafter. The date of completion of all WORK is therefore .
Very truly yours,
Augusta Utilities Management Team
Project Engineer
Receipt of this NOTICE TO PROCEED is hereby acknowledged
This, the day of ,
Contractor:
By:
Title:
Please sign and return one copy of this Notice to Proceed Acknowledgement to:
Augusta Utilities Department
Attn:
360 Bay Street, Suite 180
Augusta, GA 30901
SECTION PB
PERFORMANCE BOND
(NOTE : THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE
PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF
LABOR AND MATERIAL.)
KNOW ALL MEN BY THESE PRESENTS:
That ________________________________________________ as Principal,
hereinafter called Contractor, and _______________________________________________________,
a corporation organized and existing under the laws of the State of _____________________,with
its principal office in the City of ________________,State of ____________________, as Surety,
hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND
THROUGH THE AUGUSTA COMMISSION as Obligee, hereinafter called the Owner, in the
penal amount of __________________________________________ Dollars ($_______________) for
the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents for the
faithful performance of a certain written agreement.
WHEREAS, Contractor has by said written agreement dated ________________________
entered into a contract with Owner for the ROCK CREEK RELIEF SEWER, AUD PROJECT
UB-2016-003 in accordance with the drawings and specifications issued by the Augusta Utilities
Department and the Augusta-Richmond County Commission, which contract is by reference
made a part hereof, and is hereinafter referred to as the CONTRACT .
NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly
and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it
shall remain in full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be in default under the
CONTRACT, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly
(1)
(2)
Complete the CONTRACT in accordance with its terms and conditions, or
Obtain a bid or bids for completing the Contract in accordance with its terms and conditions,
and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects,
upon determination by the Owner and the Surety jointly of the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and make available as Work
progresses (even though there should be a default a succession of
PB-I
defaults under the contract or contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the balance of the contract price; but not
exceeding, including other costs and damages for which the Surety may be liable hereunder,
the amount set forth in the first paragraph hereof. The term "balance of the contract price," as
used in this paragraph, shall mean the total amount payable by Owner to Contractor under the
Contract and any amendments thereto, less the amount properly paid by Owner to Contractor
.
Any suit under this bond must be instituted before the expiration of two (2) years
from the date on which final payment under the CONTRACT falls due.
No right of action shall accrue on this bond to or for the use of any person or
corporation other than the Owner named herein or the heirs, executors, administrators or
successors of the Owner.
Signed and sealed this ______________ day of ___________________ A. D. 20___.
Witness _____________________________________ ______________________________(Seal)
(Contractor)
Attest _______________________________________ By ___________________________ (Seal)
(Title)
Witness _____________________________________ _____________________________(Seal)
(Surety)
Attest _______________________________________ By ___________________________(Seal)
(Title)
PB-2
SECTION PB
LABOR AND MATERIAL PAYMENT BOND
NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND
ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PERFORMANCE OF THE WORK.)
KNOW ALL MEN BY THESE PRESENTS:
That _________________________________________________________ as Principal,
hereinafter called Contractor, and ______________________________________________________,
a corporation organized and existing under the laws of the State of _________________________ with
its principal office in the City of ____________________, State of ________________________as
Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY
AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, as Obligee,
hereinafter called the Owner, for the use and benefit of claimants as herein below defined in the
amount of ___________________________________________________Dollars ($____________)
for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated ___________________ entered
into a contract with Owner for the ROCK CREEK RELIEF SEWER, AUD PROJECT UB-2016-003 in
accordance with drawings and specifications issued by the Augusta Utilities Department and
Augusta-Richmond County Commission, which contract is by reference made a part hereof, and is
hereinafter referred to as the CONTRACT .
NOW, THEREFORE, the condition of this obligation is such that, if the Contractor
shall promptly make payment to all claimants as hereinafter defined, for all labor and material used
or reasonably required to use in the performance of the CONTRACT, then this obligation shall be
void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:
(1) A claimant is defined as one having a direct contract with the Contractor or with a
subcontractor of the Contractor for labor, material, or both, used or reasonably
required for use in the performance of the contract, labor and material being
construed as to include that part of water, gas, power, light, heat, oil, gasoline,
telephone service or rental of equipment directly applicable to the CONTRACT .
(2) The above named Contractor and Surety hereby jointly and severally agree with the
Owner that every claimant as herein defined, who has not been paid in full before
the expiration of a period of ninety (90) days after the date on which the last of such
PB-3
(3)
claimant's work or labor was done or performed, or materials were furnished by such
claimant, may sue on this bond for the use of such claimant, prosecute the suit to
final judgement for such sum or sums as may be justly due claimant, and have
execution thereon. The Owner shall not be liable for the payment of any costs or
expenses of any such suit.
No suit or action shall be commenced hereunder by any claimant,
(a) Unless claimant, other than one having a direct contract with the Contractor,
shall have given written notice to any two of the following: The Contractor,
the Owner, or the Surety above named, within ninety (90) days after such
claimant did or performed the last of the work or labor, or furnished the last
of the materials for which said claim is made, stating with substantial
accuracy the amount claimed and the name of the party to whom the
materials were furnished, or for whom the work or labor was done or
performed. Such notice shall be served by mailing the same by registered
mail or certified mail, postage prepaid, in an envelope addressed to the
Contractor, Owner or Surety, at any place where an office 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 .
(b) After the expiration of one ( I) year following the date on which Contractor
ceased work on said CONTRACT, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof, such limitation shall be deemed to be amended so as to
be equal to the minimum period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in and for the county or
other political subdivision of the state in which the project, or any part
thereof, is situated, or in the United States District Court for the district in
which the project, or any part thereof, is situated, and not elsewhere.
(4) The amount of this bond shall be reduced by and to the extent of any payment or
payments made in good faith hereunder, inclusive of the payment by Surety of
mechanics' liens which may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented under and against this bond.
PB-4
Signed and sealed this ______________ day of ___________________ A. D. 20___.
Witness _______________________________
_______________________________(Seal)
(Contractor)
Attest _________________________________ By ____________________________(Seal)
(Title)
Witness _______________________________ _______________________________(Seal)
(Surety)
Attest _________________________________ By ____________________________(Seal)
(Title)
PB-5
CONSTRUCTION CONTRACT CHANGE ORDER
CO NUMBER
BID ITEM
DATE
PROJECT TITLE ROCK CREEK RELIEF SEWER
ORIGINAL CONTRACT DATE PROJECT
NUMBER
AUD PROJECT
UB-2016-003
OWNER AUGUSTA, GEORGIA PO
NUMBER
The following change is hereby made to the contract for the above project:
Description of Change (for a more detailed description see attached proposal):
PAYEE
TOTAL AMOUNT OF THIS CHANGE ORDER $
The contract time will be INCREASED by 0 calendar days as a result of this change.
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDER (INCREASE) $
THIS CHANGE ORDER (INCREASE) $
TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $
FUNDING NUMBER/ACCOUNT NUMBER
PROPOSED BY: DATE:
CONTRACTOR
REQUESTED BY: DATE:
ENGINEER
SUBMITTED BY: DATE:
DEPARTMENT HEAD
FINANCE ENDORSEMENT: DATE:
COMPTROLLER
RECOMMENDED BY: DATE:
ADMINISTRATOR
APPROVED BY: DATE:
MAYOR
Revision Date August 2001
Page 1 of 52 GC-1
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms have the
meanings indicated, which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly issued by
OWNER to prospective Bidders prior to the time of opening of Bids.
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement and made a part thereof as provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in
requesting progress or final payments and which is to include such supporting documentation as is required by
the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work
to be performed.
Bonds-Bid, performance and payment bonds and other instruments of security furnished by CONTRACTOR
and its Surety in accordance with the Contract Documents.
Change Order-- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and
OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price or
the Contract Time, issued on or after the Effective Date of the Agreement.
Contract Documents-The Agreement: Addenda (which pertain to the Contract Documents); CONTRACTOR's
Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the
Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the
Supplementary Conditions; the Plans, Specifications and the Drawings as the same are more specifically
identified in the Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after
execution of Contract together with all amendments, modifications and supplements issued pursuant to
paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement.
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated
in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work).
Contract Time-The number of days (computed as provided in paragraph 17.2.1) or the date stated in the
Agreement for the completion of the Work.
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the
Augusta-Richmond County Commission, and its authorized designees, agents, or employees.
Day-Either a working day or calendar day as specified in the bid documents. If a calendar day shall fall on a
legal holiday, that day will be omitted from the computation. Legal Holidays: New Year’s Day, Martin Luther
King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving Day and the following Friday,
and Christmas Day.
Defective-An adjective which, when modifying the word Work, refers to Work that is unsatisfactory, faulty or
Revision Date August 2001
Page 2 of 52 GC-2
deficient, does not conform to the Contract Documents, or does not meet the requirements of any inspection,
reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to
PROFESSIONAL's recommendation of final payment, unless responsibility for the protection thereof has been
assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10).
Drawings-The drawings which show the character and scope of the Work to be performed and which have
been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the Agreement is signed by the Mayor of Augusta, Georgia.
Field Order-A written order issued by PROFESSIONAL that modifies Drawings and Specifications, but which
does not involve a change in the Contract Price or the Contract Time.
General Requirements-Sections of Division I of the Specifications.
Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders.
Notice of Award-The written notice by OWNER to the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to PROFESSIONAL)
fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to
perform CONTRACTOR'S obligations under the Contract Documents.
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission.
Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended or for a
related purpose) before reaching Substantial Completion for all the Work.
PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person designated to
perform the design and/or resident engineer services for the Work.
PROGRAM MANAGER – The professional firm or individual designated as the representative or the OWNER
who shall act as liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is
part of an OWNER designated program.
Project-The total construction of which the Work to be provided under the Contract Documents may be the
whole, or a part, as indicated elsewhere in the Contract Documents.
Project Area-The area within which are the specified Contract Limits of the improvements contemplated to be
constructed in whole or in part under this Contract.
Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his
successor, or any other person or persons, employed by said OWNER, for the purpose of directing or having
in charge the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL as PROGRAM
MANAGER who is assigned to the site or any part thereof.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared
Revision Date August 2001
Page 3 of 52 GC-3
by or for CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard
schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and
submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work.
Specifications-Those portions of the Contract Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and workmanship as applied to the Work and certain
administrative details applicable thereto.
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or with any other
SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion-The Work (or a specified part thereof) has progressed to the point where, in the
opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or
specified part) can be used for the purposes for which it is intended, or if there be no such certificate issued,
when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements these General
Conditions.
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasement containing such facilities which have been installed
underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable television, sewage and drainage removal, traffic or other
control systems, or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the result of performing services, furnishing labor and
furnishing and incorporating materials and equipment into the construction, and furnishing documents, all as
required by the Contract Documents.
Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the
Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or
revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to
be performed as provided in paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change
Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that
the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract
Time as provided in Article 10.
Written Amendment-A written amendment of the Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-engineering
or non-technical rather than strictly Work-related aspects of the Contract Documents.
Revision Date August 2001
Page 4 of 52 GC-4
ARTICLE 2-PRELIMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these
Contract Documents.
Copies of Documents:
2.2. After the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (1)
complete set of the Contract Documents for execution of the work. Additional sets of the project manual and
drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY
upon CONTRACTOR’s request and at CONTRACTOR’s expense, which will be OWNER’s standard charges
for printing and reproduction.
Commencement of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed
may be given at any time after the Effective Date of the Contract.
Starting the Project:
2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No Work shall
be done prior to the date on which the Contract Time commences. Any Work performed by CONTRACTOR
prior to date on which Contract Time commences shall be at the sole risk of CONTRACTOR.
Before Starting Construction:
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in writing to PROFESSIONAL any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or
clarification from PROFESSIONAL before proceeding with any Work affected thereby. CONTRACTOR shall
be liable to OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract
Documents, if CONTRACTOR knew or reasonably should have known thereof.
2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in the
General Requirements), CONTRACTOR shall submit to PROFESSIONAL and OWNER for review:
2.6.1. an estimated progress schedule indicating the starting and completion dates of the various
stages of the Work:
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and
2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of
items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to
serve as the basis for progress payments during construction. Such prices will include an appropriate amount
of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR at
the time of submission.
Revision Date August 2001
Page 5 of 52 GC-5
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to
each additional insured identified in the Supplementary Conditions, an original policy or certified copies of
each insurance policy (and other evidence of insurance which OWNER may reasonably request) which
CONTRACTOR is required to purchase and maintain in accordance with Article 5.
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER ,
PROFESSIONAL and others as appropriate will be held to establish a working understanding among the
parties as to the Work and to discuss the schedules referred to in 2.6 as well as procedures for handling
Shop Drawings and other submittals, processing applications for payment and maintaining required records.
Finalizing Schedules:
2.9. At least ten days before submission of the first Application for Payment, a conference attended by
CONTRACTOR, PROFESSIONAL and OWNER and others as appropriate will be held to finalize the
schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall have an additional ten (10)
calendar days to make corrections and adjustments and to complete and resubmit the schedules. No
progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to
OWNER and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to
OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any
specified Milestones and the Contract Time, but such acceptance will neither impose on PROFESSIONAL
responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve
CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions and
Sample submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for
reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved by
PROFESSIONAL as to form and substance.
CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be responsible for
maintaining the schedule, including updating schedule. Schedule updates shall include progression of work as
compared to scheduled progress on work. Schedule updates shall accompany each pay request.
Revision Date August 2001
Page 6 of 52 GC-6
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as
if called for by all. The Contract Documents will be construed in accordance with the law of the State of
Georgia.
3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part
thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that
may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being
required to produce the intended result will be supplied whether or not specifically called for. When words or
phrases which have a well-known technical or construction industry or trade meaning are used to describe
Work, materials or equipment, such words shall be interpreted in accordance with that meaning.
3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the provisions of the
Contract Documents shall take precedence in resolving any conflict, error, ambiguity or discrepancy between
the provisions of the Contract Documents and the provisions of any such standard, specification, manual, code
or instruction (whether or not specifically incorporated by reference in the Contract Documents) and the
provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an
interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation).
Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided
in paragraph 9.4.
3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or
association, or to the Laws or Regulations of any governmental authority, whether such reference be specific
or by implication, shall mean the latest standard, specification, manual, code or Laws or Regulations in effect
at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may
be otherwise specifically stated in the Contract Documents.
3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity or
discrepancy within the Contract Documents or between the Contract Documents and any provision of any
such Law or Regulation applicable to the performance of the Work or of any such standard, specification,
manual or code or of any instruction of any Supplier referred to in 6.7, CONTRACTOR shall so report to
PROFESSIONAL in writing at once and before proceeding with the Work affected thereby and shall obtain a
written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to
OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Contract
Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof.
Amending and Supplementing Contract Documents:
3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the
Work or to modify the terms and conditions thereof in one or more of the following ways:
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
Revision Date August 2001
Page 7 of 52 GC-7
3.6.3. a Work Change Directive (pursuant to paragraph 10.4).
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by a
Change Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized in one or more of the following ways:
3.7.1. a Field Order (pursuant to paragraph 9.5).
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and
6.26), or
3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4).
Reuse of documents:
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization
performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire
any title to or OWNERSHIP rights in any of the Drawings, Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall
not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the
Project or any other project without written consent of OWNER and PROFESSIONAL and specific written
verification or adaptation by PROFESSIONAL.
Revision Date August 2001
Page 8 of 52 GC-8
ARTICLE 4-AVAILABILITY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is
to be performed, rights-of-way and easements for access thereto, and such other lands which are designated
for the use of CONTRACTOR. Necessary easements or rights-of-way will be obtained and expenses will be
borne by OWNER. If CONTRACTOR and OWNER are unable to agree on entitlement to or the amount or
extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER’s
furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12. The CONTRACTOR shall provide for all additional lands and access thereto
that may be required for temporary construction facilities or storage of materials and equipment.
Physical Conditions:
4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification
of those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been
utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have
been utilized in preparing the Contract Documents.
4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained in such
reports and drawings. Such "technical data" is identified in the Supplementary Conditions. Except for such
reliance on such "technical data," CONTRACTOR may not rely upon or make any claim against OWNER,
PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to:
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but
not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions and programs incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data" or any
such data, interpretations, opinions or information.
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or
otherwise concealed physical conditions which differ materially from those indicated in the Contract
Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those
ordinarily found to exist and generally recognized as inherent in construction activities of the character
provided for in the Contract Documents, then CONTRACTOR shall give OWNER notice thereof promptly
before conditions are disturbed and in no event later than 48 hours after first observance of the conditions.
4.2.4. The OWNER and PROFESSIONAL shall promptly investigate such conditions, and, if they
differ materially and cause an increase or decrease in CONTRACTOR’s cost of, or time required for,
performance of any part of the Work, the OWNER and PROFESSIONAL shall recommend an equitable
adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine
that the conditions at the Site are not materially different from those indicated in the Contract Documents or
are not materially different from those ordinarily found and that no change in the terms of the Contract is
justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be
Revision Date August 2001
Page 9 of 52 GC-9
performed after direction is provided by the PROFESSIONAL.
Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the site is based on information and data
furnished to OWNER or PROFESSIONAL by OWNER’S of such Underground Facilities or by others. Unless
it is otherwise expressly provided in the Supplementary Conditions:
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of
any such information or data; and
4.3.1.2. The cost of all of the following will be included in the Contract Price and CONTRACTOR shall
have full responsibility for reviewing and checking all such information and data for locating all Underground
Facilities shown or indicated in the Contract Documents, for coordination of the Work with the OWNER’S of
such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph
6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as
having been included in the Contract Price.
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not
reasonably have been expected to be aware of, CONTRACTOR shall, promptly after becoming aware thereof
and before performing any Work affected thereby except in an emergency as permitted by paragraph 6.22,
identify the OWNER of such Underground Facility and give written notice thereof to that OWNER and to
OWNER and PROFESSIONAL. PROFESSIONAL will promptly review the Underground Facility to determine
the extent to which the Contract Documents should be modified to reflect and document the consequences of
the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to
the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the
Contract Price or an extension of the Contract Time, or both, to the extent that they are attributable to the
existence of any Underground Facility that was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of. If the parties are unable to agree
as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and
12.
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in
PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in the General
Requirements), shall protect and preserve the established reference points and shall make no changes or
relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL
whenever any reference point is lost or destroyed or requires relocation because of necessary changes in
grades or locations, and shall be responsible for the accurate replacement or relocation of such reference
points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
Revision Date August 2001
Page 10 of 52 GC-10
4.5 OWNER shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or
Specifications or identified in the Contract Documents to be within the scope of the Work and which may
present a substantial danger to persons or property exposed thereto in connection with the Work at the site.
OWNER shall not be responsible for any such materials brought to the site by CONTRACTOR, Subcontractor,
Suppliers or anyone else for whom CONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition
and in any area affected thereby (except in an emergency as required by 6.22), and (ii) notify OWNER and
PROFESSIONAL (and thereafter confirm such notice in writing). OWNER shall promptly consult with
PROFESSIONAL concerning the necessity for OWNER to retain a qualified expert to evaluate such hazardous
condition or take corrective action, if any. CONTRACTOR shall not be required to resume Work in connection
with such hazardous condition or in any such affected area until after OWNER has obtained any required
permits related thereto and delivered to CONTRACTOR special written notice (i) specifying that such condition
and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special
conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot agree as
to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a
result of such Work stoppage or such special conditions under which Work is agreed by CONTRACTOR to be
resumed, either party may make a claim therefor as provided in Articles 11 and 12.
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume such
Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special
conditions, then CONTRACTOR may order such portion of the Work that is in connection with such hazardous
conditions or in such affected area to be deleted from the Work. If OWNER and CONTRACTOR cannot agree
as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a
result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles
11 and 12. OWNER may have deleted such portion of the Work performed by OWNER’s own forces or others
in accordance with Article 7.
4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site.
Revision Date August 2001
Page 11 of 52 GC-11
ARTICLE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equal
to the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligations
under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when
final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract
Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary
Conditions. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents
and be executed by such sureties as are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds, and as Acceptable Reinsuring Companies" as published
in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds
signed by an agent must be accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bonds and insurance required by the Contract Documents to be purchased and maintained
by CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds
signed by an agent must be accompanied by a certified copy of authority to act. Such surety and insurance
companies shall also meet such additional requirements and qualifications as may be provided in the
Supplementary Conditions.
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in
5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of
insurance (and other evidence of insurance requested by OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain in accordance with 5.3.
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes
insolvent or its right to do business is terminated in any state where any part of the Project is located or it
ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute
another Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other
insurance as is appropriate for the Work being performed and furnished and as will provide protection from
claims set forth below which may arise out of or result from CONTRACTOR's performance and furnishing of
the Work and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed
or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indirectly employed by any of
them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable:
5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar
employee benefit acts;
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of
CONTRACTOR's employees;
Revision Date August 2001
Page 12 of 52 GC-12
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any person other
than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any
person as a result of an offense directly or indirectly related to the employment of such person by
CONTRACTOR, or (b) by any other person for any other reason;
5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible
property wherever located, including loss of use resulting therefrom;
5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or
death of any person or for damage to property; and
5.3.7. Claims for damages because of bodily injury or death of any person or property damage arising
out of the OWNERSHIP, maintenance or use of any motor vehicle.
The insurance required by this paragraph 5.3 shall include the specific coverage’s and be written for not less
than the limits of liability and coverage’s provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall include completed operations
insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or
other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be
canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to
OWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remain in
effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or
replacing defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain
such completed operations insurance for at least two years after final payment and furnish OWNER with
evidence of continuation of such insurance at final payment and one year thereafter.
Contractual Liability Insurance:
5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual
liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33.
OWNER's Liability Insurance:
5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance,
and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain such insurance as will
protect OWNER against claims which may arise from operations under the Contract Documents.
Property Insurance:
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and
maintain property insurance upon the Work at the site to the full insurable value thereof (subject to such
deductible amounts as may be provided in the Supplementary Conditions or required by Laws and
Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors,
PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall
be listed as insureds or additional insured parties, shall insure against the perils of fire and extended coverage
and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious
mischief, collapse and water damage, and such other perils as may be provided in the Supplementary
Revision Date August 2001
Page 13 of 52 GC-13
Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss
or incurred in the repair or replacement of any insured property (including but not limited to fees and charges
of PROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk"
insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and
maintain similar property insurance on portions of the Work stored on and off the site or in transit when such
portions of the Work are to be included in an Application for Payment.
5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property
insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include
the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL AND PROFESSIONAL's
consultants in the Work, all of whom shall be listed as insured or additional insured parties.
5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or
endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at
least thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver
provisions in accordance with paragraph of 5.11.2.
5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to
protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible
amounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount will
be borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishes
property insurance coverage within the limits of such amounts, each may purchase and maintain it at the
purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the property
insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to
CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at
the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been
procured by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and damages
caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and
5.7 and other property insurance applicable to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as insureds in
such policies for losses and damages so caused. As required by paragraph 6.11, each subcontract between
CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of
OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as
insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the
proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and
5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages caused by
the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event
of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named
as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant, OWNER will obtain the same, and if such waiver forms
are required of any Subcontractor, CONTRACTOR will obtain the same.
Revision Date August 2001
Page 14 of 52 GC-14
Receipt and Application of Proceeds:
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be
adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may
appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall
deposit in a separate account any money so received and shall distribute it in accordance with such
agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work
shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost
thereof covered by an appropriate Change Order or Written Amendment.
Receipt and Application of Insurance Proceeds
5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers unless one
of the parties in interest shall object in writing within fifteen days after the occurrence of loss to OWNER's
exercise of this power. If such objection be made, OWNER, as trustee, shall make settlement with the insurers
in accordance with such agreement as the parties in interest may reach. If required in writing by any party in
interest, OWNER as trustee shall, upon the occurrence of an insured loss, give bond for the proper
performance of such duties.
Acceptance of Insurance:
5.14. If OWNER has any objection to the coverage afforded by or other provisions of the insurance
required to be purchased and maintained by CONTRACTOR in accordance with paragraphs 5.3 and 5.4 on
the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing
thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph
2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of
insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on
the basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing
thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with
paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional information in
respect of insurance provided by each as the other may reasonably request. Failure by OWNER or
CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of
such insurance purchased by the other as complying with the Contract Documents.
Partial Utilization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to
Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with
paragraph 14.10 provided that no such use or occupancy shall commence before the insurers providing the
property insurance have acknowledged notice thereof and in writing effected the changes in coverage neces-
sitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or
policies, but the property insurance shall not be canceled or lapse on account of any such partial use or
occupancy.
Indemnification
5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its
employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses,
Revision Date August 2001
Page 15 of 52 GC-15
including attorneys’ fees, arising out of or resulting from the performance of its Work, provided that any such
liability, claim, suit, demand, damage, loss, or expense (a) is attributable to bodily injury, sickness, disease or
death, or injury to or destruction of tangible property, including the loss of use resulting therefrom and (b) is
caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or
indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or not it is
caused in whole or in part by the negligence or other fault of a party indemnified hereunder.
5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of
CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall
not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any SUBCONTRACTOR under workmen’s compensation acts, disability benefit acts, or
other employee benefit acts.
5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly
employed by it from and against all claims, suits, demands, damages, losses expenses (including attorneys’
fees) arising out of any infringement on patent or copyrights held by others and shall defend all such claims in
connection with any alleged infringement of such rights.
Revision Date August 2001
Page 16 of 52 GC-16
ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the Work in
accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the means, methods,
techniques, sequences and procedures of construction, but CONTRACTOR shall not be responsible for the
negligence of others in the design or specification of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the finished Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work, at all times during its progress, a competent resident
superintendent, who shall not be replaced without written notice to OWNER and PROFESSIONAL except
under extraordinary circumstances. The superintendent will be CONTRACTOR's representative at the site and
shall have authority to act on behalf of CONTRACTOR. All communications to the superintendent shall be as
binding as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the
Work and perform construction as required by the Contract Documents. CONTRACTOR shall at all times
maintain good discipline and order at the site. Except in connection with the safety or protection of persons or
the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract
Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not
permit evening work or the performance of Work on Saturday, Sunday or any legal holiday without OWNER's
written consent given after prior written notice to PROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish and
assume full responsibility for all materials, equipment, labor, transportation, construction equipment and
machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities
and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing,
initial operation, and completion of the Work as required by the Contract Documents.
6.5. All materials and equipment shall be of good quality and new, except as otherwise provided in
the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with
the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no
provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's
consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of
the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or
9.15.
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in
paragraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; these
will conform generally to the progress schedule then in effect and additionally will comply with any provisions
of the General Requirements applicable thereto.
Revision Date August 2001
Page 17 of 52 GC-17
Substitutes or "Or-Equal" Items:
6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by
using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to
establish the type, function and quality required. Unless the name is followed by words indicating that no
substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if
sufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that the material
or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL
will include the following as supplemented in the General Requirements. Requests for review of substitute
items of material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment,
CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the
proposed substitute will perform adequately the functions and achieve the results called for by the general
design, be similar and of equal substance to that specified and be suited to the same use as that specified.
The application will state that the evaluation and acceptance of the proposed substitute will not prejudice
CONTRACTOR's achievement of Substantial Completion on time, whether or not acceptance of the substitute
for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other
direct contract with OWNER for work on the Project) to adapt the design to the proposed substitute and
whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any
license fee or royalty. All variations of the proposed substitute from that specified will be identified in the
application and available maintenance, repair and replacement service will be indicated. The application will
also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such
substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of
which shall be considered by PROFESSIONAL. In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed
substitute.
6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in or
required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,
sequence, technique or procedure of construction acceptable to PROFESSIONAL, if CONTRACTOR submits
sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that
indicated or required by the Contract Documents. The procedure for review by PROFESSIONAL will be similar
to that provided in paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the Gen-
eral Requirements.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each proposed
substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installed
or utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a Change
Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's
expense, a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will
record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether
or not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the
charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute.
Concerning Subcontractors, Suppliers and Others:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and PROFESSIONAL as indicated in paragraph 6.8.2) whether initially
or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection.
CONTRACTOR shall not be required to employ any Subcontractor, Supplier or other person or organization to
furnish or perform any of the Work against whom CONTRACTOR has reasonable objection.
Revision Date August 2001
Page 18 of 52 GC-18
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers or
other persons or organizations including those who are to furnish the principal items of materials and
equipment to be submitted to OWNER prior to the Effective Date of the Agreement for acceptance by
OWNER and PROFESSIONAL and if CONTRACTOR has submitted a list thereof in accordance with the
Supplementary Conditions, OWNER's or PROFESSIONAL's acceptance (either in writing or by failing to make
written objection thereto by the date indicated for acceptance or objection in the bidding documents or the
Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be
revoked on the basis of reasonable objection after due investigation, in which case CONTRACTOR shall
submit an acceptable substitute, the Contract Price will be increased by the difference, and the cost
occasioned by such substitution and an appropriate Change Order will be issued or Written Amendment
signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person
or organization shall constitute a waiver of any right of OWNER or PROFESSIONAL to reject defective Work.
6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all acts and
omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any
of the Work under a direct or indirect contract with CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create any contractual
relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or
organization, nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to
the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as
may otherwise be required by Laws and Regulations.
6.10. The divisions and sections of the Specifications and the identifications of any Drawings shall not
control CONTRACTOR in dividing the Work among Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the
applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL
and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a
just share of any insurance moneys received by CONTRACTOR on account of losses under policies issued
pursuant to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use
in the performance of the Work or the incorporation in the Work of any invention, design, process, product or
device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and
hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them
from and against all claims, damages, losses and expenses including attorneys' fees and court and arbitration
costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of
the Work or resulting from the incorporation in the Work of any invention, design, process, product or device
not specified in the Contract Documents, and shall defend all such claims in connection with any alleged
infringement of such rights.
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental
charges and inspection fees, and all public utility charges which are applicable and necessary for the
execution of the Work. All permit costs shall be included in the base bid. Permits, if any, that are provided and
paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting
Revision Date August 2001
Page 19 of 52 GC-19
process will be considered for time extensions only and no damages or additional compensation for delay will
be allowed.
Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and
Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's
compliance with any Laws or Regulations.
6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to such
laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary changes shall
then be adjusted by an appropriate Change Order. If CONTRACTOR performs any Work that it knows or
should have known to be contrary to such laws, ordinances, rules, and regulations and without such notice to
the Project Manager, it shall bear all related costs.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with the Laws and Regulations of the place of the Project which are applicable during the
performance of the Work.
Use of Premises:
6.16. CONTRACTOR shall confine construction equipment, the storage of materials and equipment
and the operations of workers to the Project site and land and areas identified in and permitted by the Contract
Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and
easements. CONTRACTOR shall not unreasonably encumber the premises with construction equipment or
other materials or equipment. Any loss or damage to CONTRACTOR’s or any Subcontractor’s equipment is
solely at the risk of CONTRACTOR. CONTRACTOR shall assume full responsibility for any damage to any
such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting
from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any
such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to
settle with such other party by agreement or otherwise resolve the claim by arbitration or at law.
CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER
harmless from and against all claims, damages, losses and expenses (including, but not limited to, fees of
PROFESSIONALs, architects, attorneys and other professionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party
against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminants resulting from the Work. At the
completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials,
and shall leave the site clean and ready for occupancy by OWNER. CONTRACTOR shall restore to original
condition all property not designated for alteration by the Contract Documents.
Revision Date August 2001
Page 20 of 52 GC-20
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner
that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or adjacent property to
stresses or pressures that will endanger them.
Record Documents:
6.19. Contractor shall keep at the site and in good order one record copy of the Contract Documents
and all Drawings and Specifications. These documents shall be annotated on a continuing basis to show all
changes made during the construction process. These shall be available to PROFESSIONAL and the Project
Manager and shall be submitted with the Application for Final Payment.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored
equipment or materials, irrespective of whether CONTRACTOR has transferred the title of the stored
equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage, injury or loss to:
6.20.1. all employees on the Work and other persons and organizations who may be affected thereby;
6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or
off the site; and
6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having jurisdiction
for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of
adjacent property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect
them, and shall cooperate with them in the protection, removal, relocation and replacement of their property.
All damage, injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or
indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or
PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may be
liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON-
TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall
continue until such time as all the Work is completed and PROFESSIONAL has issued a notice to OWNER
and CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as otherwise
expressly provided in connection with Substantial Completion).
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the
prevention of accidents at the site. This person shall be CONTRACTOR’s superintendent unless otherwise
designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
Revision Date August 2001
Page 21 of 52 GC-21
6.22. In emergencies affecting the safety or protection of persons or the Work or property at the site
or adjacent thereto, CONTRACTOR, without special instruction or authorization from PROFESSIONAL or
OWNER, is obligated to act to prevent threatened damage, injury or loss. CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or
variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a
change in the Contract Documents is required because of the action taken in response to an emergency, a
Work Change Directive or Change Order be issued to document the consequences of the changes or
variations.
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to
any person on the Site, whether or not such person was engaged in the construction of the Project, and shall
file a written report on such person(s) and any other event resulting in property damage of any amount within
five (5) days of the occurrence.
6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because
of the action taken by CONTRACTOR in response to such an emergency, a Change Order will be issued to
document the consequences of such action.
Shop Drawings and Samples:
6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to
PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all submittals and
samples required by the Contract Documents. All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data
shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any
other information necessary to enable PROFESSIONAL to review the submittal as required. At the time of
each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or
sample may have from the requirements of the Contract Documents.
6.24. PROFESSIONAL shall review and approve submittals and samples. Professional’s review and
approval shall be only for conformance with the design concept of the Project and compliance with the
information given in the Contract Documents. The approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by
PROFESSIONAL and resubmit the required number of corrected copies until approved. CONTRACTOR’s
stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and
OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field construction criteria,
materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or
coordinated with the requirements of the Work and the Contract Documents.
6.24.1. No Work requiring a submittal or sample submission shall commence until the submission has
been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall be
kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER.
Any delays associated with the submittal process will be considered for time extensions only, and no damages
or additional compensation for delay will be allowed.
6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined
and verified all quantities, dimensions, specified performance criteria, installation requirements, materials,
catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or
sample with other Shop Drawings and samples and with the requirements of the Work and the Contract
Documents.
6.24.3. At the time of each submission, CONTRACTOR shall give PROFESSIONAL specific written
Revision Date August 2001
Page 22 of 52 GC-22
notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract
Documents, and, in addition, shall cause a specific notation to be made on each Shop Drawing submitted to
PROFESSIONAL for review and approval of each such variation.
6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and
samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of
the Project and for compliance with the information given in the Contract Documents and shall not extend to
means, methods, techniques, sequences or procedures of construction (except where a specific means,
method, technique, sequence or procedure of construction is indicated in or required by the Contract
Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item
as such will not indicate approval of the assembly in which the item functions.
6.27. PROFESSIONAL’s approval of submittals or samples shall not relieve CONTRACTOR from
responsibility for any variation from the requirements of the Contract Documents unless CONTRACTOR has,
in writing, called PROFESSIONAL’s attention to each such variation at the time of submission and the
OWNER has given written approval to the specific deviation; any such approval by PROFESSIONAL shall not
relieve CONTRACTOR from responsibility for errors or omissions in the submittals.
6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of
shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work
performed prior to PROFESSIONAL’s review and approval of the pertinent submittal will be at the sole
expense and responsibility of CONTRACTOR.
Continuing the Work:
6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes
or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and OWNER may otherwise
agree in writing.
Cleaning Up:
6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and
other debris or contaminants resulting from the work on a daily basis or as required. At the completion of the
work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools,
construction equipment and machinery, and surplus materials and will leave the Site clean and ready for
occupancy by OWNER. All disposal shall be in accordance with applicable Laws and Regulations. In addition
to any other rights available to OWNER under the Contract Documents, CONTRACTOR’s failure to maintain
the site may result in withholding of any amounts due CONTRACTOR. CONTRACTOR will restore to original
condition those portions of the site not designated for alteration by the Contract Documents.
Indemnification:
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and
hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and
employees from and against all claims, damages, losses and expenses, direct, indirect or consequential
(including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONALs, architects,
attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily
injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself)
Revision Date August 2001
Page 23 of 52 GC-23
including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or
omission of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,
regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by
Law and Regulations regardless of the negligence of any such party.
6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of
their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, the indemnification obligation under paragraph 6.32 shall not be limited
in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the liability of
PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or
approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or specifications.
Revision Date August 2001
Page 24 of 52 GC-24
ARTICLE 7---OTHER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces, have
other work performed by aided OWNERs or let other direct contracts therefor which shall contain General
Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract
Documents, written notice thereof will be given to CONTRACTOR prior to starting any such other work, and, if
CONTRACTOR believes that such performance will involve additional expense to CONTRACTOR or requires
additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
7.1.2. CONTRACTOR shall afford each utility OWNER and other contractor who is a party to such a
direct contract for OWNER, if OWNER is performing the additional work with OWNER's employees, proper
and safe access to the site and a reasonable opportunity for the introduction and storage of materials and
equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs.
CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several
parts come together properly and integrate with such other work. CONTRACTOR shall not endanger any work
of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the
written consent of PROFESSIONAL and the others whose work will be affected. The duties and
responsibilities of CONTRACTOR under this paragraph are for the benefit of such utility OWNERs and other
contractors to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct
contracts between OWNER and such utility OWNERs and other contractors.
7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the work of
any such other contractor or utility OWNER (or OWNER), CONTRACTOR shall inspect and promptly report to
PROFESSIONAL in writing any delays, defects or deficiencies in such work that render it unavailable or
unsuitable for such proper execution and results. CONTRACTOR's failure so to report will constitute an
acceptance of the other work as fit and proper for integration with CONTRACTOR's Work except for latent or
nonapparent defects and deficiencies in the other work.
Coordination:
7.4. If OWNER contracts with others for the performance of other work on the Project at the site, the
person or organization who will have authority and responsibility for coordination of the activities among the
various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be
covered by such authority and responsibility will be itemized, and the extent of such authority and
responsibilities will be provided in the Supplementary Conditions. Unless otherwise provided in the
Supplementary Conditions, neither OWNER nor PROFESSIONAL shall have any authority or responsibility in
respect of such coordination.
Revision Date August 2001
Page 25 of 52 GC-25
ARTICLE 8---OWNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all
communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the
Contract Documents shall be that of the former PROFESSIONAL. Any dispute in connection with such
appointment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and
14.13.
8.4. OWNER's duties in respect of providing lands and easements and providing Engineering surveys
to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's
identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface
conditions at the site and in existing structures which have been utilized by PROFESSIONAL in preparing the
Drawings and Specifications.
8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property
insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and
15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain
circumstances.
Revision Date August 2001
Page 26 of 52 GC-26
ARTICLE 9---PROFESSIONAL'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and
responsibilities and the limitations of authority of PROFESSIONAL as OWNER's representative during
construction are set forth in the Contract Documents and shall not be extended without written consent of
OWNER and PROFESSIONAL.
Visits to Site:
9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various stages of
construction to observe the premises and quality of the executed Work and to determine, in general, if the
Work is proceeding in accordance with the Contract Documents. PROFESSIONAL will not be required to
make exhaustive or continuous on-site inspections to check the quality or quantity of the Work.
PROFESSIONAL's efforts will be directed toward providing for OWNER a greater degree of confidence that
the completed Work will conform to the Contract Documents. On the basis of such visits and on-site
observations as an experienced and qualified design PROFESSIONAL, PROFESSIONAL will keep OWNER
informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in
the Work.
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident Project
Representative to assist PROFESSIONAL in observing the performance of the Work. The duties,
responsibilities and limitations of authority of any such Resident Project Representative and assistants will be
as provided in the Supplementary Conditions. If OWNER designates another agent to represent OWNER at
the site who is not PROFESSIONAL's agent or employee, the duties, responsibilities and limitations of
authority of such other person will be as provided in the Supplementary Conditions.
Clarifications and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract
Documents (in the form of Drawings or otherwise) as may be determined necessary, or as reasonably
requested by CONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of
the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to
an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in
Articles 11 or 12.
Authorized Variations in Work:
9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are
consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If
CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the
Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may
make a claim therefor as provided in Article 11 or 12.
Revision Date
August 2001
Page 27 of 52 GC-27
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL
believes to be defective and will also have authority to require special inspection or testing of the Work as
provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples, see
paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles 10, 11
and 12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment,
etc., see Article 14.
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work
performed by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR PROFESSIONAL's
preliminary determinations on such matters before rendering a written decision thereon (by recommendation of
an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and
binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either
OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written
notice of intention to appeal from such a decision.
Decisions on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract Documents
and judge of the acceptability of the Work thereunder. Claims, disputes and other matters relating to the
acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the
performance and furnishing of the Work and claims under Articles 11 and 12 in respect of changes to the
Contract Price or Contract Time will be referred initially to PROFESSIONAL in writing with a request for a
formal decision in accordance with this paragraph, which PROFESSIONAL will render in writing within a
reasonable time. Written notice of each such claim, dispute and other matter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after
the occurrence of the event giving rise thereto) and written supporting data will be submitted to
PROFESSIONAL and the other party within sixty days after such occurrence unless PROFESSIONAL allows
an additional period of time to ascertain more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL
will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interpretation
or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONAL pursuant
to paragraphs 9.10 and 9.11 with respect to any such claim, dispute or other matter (except any which have
been waived by the making or acceptance of final payment as provided in paragraph 14.16) will be a condition
Revision Date
August 2001
Page 28 of 52 GC-28
precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise
have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other
matter.
Limitations on PROFESSIONAL's Responsibilities:
9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract
Documents nor any decision made in good faith to exercise such authority shall give rise to any duty or
responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees.
9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques,
sequences, or procedures or the safety precautions and programs used. PROFESSIONAL shall not be
responsible for CONTRACTOR’s failure to perform the Work in accordance with the Contract Documents.
9.15. PROFESSIONAL shall not be responsible for the acts or omissions of CONTRACTOR, any
Subcontractors, any agents or employees, or any other persons performing any of the Work.
Revision Date
August 2001
Page 29 of 52 GC-29
ARTICLE 10--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from time to time order additions,
deletions, or revisions in the Work. The OWNER shall provide CONTRACTOR with a proposal request,
identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a
written proposal for the changed work prepared in accordance with Articles 11 and 12. If the proposal request
calls only for the deletion of Work, the OWNER may order the partial suspension of any Work related to the
proposed deletion, in which case CONTRACTOR must cease performance as directed; CONTRACTOR shall
not be entitled to claim lost profits on deleted work. All changed Work shall be executed under the applicable
conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization of a Change Order will not
entitle CONTRACTOR to an increase in the Contract Price or an extension of the Contract Time, except in the
case of an emergency as provided in Article 6. The effect of this paragraph shall remain paramount and shall
prevail irrespective of any conflicting provisions contained in these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work performed in an emergency
as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the
Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and
CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a
Work Change Directive to CONTRACTOR. Pricing of the Work Change Directive will be in accordance with
Section 11.3. The Work Change Directive will specify a price, and if applicable a time extension, determined
to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive , CONTRACTOR
may submit a claim in accordance with Articles 11 and 12, but CONTRACTOR shall nevertheless be obligated
to fully perform the work as directed by the Work Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER,
regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the Work or the provisions of the Contract
Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any
Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the
amount of each applicable Bond will be adjusted accordingly.
Revision Date
August 2001
Page 30 of 52 GC-30
ARTICLE 11-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compensation (subject to written authorized
adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations
assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR’s expense without change in the
Contract Price.
11.2. The Contract Price may only be changed by a Change Order or by a Written Amendment. Any
claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party
making the claim to the other party and to PROFESSIONAL promptly (but in no event later than thirty days)
after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of
the amount of the claim with supporting data shall be delivered within sixty days after such occurrence (unless
PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim)
and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts
(direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event.
All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for
an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2.
11.3. The value of any Work covered by a Change Order or of any claim for an adjustment in the
Contract Price will be determined by the following procedures:
11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and
acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price items are
approximations prepared by OWNER for bid purposes and that the actual compensation payable to
CONTRACTOR for the utilization of such items is based upon the application of unit prices to the actual
quantities of items involved as measured in the field and required to complete the Work as originally defined in
the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work, as
defined in these Contract Documents, is required and affects the quantities required for items designed in the
Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the
application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item
required to complete the Work as defined in the Contract Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and
CONTRACTOR may establish unit prices as agreed on by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the Work
is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the amount
of increase or decrease in the lump sum price shall be established by mutual agreement of the parties.
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to agree on
a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance
with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable
price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the
Change Order.
Revision Date
August 2001
Page 31 of 52 GC-31
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions
within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs
to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the
discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum
quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR’s failure to
construct to plan or authorized dimensions.
Cost of the Work:
11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by
CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in writing by
OWNER, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall
include only the following items and shall not include any of the costs itemized in paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for
employees not employed full time on the Work shall be apportioned on the basis of their time spent on the
Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits
which shall include social security contributions, unemployment, excise and payroll taxes, workers' or
workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay
applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of
performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the
above to the extent authorized by OWNER.
11.4.2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to
make payments, in which case the cash discounts shall accrue to OWNER. Trade discounts, rebates and
refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and
CONTRACTOR shall make provisions so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors
acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid
on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the
same manner as CONTRACTOR's Cost of the Work. All subcontracts shall be subject to the other provisions
of the Contract Documents insofar as applicable.
11.4.4. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC-
TOR's employees incurred in discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment,
Revision Date
August 2001
Page 32 of 52 GC-32
machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers,
which are consumed in the performance of the Work, and cost less market value of such items used but not
consumed which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether rented
from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of
PROFESSIONAL, and the costs of transportation, loading, unloading, installation, dismantling and removal
thereof-all in accordance with terms of said rental agreements. The rental of any such equipment, machinery
or parts shall cease when the use thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which CONTRACTOR is
liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any Subcontractor or
anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty
payments and fees for permits and licenses.
11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or otherwise,
to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of
the Work (except losses and damages within the deductible amounts of property insurance established by
OWNER in accordance with paragraph 5.6) provided they have resulted from causes other than the
negligence of CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any of them or
for whose acts any of them may be liable. Such losses shall include settlements made with the written consent
and approval of OWNER. No such losses, damages and expenses shall be included in the Cost of the Work
for the purpose of determining CONTRACTOR's Fee. If, however, any such loss or damage requires
reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a
fee proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the
site, expressage and similar petty cash items in connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the
Work and premiums of property insurance coverage within the limits of the deductible amounts established by
OWNER in accordance with paragraph 5.6.
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of
partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office for general
administration of the Work and not specifically included in the agreed upon schedule of job classifications
referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered
administrative costs covered by CONTRACTOR's Fee.
11.5.2. Expenses of CONTRACTOR's principal area branch offices other than CONTRACTOR's
office at the site.
Revision Date
August 2001
Page 33 of 52 GC-33
11.5.3. Any part of CONTRACTOR's capital expenses, including interest on CONTRACTOR'S capital
used for the Change Order Work and charges against CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR is
required by the Contract Documents to purchase and maintain the same (except for the cost of premiums
covered by subparagraph 11.4.5.9 above).
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone directly or
indirectly, employed by any of them or for whose acts any of them may be liable, including but not limited to,
the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any
damage to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically
and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined
as follows:
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
11.6.2. a fee based on the following percentages of the various portions of the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall be
fifteen percent,
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a
subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on
account of overhead and profit of all Subcontractors shall be fifteen percent,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and
11.3,
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change
which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in
CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and
11.6.2.5. when both additions and credits are involved in any one change, the adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1
through 11.6.2.4, inclusive.
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with
supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the
amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net
decrease in cost will be the amount of the actual net decrease in direct cost as determined by the Project
Revision Date
August 2001
Page 34 of 52 GC-34
Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved
in any change, the combined overhead and profit shall be calculated on the basis of the net change, whether
an increase or decrease. In any event, the minimum detail shall be an itemization of all man-hours required by
discipline/trade with the unit cost per man-hour and total labor price, labor burden, equipment hours and rate
for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized,
plus the overhead and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so
named in the Contract Documents and shall cause the Work so covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL
CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of
materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs,
overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price
and not in the allowances. No demand for additional payment on account of any thereof will be valid.
Prior to final payment, an appropriate Change Order will be issued as recommended by PROFESSIONAL to
reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract Price
shall be correspondingly adjusted.
Unit Price Work:
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified item of Unit Price Work times the estimated quantity of
each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not
guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR will
be made by PROFESSIONAL in accordance with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR to be
adequate to cover CONTRACTOR's overhead and profit for each separately identified item.
11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR differs
materially and significantly from the estimated quantity of such item indicated in the Agreement and there is no
corresponding adjustment with respect to any other item of Work and if CONTRACTOR believes that
CONTRACTOR has incurred additional expense as a result thereof, CONTRACTOR may make a claim for an
increase in the Contract Price in accordance with Article 11 if the parties are unable to agree as to the amount
of any such increase.
Revision Date
August 2001
Page 35 of 52 GC-35
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an extension in
the Contract Time shall be made in writing and delivered to PROFESSIONAL and OWNER within seven (7)
calendar days of the occurrence first happening and resulting in the claim. Written supporting data will be
submitted to PROFESSIONAL and OWNER within fifteen (15) calendar days after such occurrence unless the
OWNER allows additional time. All claims submitted by CONTRACTOR for adjustments to the Contract Time
must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was
beyond CONTRACTOR’s control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or
completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or
by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor
disputes, fire, unavoidable casualties, utility conflicts which could not have been identified or foreseen by
CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR’s control or fault, then the
Contract Time shall be extended by Change Order for such reasonable time as OWNER may determine.
CONTRACTOR shall be entitled to an extension of time for such causes only for the number of days of delay
which OWNER may determine to be due solely to such causes and only to the extent such occurrences
actually delay the completion of the Work and then only if CONTRACTOR shall have strictly complied with all
the requirements of the Contract Documents. Provided, however, notwithstanding anything in the Contract
Documents to the contrary, no interruption, interference, inefficiency, suspension or delay in the performance,
progress, commencement or completion of the Work for any cause whatsoever, including those for which
OWNER or PROFESSIONAL may be responsible in whole or in part, shall relieve CONTRACTOR of its duty
to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR’s
sole and exclusive remedy against OWNER for interruption, interference, inefficiency, suspension or delay of
any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the
procedures set forth herein.
Revision Date
August 2001
Page 36 of 52 GC-36
ARTICLE 13--WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment will be
new unless otherwise specified and that all work will be of good quality, performed in a workmanlike manner,
free from faults or defects, and in accordance with the requirements of the Contract Documents and any
inspections, tests, or approvals referred to in this Article. All unsatisfactory Work, all faulty Work and all Work
not conforming to the requirements of the Contract Documents or such inspections, tests, approvals, or all
applicable building, construction and safety requirements shall be considered defective. Notice of all defects
shall be given to CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be
rejected, corrected, or accepted as provided in this Article.
Access to Work:
13.2. For the duration of the Work, PROFESSIONAL and its representatives, other designated
representatives of OWNER, and authorized representatives of any regulatory agency shall at all times be
given access to the Work. CONTRACTOR shall provide proper facilities for such access and observation of
the Work and also for any inspection or testing by others.
Tests and Inspections:
13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority
having jurisdiction require any Work to specifically be inspected, tested, or approved by someone other than
CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of readiness therefore.
13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections, tests, or
approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to CONTRACTOR. All
other inspections, tests or approvals shall be at CONTRACTOR’s expense including additional expenses for
inspection and tests required as a result of delays by CONTRACTOR or hours worked in excess of 40 hours
per week. For all required inspections, tests, and approvals on any Work prepared, performed, or assembled
away from the site, CONTRACTOR will furnish PROFESSIONAL with the required Certificates of Inspection,
testing, or approval. All such tests will be in accordance with the methods prescribed by the American Society
for Testing and Materials or such other applicable organizations as may be required by law or the Contract
Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the direction of
PROFESSIONAL and at CONTRACTOR’s expense.
13.5. All inspections, tests or approvals other than those required by Laws or Regulations of any
public body having jurisdiction shall be performed by organizations acceptable to OWNER and
CONTRACTOR (or by PROFESSIONAL if so specified).
13.6. If any Work (including the work of others) that is to be inspected, tested or approved is covered
without written concurrence of PROFESSIONAL, it must, if requested by PROFESSIONAL, be uncovered for
observation. Such uncovering shall be at CONTRACTOR's expense unless CONTRACTOR has given
PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not
acted with reasonable promptness in response to such notice.
Revision Date
August 2001
Page 37 of 52 GC-37
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or
approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the
Work in accordance with the requirements of the Contract Documents.
Uncovering Work:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the
prior written approval of PROFESSIONAL, or if any Work is covered contrary to the request of
PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for observation, inspection,
testing or approval and replaced at CONTRACTOR’s expense.
13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed by
PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shall
uncover, expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may
require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is
found that such Work is defective, CONTRACTOR shall bear all direct and consequential costs of such
uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not
limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and
OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to
agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,
inspection, testing and reconstruction, and, if the parties are unable to agree as to the amount or extent
thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
OWNER May Stop the Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen or
suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or equipment
or if CONTRACTOR violates any provisions of these Contract Documents, OWNER may order
CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of
OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the
benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the
Contract Price or Contract Time or other damages for a stop work order under this paragraph.
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER
and as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or
completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not
correct such defective Work or remove and replace such defective Work within a reasonable time, as specified
in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect
costs of such correction shall be paid by CONTRACTOR or deducted from payment to CONTRACTOR.
CONTRACTOR will also bear the expense of correcting or removing and replacing all Work of others
destroyed or damaged by the correction, removal, or replacement of the defective Work.
Revision Date
August 2001
Page 38 of 52 GC-38
One Year Correction Period:
13.12. If, after approval of final payment and prior to the expiration of one year after the date of
substantial completion or such longer period of time as may be prescribed by law or by the terms of any
applicable special guarantee required by the Contract Documents, any Work or materials are found to be
defective, incomplete, or otherwise not in accordance with the Contract Documents, CONTRACTOR shall
promptly, without cost to OWNER and in accordance with OWNER’s written instructions, either correct such
defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective
Work. If CONTRACTOR does not promptly comply with the terms of such instructions, OWNER may have the
defective Work corrected, removed, or replaced. All direct, indirect and consequential costs of such removal
and replacement (including but not limited to fees and charges of engineers, architects, attorneys and other
professionals) will be paid by CONTRACTOR.
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and replacement of defective Work, OWNER (and,
prior to PROFESSIONAL's recommendation of final payment, PROFESSIONAL) prefers to accept it, OWNER
may do so. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's
evaluation of and determination to accept such defective Work (such costs to be approved by
PROFESSIONAL as to reasonableness and to include but not be limited to fees and charges of engineers,
architects, attorneys and other professionals). If any such acceptance occurs prior to PROFESSIONAL's
recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the
Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim
therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount
will be paid by CONTRACTOR to OWNER.
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to
proceed to correct defective Work or to remove and replace rejected Work as required by PROFESSIONAL in
accordance with paragraph 13.11, or if CONTRACTOR fails to perform the Work in accordance with the
Contract Documents, or if CONTRACTOR falls to comply with any other provision of the Contract Documents,
OWNER may, after seven days' written notice to CONTRACTOR, correct and remedy any such deficiency. In
exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously, to the extent
necessary to complete corrective and remedial action. OWNER may exclude CONTRACTOR from all or part
of the site, take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto,
take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the site and
incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's
representatives, agents and employees such access to the site as may be necessary to enable OWNER to
exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER
in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to
reasonableness by PROFESSIONAL, and a Change Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate
decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may
make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but
not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs
Revision Date
August 2001
Page 39 of 52 GC-39
and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or
replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the
Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of
OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents,
including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit a
recovery plan and take specific corrective actions including, but not limited to, employing additional workmen
and/or equipment, and working extended hours and additional days, all at no cost to OWNER in order to put
the Work back on schedule. If CONTRACTOR fails to correct the deficiency or take appropriate corrective
action, OWNER may terminate the contract or CONTRACTOR’s right to proceed with that portion of Work and
have the Work done by others. The cost of completion under such procedure shall be charged against
CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the Contract
Documents, including an appropriate reduction in the Contract Price. If the payments due CONTRACTOR are
not sufficient to cover such amount, CONTRACTOR shall pay the difference to OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule, all costs
to OWNER of associated inspection, construction management and resident engineers shall be identified to
CONTRACTOR and the Contract Price reduced by a like amount via Change Order.
Revision Date
August 2001
Page 40 of 52 GC-40
ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress
payments and will be incorporated into a form of application for Payment acceptable to Project Manager.
Progress payments on account of Unit Price Work will be based on the number of units completed.
Application for Progress Payment:
14.2. At least twenty (20) calendar days before the date established for each progress payment (but
not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL for review an application
for Payment filled out and signed by CONTRACTOR covering the work completed as of the date of the
application and accompanied by such supporting documentation as is required by the Contract Documents. If
payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and
suitably stored at the site or at another location agreed to in writing, the Application for Payment shall also be
accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the
materials and equipment free and clear of all liens and evidence that the materials and equipment are covered
by appropriate property insurance and other arrangements to protect OWNER’s interest therein, all of which
will be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the
final payment or acceptance by OWNER. The amount of retainage with respect to progress payments will be
as stipulated in the Agreement.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered
by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no later than
the time of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for
Payment, either indicate in writing a recommendation of payment and present the application to OWNER, or
return the application to CONTRACTOR indicating in writing PROFESSIONAL’s reasons for refusing to
recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit
the application. OWNER shall, within thirty-one calendar days of presentation to him of the application for
payment with PROFESSIONAL’s recommendation of the amount for payment, pay CONTRACTOR amount
recommended.
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment
will constitute a representation by PROFESSIONAL to OWNER, based on PROFESSIONAL's on-site
observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF-
ESSIONAL's review of the Application for Payment and the accompanying data and schedules, that the Work
has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and
belief, the quality of the Work is in accordance with the Contract Documents subject to an evaluation of the
Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests
called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price
Revision Date
August 2001
Page 41 of 52 GC-41
Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that
CONTRACTOR is entitled to payment of the amount recommended. However, by recommending any such
payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive or continuous
on-site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities
specifically assigned to PROFESSIONAL in the Contract Documents or that there may not be other matters or
issues between the parties that might entitle CONTRACTOR to be paid additionally by OWNER or OWNER to
withhold payment to CONTRACTOR.
14.6. PROFESSIONAL's recommendation of final payment will constitute an additional representation
by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's being entitled to final
payment as set forth in paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if, in
PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER. PROFESSIONAL
may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the
results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent
as may be necessary in PROFESSIONAL's opinion to protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or
replacement.
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
14.7.3. OWNER has been required to correct defective Work or complete Work in accordance with
paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims
have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or
Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set
against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a
copy to PROFESSIONAL) stating the reasons for such action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR
shall notify OWNER and PROFESSIONAL in writing that the entire Work is substantially complete (except for
items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a
certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of the Work to determine the status of completion. If
PROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will notify
CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially
complete, PROFESSIONAL will prepare and deliver to OWNER a tentative certificate of Substantial
Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a
tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after
receipt of the tentative certificate during which to make written objection to PROFESSIONAL as to any
Revision Date
August 2001
Page 42 of 52 GC-42
provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the
tentative certificate to OWNER notify CONTRACTOR in writing stating the reasons therefor. If, after
consideration of OWNER's, objections, PROFESSIONAL considers the Work substantially complete,
PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a
definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or
corrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after
consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial
Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to
division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to PROFESSIONAL's issuing
the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation will be
binding on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correct
items on the tentative list.
Partial Utilization:
14.10. Use by OWNER at OWNER’s option of any substantially completed part of the Work which (i)
has specifically been identified in the Contract Documents, or (ii) OWNER, PROFESSIONAL, and
CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by
OWNER for its intended purpose without significant interference with CONTRACTOR’s performance of the
remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the
following:
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any
such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If
CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the
Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion
for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that
CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. Within a
reasonable time after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an
inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR,
in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially
complete, the provisions of paragraphs 14.8 and 14.9 will apply with respect to certification of Substantial
Completion of that part of the Work and the division of responsibility in respect thereof and access thereto.
14.10.2. OWNER may at any time request CONTRACTOR, in writing, to permit OWNER to take over
operation of any such part of the Work although it is not substantially complete. A copy of such request will be
sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and
PROFESSIONAL will prepare a list of the items remaining to be completed or corrected thereon before final
payment. If CONTRACTOR does not object in writing to OWNER and PROFESSIONAL that such part of the
Revision Date
August 2001
Page 43 of 52 GC-43
Work is not ready for separate operation by OWNER, PROFESSIONAL will finalize the list of items to be
completed or corrected and will deliver such list to OWNER and CONTRACTOR together with a written
recommendation as to the division of responsibilities pending final payment between OWNER and
CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and
guarantees for that part of the Work which will become binding upon OWNER and CONTRACTOR at the time
when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed
PROFESSIONAL). During such operation and prior to Substantial Completion of such part of the Work,
OWNER shall allow CONTRACTOR reasonable access to complete or correct items on said list and to
complete other related Work.
14.10.3. No occupancy or separate operation of part of the Work will be accomplished prior to
compliance with the requirements of paragraph 5.15 in respect of property insurance.
14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion
thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will
notify CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such defi-
ciencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of
PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance
and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required
by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may
make application for final payment following the procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety,
if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to OWNER) of
all liens arising out of or filed in connection with the Work. In lieu of such releases or waivers of liens and as
approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which
a lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with
the Work for which OWNER or OWNER’s property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or receipt in full,
CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indemnify OWNER against
any lien.
14.12.1. No application for final payment will be accepted by OWNER until approved as-built
documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
Revision Date
August 2001
Page 44 of 52 GC-44
14.12.2. Notwithstanding any other provision of these contract documents to the contrary, OWNER
and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials provider,
Subcontractor, laborer or other party to ensure that payments due and owing by CONTRACTOR to any of
them are or will be made. Such parties shall rely only on CONTRACTOR’s surety bonds for remedy of
nonpayment by him. CONTRACTOR agrees to defend and resolve all claims made by Subcontractors,
indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or
supplier or material men or laborer services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any
damages sustained, including lost profits, resulting from CONTRACTOR’s failure or refusal to perform the
work required by these contract documents.
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL’s observation of the Work during construction and final
inspection and PROFESSIONAL’s review of the final Application for Payment and accompanying
documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR’s other obligations under the Contract Documents have been fulfilled,
PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in
writing PROFESSIONAL’s recommendation of payment and present the Application to OWNER for payment.
At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work
is acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to
CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to
OWNER of the application and accompanying documentation, in appropriate form and substance and with
PROFESSIONAL’s recommendation and notice of acceptability, the amount recommended by
PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and
if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR’s final Application for Payment
and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of the
balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by
OWNER for Work not fully completed or corrected is less than the retainage stipulated in the Contract and if
bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the
balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to
PROFESSIONAL with the application for such payment. Such payment shall be made under the terms and
conditions governing final payment, except that it shall not constitute a waiver of claims.
CONTRACTOR's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with the
Contract Documents shall be absolute. Neither recommendation of any progress or final
payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor
any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or
occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER
nor any failure to do so, nor any review and approval of a Shop Drawing or sample
submission, nor the issuance of a notice of acceptability by PROFESSIONAL pursuant to
paragraph 14.13, nor any correction of defective Work by OWNER will constitute an
Revision Date
August 2001
Page 45 of 52 GC-45
acceptance of Work not in accordance with the Contract Documents or a release of
CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents
(except as provided in paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising from
unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply
with the Contract Documents or the terms of any special guarantees specified therein, or from
CONTRACTOR’s continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those previously made
in writing and still unsettled.
Revision Date
August 2001
Page 46 of 52 GC-46
ARTICLE 15--SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix
the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed.
CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or
both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided
in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of any one or more of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code
(Title 11, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any equivalent or
similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating
to the bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now
or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief
against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or
insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law
or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the
purpose of enforcing a Lien against such property or for the purpose of general administration of such property
for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction;
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract
Documents,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to
the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude
Revision Date
August 2001
Page 47 of 52 GC-47
CONTRACTOR from the site and take possession of the Work and of all CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and use the same to the full extent they could be used by
CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the Work all
materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored
elsewhere, and finish the Work as OWNER may deem expedient. In such case CONTRACTOR shall not be
entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price
exceeds the direct, indirect and consequential costs of completing the Work (including but not limited to fees
and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and arbitration
costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance,
CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will be approved as to
reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or
remedies under this paragraph, OWNER shall not be required to obtain the lowest price for the Work
performed.
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be the
means for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days’ written notice to CONTRACTOR and PROFESSIONAL, OWNER
may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the
Contract. In such case, CONTRACTOR shall be paid (without duplication of any items):
15.4.1. For completed and acceptable Work executed in accordance with the Contract Documents
prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such
Work;
15.4.2. For expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials or equipment as required by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with
Subcontractors, suppliers and others; and
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will
not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due CONTRACTOR by OWNER will not release CONTRACTOR
from liability.
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
Revision Date
August 2001
Page 48 of 52 GC-48
ninety calendar days by OWNER or under an order of court or other public authority, or PROFESSIONAL fails
to act on any Application for Payment within thirty days after it is submitted or OWNER fails for thirty-one days
to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may upon seven working
days’ written notice to OWNER and PROFESSIONAL and provided OWNER or PROFESSIONAL did not
remedy such suspension or failure within that time, terminate the Agreement and recover from OWNER
payment on the same terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to
any other right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty days
after it is submitted or OWNER has failed for thirty-one calendar days after it is submitted to pay
CONTRACTOR any sum finally determined to be due, CONTRACTOR may upon seven days’ written notice to
OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due
CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude
CONTRACTOR from making claim under Articles 11 and 12 for an increase in Contract Price or Contract Time
or otherwise for expenses or damage directly attributable to CONTRACTOR’s stopping Work as permitted by
this paragraph. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under
paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay during
disputes and disagreements with OWNER.
Revision Date
August 2001
Page 49 of 52 GC-49
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law or fact or both,
or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers pertaining
to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but shall state the
facts surrounding the claim in sufficient detail to identify the claim, together with its character and scope. In
the meantime, CONTRACTOR shall proceed with the Work as directed. Any claim not presented within the
time limit specified in this paragraph shall be deemed to have been waived, except that if the claim is of a
continuing character and notice of the claim is not given within ten (10) working days of its commencement,
the claim will be considered only for a period commencing ten (10) working days prior to the receipt by
OWNER of notice thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by
registered or certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and CONTRACTOR
arising out of, or relating to, the Contract Documents or the breach thereof shall be decided under Georgia
Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract
consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to
contest same.
Revision Date
August 2001
Page 50 of 52 GC-50
ARTICLE 17-MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to
an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail,
postage prepaid, to the last business address known to the giver of the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed
to exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be
omitted from the computation.
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall
constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of
any error, omission or act of the other party or of any of the other party's employees or agents or others for
whose acts the other party is legally liable, claim should be made in writing to the other party within a
reasonable time of the first observance of such injury or damage. The provisions of this paragraph 17.3 shall
not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or
repose.
17.4. The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees
and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all
of the rights and remedies available to OWNER and PROFESSIONAL thereunder, are in addition to, and are
not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which
are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to
which they apply. All representations, warranties and guarantees made in the Contract Documents will survive
final payment and termination or completion of the Agreement.
17.5. CONTRACTOR shall keep adequate records and supporting documentation applicable to this
Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of
five (5) years from the date of final completion or termination of this Contract. OWNER shall have the right to
audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the
period of the Contract and for a period of five (5) years thereafter provided, however, such activity shall be
conducted only during normal business hours. OWNER, during this period of time, shall also have the right to
obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the
aforesaid records and supporting documentation.
Revision Date
August 2001
Page 51 of 52 GC-51
17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all
provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of the
Contract Documents are inconsistent with any provision of the Prompt Pay Act, this provision of the Contract
Documents shall control.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and
CONTRACTOR specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of
materials that are not determined to be equivalent to those indicated or required in the contract documents
without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction:
17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to
waters of the State is a violation of Georgia Water Quality Regulations and is prohibited.
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This
plan will include a list of key personnel with 24-hour contact information who will respond during an emergency
situation. The ERP will include estimates of mobilization time for a response crew to arrive onsite. Any
changes to the Emergency Response Plan will be submitted to the RESIDENT PROJECT
REPRESENTATIVE prior to implementation.
17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans
and supporting calculations must be submitted to the Augusta Utilities Department for review prior to
establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if
failure of the primary pumping system could result in a discharge of untreated wastewater to waters of the
State.
17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump operation
and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to
waters of the State.
17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following
actions:
1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT
PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction
conference).
3. Maintain a chronicle of relevant information regarding the incident including specific actions taken
by the CONTRACTOR and estimates of the discharge volume.
17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia
Environmental Protection Division (800.241.4113) and the Augusta Emergency Management Agency if
Revision Date
August 2001
Page 52 of 52 GC-52
appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the
CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities
Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be
the responsibility of the CONTRACTOR.
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by
the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR.
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite 100 Augusta,
GA 30901.
The presence or duties of PROGRAM MANAGER’s personnel at the construction site, whether as onsite
representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER’s personnel in
any way responsible for those duties that belong to OWNER and / or the CONTRACTOR or other entities, and
do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including,
but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the construction Contract
Documents and any health and safety precautions required by such construction work.
PROGRAM MANAGER and PROGRAM MANAGER’s personnel have no authority to exercise any control
over any construction contractor or other entity or their employees in connection with their work or any health
or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or
safety deficiencies of the CONTRACTOR(s) or other entity or any other persons at the site except PROGRAM
MANAGER’s own personnel.
The presence of PROGRAM MANAGER’s personnel at the construction site is for the purpose of providing to
OWNER a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction documents
has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither
guarantees the performance of the construction contractor(s) nor assumes responsibility for construction
contractor’s failure to perform work in accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into
the construction work, and construction contractors include manufacturers of materials incorporated into the
construction work
SC‐1
SECTION SC-0
INDEX TO SUPPLEMENTARY CONDITIONS
SECTION
SC-0l Scope of the Work
SC-02 List of Drawings
SC-03 Bonds
SC-04 Contractor's Liability Insurance
SC-05 Project Sign
SC-06 Protection of the Environment
SC-07 Temporary Toilets
SC-08 Plans and Specifications Furnished
SC-09 Record Drawings
SC-10 Shop Drawings
SC-11 Existing Structures
SC-12 Salvage Material
SC-13 Referenced Specifications
SC-14 Traffic Control
SC-15 Surveys
SC-16 Construction Order and Schedule
SC-17 Consulting Engineers
SC-18 Inspection and Testing of Work
SC-19 Site Access
SC-20 Tree Save
SC-21 Georgia Prompt Pay Act
SC-22 City Acceptance
SC-23 Disputes
SC-24 Specified Materials
SC-25 Interest Not Earned on Retainage
SC-26 Basis of Payment
SC-27 Compliance with Laws, Codes, Regulations, Etc.
SC-28 Equivalent Materials
SC-29 After Hours Inspection
SC-30 Supplement to the Agreement
SC‐2
SECTION SC
SUPPLEMENTARY CONDITIONS
-01. SCOPE OF THE WORK:
The project referred to in the Agreement shall consist of the following major elements or portion thereof
as outlined in this contract.
The construction and installation of 20” Forcemain by Direct Bury.
The construction of concrete structures including a discharge box, meter box, pump station and channel
monster box.
-02. LIST OF DRAWINGS:
The following drawings, prepared by Zimmerman, Evans and Leopold, Inc. comprise the plans for the
project.
See Special Conditions included in this contract.
-03. BONDS:
The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his
performance and payment bonds.
-04. CONTRACTOR’S LIABILITY INSURANCE:
Insurance shall be written with limits of liability shown below or as required by law, whichever is greater:
Commercial General Liability (per occurrence) Each Occurrence $ 1,000,000
General Aggregate $ 2,000,000
Products $ 2,000,000
Personal & Adv Injury $ 1,000,000
Fire Damage $ 500,000
Automobile Liability (any auto) Combined Single Limit $ 1,000,000
Excess Liability (any auto) Each Occurrence $ 5,000,000
Workers Compensation Statutory Limits
Employer Liability $ 1,000,000
-05. PROJECT SIGN:
The Contractor will provide and install one (1) project sign at prominent location on the construction site
as directed by the Engineer. The sign will carry in a prominent manner the name of the project, the
Owner, and the name of the Contractor and the Engineer and a 24-hour phone number for the Contractor
in 4-inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 7-feet
above the ground. The full size stencil shall be approved along with colors before fabrication. The
Contractor shall include the cost of the project sign in the Total Base Bid.
SC‐3
-06. PROTECTION OF THE ENVIRONMENT:
The Contractor will carefully schedule his work so that a minimum amount of the exposed earth will be
subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize
the transportation of silt and other deleterious material from the project area onto adjacent properties or
into adjacent water courses.
All chemicals used during project construction or furnished for project operation, whether herbicide,
pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or
USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed
instructions.
-07. TEMPORARY TOILETS:
Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction
work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and
sanitary condition. Workmen shall be required to use only these toilets. At completion of the work,
toilets used by Contractor shall be removed and premises left in the condition required by the Contract.
-08. PLANS AND SPECIFICATIONS FURNISHED:
The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct black line
prints together with a like number of complete bound specifications for construction purposes. Additional
sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his
written request.
-09. RECORD DRAWINGS:
The Contractor will maintain in his office one complete set of drawings (including any supplemental
sketches) pertaining to the project upon which, at the end of each day’s work any deviations from the
construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red
pencil. If necessary, supplemental drawings will be made to show details of deviations or changes, and
these will be kept with the marked set. The drawings will be available to the Engineer for inspection
during construction and at the completion of construction. Prior to submitting his estimate for final
payment, as-built drawings are to be prepared and submitted by the contractor to the engineer. As-built
drawings shall include tap locations and manholes located to a minimum of two separate surface features.
-10. SHOP DRAWINGS:
The Contractor shall submit to the Engineer for his review shop drawings, cuts, diagrams, bar lists, steel
details and other descriptive data on every item, where shown on the drawings or specified herein. The
Contractor shall check all submittals and so indicate on each copy thereof. Five copies of such shop
drawings shall be submitted to the Engineer before ordering of the material. Submittals which have not
been checked by the Contractor will not be reviewed by the Engineer. Reviews by the Engineer of
submittals will cover only general conformity with the project requirements, while responsibility for
detailed conformity shall remain with the Contractor. The Contractor will be notified by mail of the
results of the submittal reviews within ten (14) days of the receipt by the Engineer thereof.
-11. EXISTING STRUCTURES:
Where sidewalks, street signs, private signs, walls, sidewalks, fences, pipelines, etc. are removed in
accomplishing the work, each and every item will be replaced in the same or better manner or condition
than that in which it was before construction began. The Contractor will protect and hold harmless the
SC‐4
Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private
property.
-12. SALVAGE MATERIAL:
All existing installations to be removed, including but not limited to masonry and concrete rubble,
asphalt, pipe, etc. will be disposed of at an approved location by the Contractor.
-13. REFERENCED SPECIFICATIONS:
Where specifications or standards of trade organizations and other groups are referenced in these
specifications, they are made as much a part of these specifications as if the entire standard or
specification were reprinted herein. The inclusion of the latest edition or revision of the referenced
specification or standard is intended.
-14. TRAFFIC CONTROL:
Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal
Highway Administration, latest edition. The Contractor shall give prior written notification to and shall
obtain the approval of the Augusta Fire Department, Sheriff Department, Emergency Medical Services,
and the Augusta Traffic Engineering Department of any street closures.
-15. SURVEYS:
The Engineer has established base lines for locating the principal component parts of the work, together
with a suitable number of bench marks adjacent to the work. From the information thus provided, the
Contractor shall develop and make all detail surveys needed for construction lines and elevations. The
Contractor shall employ only Registered Land Surveyors or Registered Professional Engineer to perform
all detail surveys. The Contractor will diligently preserve and maintain the position of all stakes,
reference points and bench marks after they are set and, in case of willful or careless destruction, he shall
be charged with the resulting expense and shall be responsible for any mistakes that may be caused by
their unnecessary loss or disturbance.
-16. CONSTRUCTION ORDER AND SCHEDULE:
A. The Contractor shall be responsible for the detailed order, schedule, and methods of construction
activities within the general guidelines specified for maintenance and protection of highway and
pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified.
B. After notice to proceed and prior to the first payment on the contract the Contractor shall submit
the following for review:
(1) Breakdown of contract price into units of cost for each item required to complete the total
work; this breakdown will be the basis for judging the percentage complete at any time.
(2) A statement of the order of procedure to be followed that will result in the required protection
and completion of the work within the overall contract time.
(3) A bar chart showing the percentage of each item schedules against time and so scheduled that
Contractor's order of construction is clearly shown.
C. With each request for payment the Contractor shall submit two copies of the bar chart clearly
marked to show the work completed at the date of the payment requested.
SC‐5
D. Progress Schedule Requirements
(1) Bar Chart Schedule: Prepare on maximum 11 inch by 17 inch sheet size for each separate
stage of Work as specified and shown, to include at least:
(a) Identification and listing in chronological order of those activities reasonably
required to complete work, including, but not limited to, subcontract work, major
equipment design, factory testing and startup activities, project close out and
cleanup and specified work sequences, constraints, and milestones, including
Substantial Completion date(s). Listings to be identified by Specification section
number.
(b) Identify: (i) horizontal time frame by year, month, and week, (ii) duration, early-
start, and completion of each activity and sub-activity and (iii) critical activities
and Project float.
(c) Provide sub-schedules to further define critical portions of the work.
(d) Monthly schedule submissions: show overall percent complete, projected and
actual, and completion progress by listed activity and sub-activity.
(e) Identify the critical path on the schedule.
(2) General:
(a) Schedule(s) shall reflect work logic sequences, restraints, delivery windows,
review times, contract times and milestones set forth in the Agreement, and shall
begin with the date of Notice to Proceed and conclude with the date of Final
Completion.
(b) The schedule requirement herein is the minimum required. Contractor may
prepare a more sophisticated schedule if such work will aid Contractor in
execution and timely completion of work.
(c) Base schedule on standard 5-day work week.
(d) When bar chart or network analysis schedules are specified, use Primavera
Project Planner, latest version, SureTrak latest version or a compatible and
approved software.
(e) Adjust or confirm schedules on a monthly basis as follows:
Contractor shall submit to Engineer for acceptance proposed adjustments in the
progress schedule that will not change the contract times (or milestones). Such
adjustments will conform generally to the progress schedule then in effect and
additionally will comply with any provisions of the General
Requirements applicable thereto.
Proposed adjustments in the progress scheduled that will change the contract
times (or milestones) may only be made by Change Order.
Use of float suppression techniques such as preferential sequencing or logic,
special lead/lag logic restraints, and extended activity times are prohibited, and
use of float time disclosed or implied by use of alternate float-suppression
techniques shall be shared to proportionate benefits to Owner and Contractor.
Pursuant to above float-sharing requirement, no time extensions will be granted
nor delay damages paid until a delay occurs which (i) impacts project's critical
path, (ii) extends work beyond contract completion date.
SC‐6
-17. CONSULTING ENGINEERS:
The Owner has engaged consulting engineers to assist the Director of Utilities, defined herein as the
Engineer, by preparing plans and specifications for the work and by providing certain services during the
bidding and construction phases of the project. The consulting engineer, Zimmerman, Evans and Leopold,
Inc. is authorized to represent the Director of Utilities within the limits of the various duties delegated and
assigned to the firm by the Director. Nevertheless the Director of Utilities remains the final authority
hereunder and is the "Engineer" as used throughout the Contract Documents.
The presence or duties of Consulting Engineer’s personnel at the construction site, whether as onsite
representatives or otherwise, do not make personnel in any way responsible for those duties that belong to
Owner and/or the Contractor or other entities, and do not relieve the Contractor or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction methods, means,
techniques, sequences, and procedures necessary for coordinating and completing all portions of the
construction work in accordance with the construction Contract Documents and any health and safety
precautions required by such construction work.
The Consulting Engineer’s personnel have no authority to exercise any control over
any construction contractor or other entity or their employees in connection with their work or any
health or safety precautions and have no duty of inspecting, noting, observing, correcting, or
reporting on health or safety deficiencies of the Contractor(s) or other entity or any other persons at
the site except Consulting Engineer’s own personnel.
The presence of the Consulting Engineer's personnel at the construction site is for the purpose of
providing to Owner a greater degree of confidence that the completed construction work will conform
generally to the construction documents and that the integrity of the design concept as reflected in the
construction documents has been implemented and preserved by the construction contractor(s).
Consulting Engineer neither guarantees the performance of the construction contractor(s) nor assumes
responsibility for construction contractor's failure to perform work in accordance with the construction
documents.
For this Agreement only, construction sites include places of manufacture for
materials incorporated into the construction work, and construction contractors include
manufacturers or materials incorporated into the construction work.
-18. INSPECTION AND TESTING OF WORK:
The Owner shall provide sufficient competent engineering personnel for the technical
observation and testing of the work.
The Engineer and his representatives shall at all times have access to the work whenever it is in
preparation or progress, and the Contractor shall provide proper facilities for such access, and for
inspections.
Inspectors shall have the power to stop work on account of a workman's incompetency, drunkenness, or
willful negligence or disregard of orders. An inspector may stop the work entirely if there is not a
sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly
or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or
workmanship which does not conform fully to the requirements of the contract and they shall give no
orders or directions under any possible circumstances not in accordance with the Specifications. The
Contractor shall furnish the inspector with all required assistance to facilitate thorough inspection or the
culling over or removal of defective materials or for any other purpose requiring discharge of their duties
SC‐7
for which service no additional allowance shall be made. The inspector shall, at all times, have full
permission to take samples of the materials that mayor may not be used in the work.
Any inspection provided by the Engineers is for the purpose of determining compliance with provisions
of the contract specifications and is in no way a guarantee of the methods or appliances use by the
Contractor, nor for the safety of the job.
If the specifications, the Engineer's instructions, laws, ordinances, or any public authority require any
work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its
readiness for inspection, and if the inspection is by an authority other than the Engineer, of the date fixed
for such inspection. Inspections by the Engineer shall be made promptly, and where practicable at the
source of supply. If any work should be covered up without review or consent of the Engineer, it must, if
required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense.
Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be
uncovered by the Contractor. If such work is found to be in accordance with the Contract Documents, the
Owner shall pay the cost of re-examination and replacement. If such work is not in accordance with the
Contract Documents, the Contractor shall pay such cost.
The Owner will employ a qualified materials testing laboratory, hereinafter referred to as the Laboratory,
to monitor more fully on the Owner's behalf the quality of materials and work, and to perform such tests
as may be required under the Contract Documents as conditions for acceptance of materials and work.
The Laboratory will be solely responsible to and paid separately by the Owner. The timing of the work of
the Laboratory will be coordinated by the Engineer through his duly authorized inspector.
The Owner will bear the cost of testing a particular material or area of the work once. Where retesting is
required following corrective measures or under other circumstances, the Contractor shall reimburse the
Owner for the cost of additional testing.
-19. SITE ACCESS:
In order to minimize damage to existing paving and landscaping, access to the site for the contractor’s
personnel and equipment will be restricted to the routes designated by the Owner. The contractor will be
required to use on those routes unless written approval is given by the owner.
-20. TREE SAVE:
Prior to beginning grading operations, the Contractor is to notify the Owner and the Engineer so that
those trees which are to be saved can be marked in the field. Once these trees are marked, the Contractor
shall take every precaution, including tree protection fence, to save these trees.
-21. GEORGIA PROMPT PAY ACT:
This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia
Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is
inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control.
-22. CITY ACCEPTANCE:
Notwithstanding any other obligations of the Contractor, he shall complete the work to the full
satisfaction of the Augusta Utilities Department and the Engineer. This provision shall not relieve the
Contractor of his responsibilities for guarantees.
SC‐8
-23. DISPUTES:
All claims, disputes and other matters in question between the Owner and the Contractor arising out of or
relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond
County, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in
Richmond County and waives any right to contest the venue in the Superior Court of Richmond County,
Georgia.
-24. SPECIFIED MATERIALS:
Attention is drawn to the specification of certain brands or manufacturers of construction materials on the
drawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation
from the product specified will be allowed. Notwithstanding any provision of the general conditions,
there shall be no substitution of materials that are not determined to be equivalent to those indicated or
required in the contract documents without an amendment to the contract.
-25. INTEREST NOT EARNED ON RETAINAGE:
Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to
the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically
waives any claim to same.
-26. BASIS OF PAYMENT:
As explained in the section "Instructions to Bidders" and in the “General Conditions”, payment will be
made based on the per cent complete per the contractor’s breakdown.
-27. COMPLIANCE WITH LAWS, CODES, REGULATIONS, ETC.:
Supplementing the provision of the GENERAL CONDITIONS, the successful bidder awarded this
contract by signing the contract acknowledges the following, however, this is not to be construed as all
inclusive or being these only:
1. Underground Gas Pipe Law:
The Contractor signing the contract acknowledges that he is fully aware of the contents and
requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and
regulations pursuant thereto", and the Contractor shall comply therewith.
2. High Voltage Act:
The Contractor by signing the contract acknowledges that he is fully aware of the contents and
requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and
Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within
quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall
comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he:
A. has visited the premises and has taken into consideration the location of all electrical power
lines on and adjacent to all areas onto which the contract documents require to permit the
Contract either to work, to store materials, or to stage operations, and
B. that the Contractor has obtained from the Owner of the aforesaid electric power lines advice
in writing as to the amount of voltage carried by the aforesaid lines.
SC‐9
The Contractor agrees that he is the "person or persons responsible for the work to be done" as
referred to in the high voltage act and that accordingly the Contractor is solely "responsible for
the completion of the safety measures which are required by Section 3 of the high voltage act
before proceeding with any work." The Contractor agrees that prior to the completion of
precautionary measures required by the high voltage act he will neither bring nor permit the
bringing of any equipment onto the site (or onto any area or areas onto which the contract
documents require or permit the Contractor to work, to store materials, or to stage operations)
with which it is possible to come within eight feet of any high voltage line or lines pursuant to
operations arising out of performance of the Contract. The foregoing provisions apply to power
lines located (a) on the site and (b) on any area or areas onto which the contract documents
require or permit the Contractor either to work, to store materials, or to stage operations, or (c)
within working distance for equipment or materials, being used on (a) and (b) above. These
provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the
Owner, to other parties, or to both. The Contractor agrees that the foregoing provisions
supplement provisions of the General Conditions. The Contractor agrees and acknowledges that
any failure on his part to adhere to the high voltage act shall not only be a violation of law but
shall also be a breach of contract and specific violation of the provisions of the General
Conditions which pertains to safety precautions.
3. Occupational Safety & Health Act:
The Contractor by signing the contract acknowledges that he is fully aware of the provisions of
the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall comply therewith.
-28. EQUIVALENT MATERIALS:
Notwithstanding any provision of the general conditions, there shall be no substitution of materials that
are not determined to be equivalent to those indicated or required in the contract documents without an
amendment to the contract.
-29. AFTER HOURS INSPECTION:
If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through
Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by
the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way
Encroachment Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County
Planning Commission Development Documents dated September, 1999, or latest version. If inspectors of
Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond
County needs to be notified in advance.
-30. SUPPLEMENT TO THE AGREEMENT
a) Defective pricing
To the extent that the pricing provided by CONTRACTOR is erroneous and defective, the parties may, by
agreement, correct pricing errors to reflect the intent of the parties.
b) Specified excuses for delay or non-performance
SC‐10
CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and
other severe and unexpected acts of nature. In any such event, the contract price and schedule shall be
equitably adjusted.
c) Termination of the contract for default
Failure of the CONTRACTOR, which has not been remedied or waived, to perform or otherwise comply
with a material condition of the Agreement shall constitute default. Augusta, Georgia may terminate this
contract is part or in whole upon written notice to the CONTRACTOR pursuant to this term.
d) Prohibition against contingent fees
There shall be no contingent fees allowed under this contract.
e) An acknowledgement by all parties contracting with Augusta, Georgia as follows:
“Contractor acknowledges that this contract and any changes to it by amendment, modification, change
order or other similar document may have required or may require the legislative authorization of the
Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess
knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences
of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract,
amendment, modification, change order or other similar document, including the possibility that the
Contractor may be precluded from recovering payment for such unauthorized goods or services.
Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract
that has not received proper legislative authorization or if the Contractor provides goods or services to
Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta,
Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or
services provided by Contractor. Contractor assumes all risk of non-payment for the provision of any
unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other
remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however
characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall
be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue
producing contracts.
f) Use of Augusta, Georgia Landfill.
All contracts for contractors performing demolition and/or construction projects for Augusta, Georgia
shall contain a provision requiring that all debris, trash and rubble from the project be transported to and
disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations.
The contractor shall provide evidence of proper disposal through manifests, which shall include the types
of material disposed of, the name and location of the disposal facility, date of disposal and all related fees.
g) Federal Work Authorization Program
All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical
performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A.
§ 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with
Augusta, Georgia has registered with and is participating in a federal work authorization program. All
contractors and subcontractors must provide their E-Verify number and must be in compliance with the
electronic verification of work authorized programs operated by the United States Department of
SC‐11
Homeland Security or any equivalent federal work authorization program operated by the United States
Department of Homeland Security to verify information of newly hired employees, pursuant to the
Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability
provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal
authorization program throughout the contract term. All contractors shall further agree that, should it
employ or contract with any subcontractor(s) in connection with the physical performance of services
pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each
subcontractor’s E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on
the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors
shall further agree to maintain records of such compliance and provide a copy of each such verification to
Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services.
h) Owner Inspections
All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part of the plant,
place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the
performance of any contract awarded or to be awarded by Augusta, Georgia.
i) Local Small Business:
In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor expressly agrees to collect
and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small
Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements
of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance
with AUGUSTA, GA. CODE § 1-10-129(d) (7), for all contracts where a local small business goal has
been established, the contractor is required to provide local small business utilization reports. Contractor
shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and
shall provide such payment affidavits, regarding payment to subcontractors as may be requested by
Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small
business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to
provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia
to exercise any of the remedies set forth, including but not limited to, withholding payment from the
contractor and/or collecting liquidated damages.
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-1
INDEX
SC - 1 CONTRACT DOCUMENTS AND DRAWINGS
SC - 2 ENGINEER FOR THE PROJECT
SC - 3 OMITTED
SC - 4 BOUNDARIES OF WORK AND STAGING AREAS
SC - 5 EXISTING STRUCTURES AND UTILITIES
SC - 6 NO OVERFLOWS
SC - 7 UTILITIES
SC - 8 TEMPORARY SANITARY FACILITIES
SC - 9 SURVEYS AND PERMITS
SC - 10 DIMENSIONS
SC – 11 EROSION AND SEDIMENT CONTROL
SC – 12 SAFETY AND HEALTH REGULATIONS
SC – 13 SITE CONTAMINATION AND CHEMICALS
SC – 14 STORAGE OF MATERIAL
SC – 15 TRAFFIC SAFETY
SC – 16 CLEANING UP
SC – 17 SUBSTITUTION OF MATERIALS
SC – 18 RESTORATION OF PROPERTY
SC - 19 INTERRUPTION OF PLANT OPERATIONS
SC – 20 MANUFACTURER’S DIRECTIONS
SC – 21 INSURANCE LIMITS
SC – 22 SUBSURFACE CONDITIONS
SC – 23 REQUIREMENTS FOR AS-BUILT INFORMATION ON THE DRAWINGS
SC – 24 CONTRACTOR’S RESPONSIBILITY
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-2
SC - 1 CONTRACT DOCUMENTS AND DRAWINGS:
The Contract Documents which form a part of this contract include Advertisement
for Bids, Information for Bidders, Bid, Bid Bond, Notice of Award, Agreement,
Payment Bond, Performance Bond, Notice to Proceed, Change Order, General
Conditions, Special Conditions, Technical Specifications, Drawings and Addenda.
Specifications: The specifications consist of a written description of a general
and technical nature of materials, equipment, construction systems, standards
and workmanship, and include General Conditions, Supplemental General Conditions,
Special Conditions and Technical Specifications indexed at the front of this
bound volume of Contract Documents.
Drawings: The Engineer will furnish to the Contractor, free of charge, all
copies of the drawings and specifications reasonably necessary for the execution
of the work. Location of all features of the work included in the contract are
indicated on the contract drawings. The following drawings, dated June 2014,
comprise the plans for this contract.
DRAWING NO. TITLE
COVER SHEET LOCATION MAP, DRAWING LIST, KEY PLAN AND GENERAL NOTES
1 STA 0+00 TO STA 12+00
2 STA 12+00 TO STA 24+00
3 STA 24+00 TO STA 36+00
4 STA 36+00 TO STA 48+00
5 STA 48+00 TO STA 60+00
6 STA 60+00 TO STA 72+00
7 STA 72+00 TO STA 84+00
8 STA 84+00 TO STA 96+00
9 STA 96+00 TO STA 107+77
10 NOT IN CONTRACT
11 NOT IN CONTRACT
12 DETAILS – 1
13 DETAILS – 2
14 DETAILS AND SECTIONS
15 WETWELL AND VALVE BOX PLANS AND SECTIONS
16 WETWELL SECTIONS AND ADDITIONAL DETAILS
17 STANDARD STRUCTURAL DETAILS
18 WETWELL STRUCTURAL PLAN AND SECTIONS
19 ELECTRICAL SITE PLAN 1, NOTES, FIXTURE SCHEDULE AND LEGEND
20A ELECTRICAL SITE PLAN 2, DETAILS AND SCHEDULE
20B PCP – POWER DIAGRAM
21 SOIL EROSION AND SEDIMENT CONTROL NOTES
22 SOIL EROSION AND SEDIMENT CONTROL DETAILS
23 SOIL EROSION AND SEDIMENT CONTROL SOILS AND VICINITY MAP
SC – 2 ENGINEER FOR THE PROJECT:
The ENGINEER for this project, referenced in the General Conditions as the
PROFESSIONAL, is Zimmerman, Evans and Leopold, Inc., 435 Telfair Street, Augusta,
GA 30901. The Owner’s representative on the site will be the Resident Project
Representative (RPR).
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-3
The RPR will:
Provide engineering liaison with the contractor working principally
through the Contractor’s superintendent to assist in understanding
the intent of the contract documents.
Provide assistance to the contractor with obtaining additional
details and information.
Coordinate with on site personnel who are operating the owner’s
facilities.
Verify tests, equipment and systems startup.
Provide the initial review of the contractor’s payment requests
Make recommendations for the ENGINEER’s review.
The RPR will not:
Authorize deviations from the Contract Documents or substitution of
materials or equipment, unless authorized by the ENGINEER.
Exceed the limitations of ENGINEER’s authority.
Undertake any of the responsibilities of CONTRACTOR, subcontractors
or CONTRACTOR’s superintendent.
Advise on, issue directions relative to, or assume control over any
aspect of the means, methods, techniques, sequences or procedures of
construction unless such advice or directions are specifically
required by the Contract Documents.
Advise on, issue directions regarding, or assume control over safety
precautions and programs in connection with the Work.
Accept Shop Drawings or sample submittals from anyone other than the
CONTRACTOR.
Authorize the OWNER to occupy the Project in whole or in part.
SC – 3 OMITTED:
SC - 4 BOUNDARIES OF WORK AND STAGING AREAS:
The Contractor shall not enter on or occupy with men, tools, equipment, or
materials, any ground outside the limits of Owner's property or construction
easements without written consent of the Owner of such property. Other areas on
site and proximate to the work may be utilized through coordination with the
Resident Project Representative and the approval of the Engineer.
SC - 5 EXISTING STRUCTURES AND UTILITIES:
It is mandatory that the Contractor locate all previously placed underground
installations and construction prior to his engaging in any work in areas where
such improvements may exist. The Contract drawings indicate general locations of
such existing improvements solely for the purpose of initial and general
representation thereof. The Owner and Engineer have not verified locations of
these improvements as a basis for locations displayed on the drawings. All
utilities and improvements must be located and flagged by the Contractor prior to
commencing work. Flags must be maintained and based upon actual field
determinations. The Owner's project inspector must be notified before any work
begins in the vicinity of existing underground improvements.
The Contractor shall be held responsible for any damage and for maintenance and
protection of existing construction and utilities. All damaged construction,
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-4
utilities or improvements shall be restored to the original or better condition
in which they were discovered.
SC – 6 NO OVERFLOWS:
During the performance of his work, the Contractor shall not cause any raw nor
partially treated sewage to be discharged to any ditches, channels, land or other
point. The work can be performed without the need for any unauthorized
discharge. One possible sequence of construction is provided in these
supplementary conditions to demonstrate the project can be constructed without
by-passes or discharges. Should the Contractor cause such a discharge that
results in fines or other penalties assessed against the Owner by a regulatory
agency, the Contractor agrees to reimburse the Owner the costs or have the Owner
retain the costs from the payments due the Contractor for the performance of the
work.
SC - 7 UTILITIES:
The Contractor shall provide for temporary utilities for construction operations.
Potable water is available from hydrants. The Contractor shall make provisions
for telephone service with the phone company. Limited electric power for
construction operations is available at the existing buildings on site. Any
additional power requirements shall be provided by the Contractor by arrangement
with Georgia Power Company. The Contractor shall make suitable arrangements to
provide fuel for temporary heating and/or other construction operations as
necessary.
SC - 8 TEMPORARY SANITARY FACILITIES:
Upon commencing work, the Contractor shall provide temporary screened and
shielded sanitary privies in a manner meeting the approval of the Engineer.
Facilities shall be maintained in a sanitary condition by the Contractor and in
compliance with the requirements of authorities having jurisdiction. All
temporary facilities shall be removed by the Contractor and the area returned to
its original condition prior to acceptance of the completed project.
SC - 9 SURVEYS AND PERMITS:
The Contractor shall make his own surveys and establish his own working lines and
grades from the basic reference lines established by the Engineer.
The CONTRACTOR shall carefully preserve bench marks, reference points and stakes
and, in case of willful or careless destruction, he shall be charged with the
resulting expense and shall be responsible for any mistakes that may be caused by
their unnecessary loss or disturbance.
Permits and licenses of a temporary nature necessary for the prosecution of the
WORK shall be secured and paid for by the CONTRACTOR. The CONTRACTOR shall give
all notices and comply with all laws, ordinances, rules and regulations bearing
on the conduct of the WORK as drawn and specified. If the CONTRACTOR observes
that the CONTRACT DOCUMENTS are at variance therewith, he shall promptly notify
the ENGINEER in writing, and any necessary changes shall be adjusted as provided
in Article 10, CHANGES IN THE WORK.
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-5
SC - 10 DIMENSIONS:
Dimensions shown in figures or which can be determined by computation from other
figures shown, shall take precedence over dimensions scaled from the drawings.
When the work of the Contractor is affected by finished dimensions, these shall
be determined by the Contractor at the site and he shall assume the
responsibility therefor.
SC - 11 EROSION AND SEDIMENT CONTROL:
The Contractor will be required to schedule his work and perform operations in
such a manner that siltation and bank erosion will be minimized during all phases
of construction. Any areas disturbed during the course of construction shall be
restored to a condition equal or better than the original condition. Grassing of
disturbed areas shall be the minimum acceptable restoration. Silt control
devices such as straw bale fences and/or silt fence weight filter fabric shall be
installed to limit migration of silt to the water courses. Erosion Control
devices such as mats, grass, mulch, and crushed stone shall be installed to
protect adjoining areas from soil contamination. Compliance with the guidelines
of the 2016 Manual for Erosion and Sedimentation Control in Georgia, pursuant to
the Erosion and Sedimentation Act of 1975, shall apply as though fully set forth
herein.
The Contractor shall provide a construction schedule of land disturbing work and
shall include a plan of the temporary measures to be in place during
construction. An employee of the prime Contractor shall be designated as the
work site Erosion and Sediment Control Supervisor who is to be responsible for
timely installation of erosion and sediment control measures and who shall
provide early detection and correction of erosion, sediment, and flooding
problems and who shall have full (24 hr.) access to the personnel, equipment,
materials, means and measures to ensure correction of routine and or special
deficiencies.
Permanent erosion control measures for this site include moderate slopes,
pavement, and permanent grassing. The Contractor shall strive to expedite
completion of the permanent measures and shall keep the temporary measures in
place until a satisfactory grass cover is established.
SC - 12 SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational Safety and Health
Act of 1970 (PL91-596) and under Sec. 107 of the Contract Work Hours and Safety
Standards Act (PL91-54).
SC - 13 SITE CONTAMINATION AND CHEMICALS:
The CONTRACTOR shall prevent the construction site from being contaminated with
any substance in quantities or under circumstances prohibited by environmental
protection laws of the United States or the State of Georgia. The CONTRACTOR
shall be responsible to the OWNER if, at any time, state or federal authorities
make a claim or demand against the OWNER on account of contamination of the site
caused or allowed by the CONTRACTOR or any of its forces or subcontractors.
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-6
All chemicals used during project construction or furnished for project
operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of
other classification, must be registered for the purpose specified with USDA.
Use of all such chemicals and disposal of residues shall be in strict conformance
with instructions.
SC - 14 STORAGE OF MATERIALS:
Materials shall be so stored as to insure the preservation of their quality and
fitness for the work. When considered necessary, they shall be placed on wooden
platforms or other hard, clean, surfaces, and/or placed under cover. Stores of
materials shall be so located as to facilitate prompt inspection.
SC - 15 TRAFFIC SAFETY:
The Contractor will be held responsible for any damages caused by negligence on
his part, or by the improper placing of or failure to display danger signs and
road lanterns; all traffic lanes will be kept open and clear at all.
SC - 16 CLEANING UP:
The Contractor shall keep the premises free from the accumulation of waste
material and rubbish, and upon completion of the work, prior to final acceptance
of the completed project by the Owner, he shall remove from the premises all
rubbish, surplus materials, implements, tools, etc., and leave his work in a
clean condition, satisfactory to the Engineer. On a daily basis, the work area
shall be cleaned sufficiently to produce a neat appearance.
SC - 17 SUBSTITUTION OF MATERIALS:
Notwithstanding any provision of the general conditions, there shall be no
substitution of materials that are not determined to be equivalent to those
indicated or required in the contract documents without an amendment to the
contract.
SC - 18 RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced by the operations or
acts of any of his agents or employees. Such restoration shall include seeding,
sodding, transplanting of lawns, hedges, or ornamental plantings, and the repair
or replacement of streets, driveways, walks, fences, or other facilities in such
a manner as to meet the approval of the Engineer. No structures, fences or trees
shall be removed without the consent of the property owner or until condemnation
procedure, if necessary, has been completed.
Restoration of property shall commence immediately upon substantial completion of
the proposed work in the various areas of the construction site.
SC - 19 DISTURBANCE OF EXISTING SYSTEM OPERATION:
a. General: Operation of the existing sewer system with a minimum of
interruption from the construction operations is VITAL. The Contractor shall
carefully plan his work to least interfere with operation of existing facilities.
The Owner and Engineer shall be contacted by the Contractor so that interruptions
or disturbance of the existing system may be scheduled and coordinated not less
than 36 hours in advance of the work.
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-7
SC - 20 MANUFACTURER'S DIRECTIONS:
Manufactured articles, materials and equipment shall be applied, installed,
connected, erected, used, cleaned and conditioned as directed by the manufacturer
unless herein specified to the contrary.
SC – 21 INSURANCE LIMITS:
The CONTRACTOR shall purchase and maintain such insurance as will protect him
from claims set forth in Article 5 of the General Conditions which may arise out
of or result from the CONTRACTOR’s execution of the WORK, whether such execution
be by himself or by any SUBCONTRACTOR or by anyone for whose acts any of them may
be liable:
The CONTRACTOR shall procure and maintain, at his own expense, during the
CONTRACT TIME, liability insurance as hereinafter specified; CONTRACTOR’s General
Public Liability and Property Damage Insurance including vehicle coverage issued
to the CONTRACTOR and protecting him from all claims for personal injury,
including death, and all claims for destruction of or damage to property, arising
out of or in connection with any operations under the CONTRACT DOCUMENTS, whether
such operations be by himself or by any SUBCONTRACTOR under him, or anyone
directly or indirectly employed by the CONTRACTOR or by a SUBCONTRACTOR under
him. Insurance shall be written with a limit of liability of not less than
$500,000 for all damages arising out of bodily injury, including death, at any
time resulting therefrom, sustained by any one person in any one accident; and a
limit of liability of not less than $500,000 aggregate for any such damages
sustained by two or more persons in any one accident. Insurance shall be written
with a limit of liability of not less than $200,000 for all property damage
sustained by any one person in any one accident; and a limit of liability of not
less than $200,000 aggregate for any such damage sustained by two or more persons
in any one accident.
The CONTRACTOR shall acquire and maintain, if applicable, Fire and Extended
Coverage insurance upon the PROJECT to the full insurable value thereof. This
provision shall in no way release the CONTRACTOR or CONTRACTOR’S surety from
obligations under the CONTRACT DOCUMENTS to fully complete the PROJECT.
The CONTRACTOR shall procure and maintain, at his own expense, during the
CONTRACT TIME, in accordance with the provisions of the law of the state in which
the work is performed: Workmen’s Compensation Insurance, including occupational
disease provisions, for all of his employees at the site of the PROJECT and in
case any work is sublet, the CONTRACTOR shall require such SUBCONTRACTOR
similarly to provide Workmen’s Compensation Insurance, including occupational
disease provisions for all the latter’s employees unless such employees are
covered by the protection afforded by the CONTRACTOR. In case any class of
employees engaged in hazardous work under this contract at the site of the
PROJECT is not protected under Workmen’s Compensation statute, the CONTRACTOR
shall provide and shall cause each SUBCONTRACTOR to provide, adequate and
suitable insurance for the protection of his employees not otherwise protected.
The CONTRACTOR shall secure, “All Risk” type Builder’s Risk Insurance for WORK to
be performed and all materials to be used in the construction including the full
replacement value of all the Owner furnished equipment. Unless specifically
authorized by the OWNER, the amount of such insurance shall not be less than the
CONTRACT PRICE totaled in the BID plus the replacement value of the Owner
furnished equipment. The policy shall cover not less than the losses due to
SECTION SC
SPECIAL CONDITIONS
0802-01R SC SC-8
fire, explosion, hail, lightning, vandalism, malicious mischief, wind, collapse,
riot, aircraft, and smoke during the CONTRACT TIME, and until the WORK is
accepted by the OWNER.
SC - 22 SUBSURFACE CONDITIONS:
Soil boring information is not available for the site.
SC – 23 REQUIREMENT FOR AS-BUILT PIPELINE TO BE FIELD LOCATED:
The 20” pipeline is nonferrous, it is required by this Contract that the
Contractor provide field location of the top of the pipeline at each 100 ft of
pipe. The field location must be measured by standard surveying methods by a
qualified Professional Land Surveyor. The location of the top of the pipeline
will be determined on X, Y and Z common axis using State Plane Coordinates and
the work product must be of a 3 dimensional line representing the location of
the top of the pipeline in digital form using AutoCAD or other common computer
software as required by Augusta, GA’s GIS methodology. The Contractor shall
provide five copies of the data on Compact Disk form.
SC – 24 CONTRACTOR’S RESPONSIBILITY:
Contractor shall submit all subcontractor’s qualifications for approval.
Contractor must use “EJCDC C-620 Contractor’s Application for Payment” unless
approved by Engineer.
SC-25 ROAD CLEANING:
On a daily basis, roads shall be cleaned by the Contractor to prevent tracking or
movement of sediment to storm runoff areas.
SC-26 BORE PITS:
All open bore pits shall be secured and taped off using Safety Caution highly
visible tape to prevent any hazard conditions from occurring.
SC-27 UTILITY EASEMENTS:
The Contractor is not to encroach on private property unless it has secured
written permission from the property owner allowing him to occupy the property
owner’s land. Private property where the owner has secured easements for the
construction are shown on drawings attached to these documents. See attached
utility easements at the end of this section.
SC-29 GEORGIA POWER LICENSE AGREEMENT:
See attached agreement at the end of this section.
SC – 29 CSX ENCROACHMENT AGREEMENT – SEWER:
See attached agreement at the end of this section.
SC – 30 CSX ENCROACHMENT AGREEMENT – WATER:
See attached agreement at the end of this section.
SECTION TS-0
INDEX TO TECHNICAL SPECIFICATIONS
SECTION
TS-01 Technical Specification #1 – Site Work
TS-02 Technical Specification #2 – Excavation, Filling and Backfilling
TS-03 Technical Specification #3 – Concrete
TS–05 Technical Specification #5 – Structural Steel and Miscellaneous Metal
TS-06C Technical Specification #6C – Water Lines
TS-06G Technical Specification #6G – Force Main
TS-06I Technical Specification #6I – Underground Crossings of Highways and RR’s
TS-07 Technical Specification #7– Valves and Hydrants
TS-7D Technical Specification #7D – Control Valves
TS-14E Technical Specification #14E – Submersible Pump
TS-16 Technical Specification #16 – Electrical
TS-17 Technical Specification #17 – Instrumentation and Control Equipment
TS-19 Technical Specification #19 – Grassing
TS-27 Technical Specification #27 - Fencing
TS-28 Technical Specification #28 – Measurement and Payment
AUD MEASUREMENT & PAYMENT 2017 1 OF 13
AUGUSTA UTILITIES DEPARTMENT
MEASUREMENT AND PAYMENT
WATER MAIN
ITEMS W-1(A-Z) - All piping line items shall be measured in linear feet and shall include
costs for piping and installation, locating wire, locating tape, normal joints and gaskets,
trench excavation, trench protection, dewatering, bedding material, asphalt cutting, normal
backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing.
AUD will coordinate materials testing, and be responsible for the cost of all passing tests.
Costs associated with any failed materials tests will be the responsibility of the contractor.
No additional payment shall be made for these items.
ITEMS W-2(A-Z) - All piping line items shall be measured in linear feet and shall include
costs for piping and installation, locating wire, locating tape, restrained joints and gaskets,
trench excavation, trench protection, dewatering, bedding material, asphalt cutting, normal
backfill, pressure and leakage testing, pipe sterilization, bacteriological testing, and flushing.
AUD will coordinate materials testing, and be responsible for the cost of all passing tests.
Costs associated with any failed materials tests will be the responsibility of the contractor.
No additional payment shall be made for these items.
ITEM W-3(A-Z) - Jack and bore line items shall be measured in linear feet and shall include
costs for casing piping, field lok gasket carrier piping, and installation. Shall also include
costs for bore pit excavation, trench protection, dewatering, bedding material, asphalt
cutting, end seals, casing spacers, normal backfill, pressure and leakage testing, pipe
sterilization, bacteriological testing, and flushing. AUD will coordinate materials testing,
and be responsible for the cost of all passing tests. Costs associated with any failed
materials tests will be the responsibility of the contractor. No additional payment shall be
made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 2 OF 13
ITEM W-4 (A-Z) – Miscellaneous pipe fittings shall be measured individually (each) and
include costs for the complete fitting and installation including polywrap and mechanical
joint restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical
Joint Fittings unless otherwise specified on the plans or contract documents. All mechanical
joint fittings shall be installed using approved restraining glands, no separate payment will
be made for these restraining glands. Approved adapters shall be used where necessary to
provide a transition between pipes and/or fittings of differing outside diameters. AUD will
coordinate materials testing, and be responsible for the cost of all passing tests. Costs
associated with any failed materials tests will be the responsibility of the contractor. No
additional payment shall be made for these items. Thrust blocking shall only be utilized, in
addition to restraining glands, if specified on plans, when tying-into existing non-restrained
pipe, or when approved by AUD Construction Inspector, and will be paid for under pay M-
2.
ITEM W-5 – Fire hydrants shall be measured individually (each) and shall include costs for
hydrants, fire hydrant riser, restrained ductile iron lead pipe, polywrap, valve, valve box,
fittings associated with connecting to water main, connection to water main, stone drain
bed, soil surface preparation excavation, asphalt/concrete cutting, installation, normal
backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost
of all passing tests. Costs associated with any failed materials tests will be the responsibility
of the contractor. No additional payment shall be made for these items.
ITEMS W-6 (A–Z) - All vertical gate valve line items shall be measured individually (each)
and shall include costs for full body ductile iron valves, polywrap, hand wheel where
specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering,
asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing.
AUD will coordinate materials testing, and be responsible for the cost of all passing tests.
Costs associated with any failed materials tests will be the responsibility of the contractor.
No additional payment shall be made for these items.
ITEMS W-7 (A–Z) - All horizontal gate valve line items shall be measured individually
(each) and shall include costs for full body ductile iron valves, polywrap, hand wheel where
specified, valve boxes/vaults, manholes, concrete collar, excavation, dewatering,
asphalt/concrete cutting, all associated fittings, installation, normal backfill, and testing.
AUD will coordinate materials testing, and be responsible for the cost of all passing tests.
Costs associated with any failed materials tests will be the responsibility of the contractor.
No additional payment shall be made for these items.
ITEMS W-8 (A–Z) - All butterfly valve line items shall be measured individually (each) and
shall include costs for full body ductile iron valves, polywrap hand wheel where specified,
valve boxes/vaults, manholes, concrete collar, excavation, dewatering, asphalt/concrete
cutting, all associated fittings, installation, normal backfill, and testing. AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 3 OF 13
ITEMS W-9 (A–Z) - All combination air valve, dual air valve, and air and vacuum valve line
items shall be measured individually (each) and shall include costs for the specified air
valve, brass fittings, copper tubing, PVC fittings, PVC schedule 80 pipe, painted air release
pipe with cap, bollards, pipeline marker, manhole, concrete collar, excavation, dewatering,
asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
ITEM W-10 - Tapping sleeve and valves shall be measured as shown on bid schedule and
shall include costs for tapping sleeve, tapping valve, associated hardware, polywrap, valve
boxes, concrete collar, temporary plugging/draining of pipeline, excavation, dewatering,
asphalt/concrete cutting, installation, normal backfill, and testing. AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
ITEM W-11 – Check valves, Actuator valves, and Pressure Reducing Valves shall be
measured individually (each) and shall include costs for valves, valve boxes/vaults,
manholes, concrete collars, excavation, dewatering, asphalt/concrete cutting, all associated
pipe and fittings, installation, normal backfill, and testing. AUD will coordinate materials
testing, and be responsible for the cost of all passing tests. Costs associated with any failed
materials tests will be the responsibility of the contractor. No additional payment shall be
made for these items.
ITEM W-12 - All cut-in gate valves shall be measured individually (each) and shall include
costs for full body ductile iron valves, valve boxes/vaults, concrete collar, manholes,
excavation, dewatering, asphalt/concrete cutting, all associated fittings, installation, normal
backfill, and testing. AUD will coordinate materials testing, and be responsible for the cost
of all passing tests. Costs associated with any failed materials tests will be the responsibility
of the contractor. No additional payment shall be made for these items.
ITEM W-13 (A-Z) – Long side water service connections shall be measured individually
(each) and shall include costs for piping, all associated fittings, water meter connection,
relocating water meter if necessary, dewatering, asphalt/concrete cutting (including service
markings), installation: open cut and/or by torpedo, normal backfill, grassing, and property
restoration. This line item shall include the cost of reconnection of any existing services, if
required. AUD will coordinate materials testing, and be responsible for the cost of all
passing tests. Costs associated with any failed materials tests will be the responsibility of
the contractor. No additional payment shall be made for these items.
ITEM W-14 (A-Z) – Short side water service connections shall be measured individually
(each) and shall include costs for piping, all associated fittings, water meter connection,
relocating water meter if necessary, dewatering, asphalt/concrete cutting (including service
markings), installation: open cut and/or by torpedo, normal backfill, grassing, and property
restoration. This line item shall include the cost of reconnection of any existing services, if
required. AUD will coordinate materials testing, and be responsible for the cost of all
passing tests. Costs associated with any failed materials tests will be the responsibility of
the contractor. No additional payment shall be made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 4 OF 13
ITEM W-15 - Polyethylene pipe wrap shall be measured in linear feet and shall include
costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0 mils in
thickness. No additional payment shall be made for these items.
ITEM W-16 – Tie-ins to existing lines shall be measured individually (each) and shall
include costs for cutting, removal of any needed existing pipe, concrete anchor block with
stainless steel rods to the existing line, and abandoning the existing line. AUD will
coordinate materials testing, and be responsible for the cost of all passing tests. Costs
associated with any failed materials tests will be the responsibility of the contractor. No
additional payment shall be made for these items.
ITEM W-17 – Miscellaneous concrete shall be measured in cubic yards and shall include
costs for 3,000 psi concrete, form work, installation, excavation, dewatering, soil
stabilization, pipe stabilization, asphalt cutting, and normal backfill. AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
ITEM W-18 – Abandon valve shall be measured individually (each) and shall include costs
for closing valve, removing valve riser, removing valve collar, removing valve lid, filling
with flowable fill or dirt, situational specific. No additional payment shall be made for these
items.
ITEM W-19 – Adjust valve box to grade shall be measured individually (each) and shall
include costs for adjusting the height of the riser and the lid, remove and replacing the
concrete collar. No additional payment shall be made for these items.
ITEM W-20 – Adjust water meter to grade shall be measured individually (each) and should
only include costs for fill dirt, dirt removal, grassing, and property restoration. No
additional pay item shall be made for this item.
SANITARY SEWER
ITEMS S-1 (A-Z) - All gravity sewer line piping line items shall be measured in linear feet
and shall include costs for piping and installation, locating wire, locating tape, trench
excavation, trench protection, dewatering, 57 stone, asphalt cutting, normal joints and
gaskets, normal backfill, infiltration and exfiltration testing, and mandrel pulling. CCTV
camera inspection will be performed by the Augusta Utilities Department. Lines will not be
approved or accepted until the Augusta Utilities Department’s Project Manager approves all
testing results. AUD will coordinate materials testing, and be responsible for the cost of all
passing tests. Costs associated with any failed materials tests will be the responsibility of
the contractor. No additional payment shall be made for these items.
ITEMS S-2 (A-Z) - All HDPE force main sewer line piping line items shall be measured in
linear feet and shall include costs for piping and installation, locating wire, locating tape,
trench excavation, trench protection, dewatering, bedding material, asphalt cutting, welded
joints, fused joints, normal backfill, pressure testing. AUD will coordinate materials testing,
and be responsible for the cost of all passing tests. Costs associated with any failed
materials tests will be the responsibility of the contractor. No additional payment shall be
made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 5 OF 13
ITEMS S-3 (A-Z) - All force main sewer line piping line items shall be measured in linear
feet and shall include costs for piping and installation, locating wire, trench excavation,
trench protection, dewatering, bedding material , asphalt cutting, restrained joints and
gaskets, , normal backfill, pressure testing. Ductile Iron Pipe shall be Ceramic Epoxy Lined.
AUD will coordinate materials testing, and be responsible for the cost of all passing tests.
Costs associated with any failed materials tests will be the responsibility of the contractor.
No additional payment shall be made for these items.
ITEM S-4 (A-Z) - Jack and Bore line items shall be measured in linear feet and shall include
costs for casing piping, field lok gasket carrier piping, and installation. Shall also include
costs for bore pit excavation, trench protection, dewatering, asphalt cutting, end seals,
casing spacers, normal backfill, infiltration and exfiltration testing, and mandrel pulling.
CCTV camera inspection will be performed by the Augusta Utilities Department. Lines will
not be approved or accepted until the Augusta Utilities Department’s Project Manager
approves all testing results. AUD will coordinate materials testing, and be responsible for
the cost of all passing tests. Costs associated with any failed materials tests will be the
responsibility of the contractor. No additional payment shall be made for these items.
ITEM S-5 (A-Z) - Miscellaneous pipe fittings shall be measured individually (each) and
include costs for all sewer fittings and installation including polywrap and mechanical joint
restraint, regardless of material. Miscellaneous Pipe Fittings shall either be Mechanical Joint
Fittings and/or Flanged Fitting unless otherwise specified on the plans or contract
documents. All mechanical joint fittings shall be installed using approved restraining
glands, no separate payment will be made for these restraining glands. Approved adapters
shall be used where necessary to provide a transition between pipes and/or fittings of
differing outside diameters and materials. Ductile Iron Pipe shall be Ceramic Epoxy Lined.
AUD will coordinate materials testing, and be responsible for the cost of all passing tests.
Costs associated with any failed materials tests will be the responsibility of the contractor.
No additional payment shall be made for these items. Thrust blocking shall only be utilized,
in addition to restraining glands, if specified on plans, when tying-into existing non-
restrained pipe, or when approved by AUD Construction Inspector, and will be paid for
under pay Item M-2.
ITEMS S-6 (A-Z) – Pre-cast manholes shall be measured individually (each) and shall
include costs for manholes, ring and cover as specified on the plans, risers, concrete collar,
excavation, 57 stone, dewatering, asphalt cutting, collars and boots, grouting and/or other
connections, installation, normal backfill, and vacuum testing. Manhole vacuum testing
shall include all costs for testing equipment, testing labor, mobilization, demobilization, and
reporting. Manholes failing testing shall be re-tested at Contractor’s expense. Repairs to
failing manholes shall be made external to the manhole utilizing a method approved by the
Augusta Utilities Department. AUD will coordinate materials testing, and be responsible
for the cost of all passing tests. Costs associated with any failed materials tests will be the
responsibility of the contractor. No additional payment shall be made for these items.
ITEMS S-7 (A-Z) - Additional sanitary manhole depth line items shall be measured by
vertical foot and shall include costs for excavation, dewatering, and backfill as specified by
type and class. No additional payment shall be made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 6 OF 13
ITEMS S-8 (A-Z) – Sanitary sewer exterior manhole joint wrapping shall be measured
individually and shall include the costs for wrapping material and installation. No
additional payment shall be made for these items.
ITEMS S-9 (A-Z) – Sanitary sewer interior protective coating shall be measured by the
vertical foot of manhole and shall include the costs for coating material and installation. No
additional payment shall be made for these items.
ITEM S-10 – Outside drop piping shall be measured individually (each) and shall include
the costs for all piping, fittings, joint restraints, brick dam, and 57 stone. AUD will
coordinate materials testing, and be responsible for the cost of all passing tests. Costs
associated with any failed materials tests will be the responsibility of the contractor. No
additional payment shall be made for these items.
ITEM S-11 – Dog house/connector manholes shall be measured individually (each) and
shall include the costs for excavation, 57 stone, dewatering, asphalt cutting, pipe cutting and
removal, collars and boots, grouting and/or other connections, installation, normal backfill,
and vacuum testing as specified. The costs for the manhole, ring and cover as specified on
the plans, risers, and concrete collar shall be included within this line item. Additional
depth manhole sections shall be included within the appropriate manhole line item
Manhole vacuum testing shall include all costs for testing equipment, testing labor,
mobilization, demobilization, and reporting. Manholes failing testing shall be re-tested at
Contractor’s expense. Repairs to failing manholes shall be made external to the manhole
utilizing a method approved by the Augusta Utilities Department. AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
ITEM S-12 - Sanitary sewer manhole tie-ins shall be measured individually (each) and shall
include costs for cutting/coring of existing manholes, collars, rubber boots, any required
gaskets, pipe where applicable, concrete collar, excavation, dewatering, soil stabilization,
asphalt cutting, and normal backfill. AUD will coordinate materials testing, and be
responsible for the cost of all passing tests. Costs associated with any failed materials tests
will be the responsibility of the contractor. No additional payment shall be made for these
items.
ITEM S-13A - Sanitary sewer service long side connections shall be measured individually
(each) and shall include costs for 6-inch PVC piping, concrete collar or precast concrete
valve ring, PVC twist-off plug, mainline wye, 6” wye, cleanout, plug, excavation,
dewatering, asphalt/concrete cutting (including service markings), installation, normal
backfill, and property restoration. AUD will coordinate materials testing, and be
responsible for the cost of all passing tests. Costs associated with any failed materials tests
will be the responsibility of the contractor. No additional payment shall be made for these
items.
AUD MEASUREMENT & PAYMENT REVISED 2017 7 OF 13
ITEM S-13B - Sanitary sewer service short side connections shall be measured individually
(each) and shall include costs for 6-inch PVC piping, concrete collar or precast concrete
valve ring, PVC twist-off plug, mainline wye, 6” wye, cleanout, plug, excavation,
dewatering, asphalt/concrete cutting (including service markings), installation, normal
backfill, and property restoration. AUD will coordinate materials testing, and be
responsible for the cost of all passing tests. Costs associated with any failed materials tests
will be the responsibility of the contractor. No additional payment shall be made for these
items.
ITEM S-14 - Concrete pipe encasement shall be measured in cubic yards and shall include
costs for concrete, reinforcing steel when specified or detailed, form work, installation,
excavation, dewatering, soil stabilization, pipe stabilization, asphalt cutting, and normal
backfill. No additional payment shall be made for these items.
ITEM S-15 – Water main crossings shall be measured individually (each) and shall include
costs for pipe cutting, excavation, ductile iron water piping, connection sleeves, normal
backfill, and property restoration. AUD will coordinate materials testing, and be
responsible for the cost of all passing tests. Costs associated with any failed materials tests
will be the responsibility of the contractor. No additional payment shall be made for these
items.
ITEM S-16 – Polyethylene pipe encasement shall be measured in linear feet and shall
include costs for pipe wrap materials and installation. Polyethylene pipe wrap shall be 8.0
mils in thickness. No additional payment shall be made for these items.
ITEM S-17 - Cut and plug sewers shall be measured in cubic yards and shall include costs
for cutting of existing pipelines, plugging of existing pipelines with flowable fill, excavation,
dewatering, asphalt/concrete cutting, and normal backfill. AUD will coordinate materials
testing, and be responsible for the cost of all passing tests. Costs associated with any failed
materials tests will be the responsibility of the contractor. No additional payment shall be
made for these items.
ITEM S-18 – Abandon manhole shall be measured individually (each) and shall include
costs for removing the cone, filling the trough with flowable fill, and filling the remainder of
the manhole with select fill or flowable fill, situation specific. No additional payment shall
be made for these items.
ITEM S-19 – Adjust manhole to grade shall be measured individually (each) and shall
include costs for adjusting the height of the riser, manhole ring and cover, remove and
replacing the concrete collar. No additional payment shall be made for these items.
ITEM S-20 – Miscellaneous concrete shall be measured in cubic yards and shall include
costs for 3,000 psi concrete, form work, installation, excavation, dewatering, soil
stabilization, pipe stabilization, asphalt cutting, and normal backfill. AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 8 OF 13
ITEM S-24 – AC water main crossings shall be measured individually (each) and shall
include costs for AC pipe cutting, excavation, ductile iron piping, sleeves, backfill, and
property restoration. No additional payment shall be made for these items.
ITEMS S-30 through S-32 – Concrete boxes shall be measured as shown in bid schedule and
shall include all items shown in bid schedule including costs for excavation, dewatering,
collars and boots, grouting and/or other connections, installation, normal backfill, and
labor, mobilization, demobilization, and reporting. No additional payment shall be made
for these items.
ITEM S-33 – Concrete Wetwell shall be measured as shown in bid schedule and shall
include all items shown in bid schedule including costs for excavation, dewatering, collars
and boots, grouting and/or other connections, installation, normal backfill, and labor,
mobilization, demobilization, and reporting. No additional payment shall be made for
these items.
ITEM S-34 – Air Release Valve & Pre-cast manhole shall be measured individually (each)
and shall include costs for manhole with frame and cover and valve, excavation,
dewatering, asphalt cutting, collars and boots, grouting and/or other connections,
installation, normal backfill, and vacuum testing as specified. Manhole vacuum testing shall
include all costs for testing equipment, testing labor, mobilization, demobilization, and
reporting. Manholes failing testing shall be re-tested at Contractor’s expense. Repairs to
failing manholes shall be made external to the manhole utilizing a method approved by the
Augusta Utilities Department. No additional payment shall be made for these items.
ITEM S-35– Remove and replace sanitary sewer pipe shall be measured as shown in bid
schedule and shall include removal and replacement with new pipe with cleanout including
costs for excavation, dewatering and/or other connections, installation, normal backfill, and
labor, mobilization, demobilization, and reporting. No additional payment shall be made
for these items.
ITEM S-36 – Steel Casing shall be measured in linear feet and shall include steel casing only
installed including costs for excavation, dewatering and labor. No additional payment shall
be made for these items.
ITEMS S-37 – Wet Crossings shall be measured in linear feet and shall include, if using the
Jack and Bore Method, all items shown in Item S-4. IF using Directional Drill Method,
payment shall include casing pipe, carrier pipe, and seals and installation. No additional
payment shall be made for these items. Method of installation does not have to be
stipulated by Contractor in bid.
ITEM S-38 – Brick Valve Vault shall be measured as shown in bid schedule and shall
include all items shown in bid schedule including costs for excavation, dewatering, collars
and boots, grouting and/or other connections, installation, normal backfill, and labor,
mobilization, demobilization, and reporting. No additional payment shall be made for
these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 9 OF 13
ITEM S-39 - Concrete boxes shall be measured as shown in bid schedule and shall include
all items shown in bid schedule including costs for excavation, dewatering, collars and
boots, grouting and/or other connections, installation, normal backfill, and labor,
mobilization, demobilization, and reporting. No additional payment shall be made for
these items.
PAVEMENT STRUCTURES
ITEM P-1 - Asphalt overlay shall be measured in square yards and shall include costs for
asphalt materials, tack coat, and installation, temporary striping and permanent striping
(replaced in kind), and markers (both temporary and permanent). AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
ITEM P-2 - Aggregate base (10 ½” thick) and asphalt patch (2 ½” thick) shall be measured in
square yards and shall include costs for existing pavement removal and disposal, all
aggregates (regardless of type), 2 ½” graded aggregate base removal and disposal,
bituminous tack coat, asphalt, installation, excavation, striping (both temporary and
permanent), and markers (both temporary and permanent). The square yardage
calculation shall be based upon a standard width of seven (7) feet for payment purposes.
AUD will coordinate materials testing, and be responsible for the cost of all passing tests.
Costs associated with any failed materials tests will be the responsibility of the contractor.
No additional payment shall be made for these items.
ITEM P-3 – Asphalt pavement leveling shall be measured in tons and shall include costs for
all asphalt (regardless of type) used to create a level road surface prior to asphalt overlay as
authorized by the project representative. The payment shall be based upon confirmed
delivery tickets. AUD will coordinate materials testing, and be responsible for the cost of all
passing tests. Costs associated with any failed materials tests will be the responsibility of
the contractor. No additional payment shall be made for these items.
ITEM P-4 - Milling shall be measured in square yards and shall include all materials, labor,
equipment, and material removal and disposal costs. No additional payment shall be made
for these items. ITEMS P-5 - Concrete sidewalk shall be measured in square yards and shall
include costs for existing sidewalk removal and disposal, 3000 psi concrete, installation, site
preparation, formwork, and finishing. Existing concrete shall be removed to the nearest joint
as directed by the project representative. AUD will coordinate materials testing, and be
responsible for the cost of all passing tests. Costs associated with any failed materials tests
will be the responsibility of the contractor. No additional payment shall be made for these
items.
ITEMS P-6 - Concrete driveways shall be measured in square yards and shall include costs
for existing driveways removal and disposal, 3000 psi concrete, installation, site preparation,
formwork, and finishing. Existing concrete shall be removed to the nearest joint as directed
by the project representative. AUD will coordinate materials testing, and be responsible for
the cost of all passing tests. Costs associated with any failed materials tests will be the
responsibility of the contractor. No additional payment shall be made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 10 OF 13
ITEM P-7 – Asphalt driveway replacement shall be measured in square yards and shall
include costs for existing asphalt removal and disposal, asphalt, tack coat, installation, site
preparation. Existing asphalt shall be removed to the nearest joint as directed by the project
representative. AUD will coordinate materials testing, and be responsible for the cost of all
passing tests. Costs associated with any failed materials tests will be the responsibility of
the contractor. No additional payment shall be made for these items.
ITEM P-8 - Curb and/or gutter placement shall be measured in linear feet and shall include
costs for concrete, installation, site preparation, formwork, and finishing. AUD will
coordinate materials testing, and be responsible for the cost of all passing tests. Costs
associated with any failed materials tests will be the responsibility of the contractor. No
additional payment shall be made for these items.
ITEM P-9 - Curb and/or gutter removal and replacement shall be measured in linear feet
and shall include costs for removal and disposal of existing concrete curb and/or gutter,
concrete, installation, site preparation, formwork, and finishing. AUD will coordinate
materials testing, and be responsible for the cost of all passing tests. Costs associated with
any failed materials tests will be the responsibility of the contractor. No additional payment
shall be made for these items.
ITEM P-10 – Raised edge asphalt curb removal/replacement shall be measured in square
yards and shall include costs for removal and disposal of existing asphalt curb, site
preparation, tack coat, asphalt, and installation. AUD will coordinate materials testing, and
be responsible for the cost of all passing tests. Costs associated with any failed materials
tests will be the responsibility of the contractor. No additional payment shall be made for
these items.
ITEM P-11A – Concrete cap (8” thick) and asphalt patch (2” thick after compaction) shall be
measured in square yards and shall include costs for all concrete, bituminous tack coat,
asphalt, installation, excavation, striping (both temporary and permanent), and markers
(both temporary and permanent). The square yardage calculation shall be based upon a
standard width of six (6) feet outside diameter of pipe for payment purposes. AUD will
coordinate materials testing, and be responsible for the cost of all passing tests. Costs
associated with any failed materials tests will be the responsibility of the contractor. No
additional payment shall be made for these items.
ITEM P-11B - Concrete cap (8” thick) and asphalt patch (2” thick after compaction) shall be
measured in square yards and shall include costs for all concrete, bituminous tack coat,
asphalt, installation, excavation, striping (both temporary and permanent), and markers
(both temporary and permanent). The square yardage calculation shall be based upon a
standard width of eight (8) feet outside diameter of pipe for payment purposes. AUD will
coordinate materials testing, and be responsible for the cost of all passing tests. Costs
associated with any failed materials tests will be the responsibility of the contractor. No
additional payment shall be made for these items.
MISCELLANEOUS
ITEM M-1 - Flowable fill shall be measured in cubic yards and shall include costs for all
materials, labor, equipment, and excess materials. No additional payment shall be made for
these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 11 OF 13
ITEM M-2 – Class A concrete shall be measured in cubic yards and shall include costs for
excavation, labor, equipment, formwork, and concrete material placement. 3000-psi
compressive strength shall be used. AUD will coordinate materials testing, and be
responsible for the cost of all passing tests. Costs associated with any failed materials tests
will be the responsibility of the contractor. No additional payment shall be made for these
items.
ITEM M-3 - Rock excavation shall be measured in cubic yards and shall include costs for
blasting, labor, equipment, and material removal and disposal. No additional payment shall
be made for these items.
ITEM M-4 - Select backfill shall be measured in cubic yards and shall include costs for the
backfill and installation as well as all transportation, stockpiling, removal and disposal
charges. The volume of material included shall be the actual measured “in-place”
volume. The maximum trench width used to calculate the volume will be 7 feet. AUD will
coordinate materials testing, and be responsible for the cost of all passing tests. Costs
associated with any failed materials tests will be the responsibility of the contractor. No
additional payment shall be made for these items.
ITEM M-5 - Clearing and grubbing shall be measured in acres and shall include costs for
vegetation removal, stockpiling, disposal and any required permitting. No additional
payment shall be made for these items.
ITEM M-6 (A-Z) – Fence and/or Wall removal and replacement shall be measured in linear
feet and shall include all costs associated with removal and replacement of the existing fence
and/or wall with new materials of like quality as necessary for water line installation. No
additional payment shall be made for these items.
ITEM M-7 - Fiber Optic Cable shall be measured in linear feet and shall include costs for
conduit and installation, locating tape, trench excavation, trench protection, dewatering,
asphalt cutting, and normal backfill. No additional payment shall be made for these items.
ITEMS M-8 (A-Z) – Concrete Pier and slab for Aerial Crossing shall be measured
individually (each) and shall include Class A Concrete and straps including costs for
excavation, labor, equipment, and concrete material placement. No additional payment
shall be made for these items.
ITEM M-9 - Foundation backfill shall be measured in cubic yards and shall include costs for
the backfill and installation as well as all transportation and stockpiling charges. Quantities
shall be verified by trench volume calculation. No additional payment shall be made for
these items.
ITEM M-10 – Borrow Material shall be measured in square yards and shall include costs for
the backfill and installation as well as all transportation and stockpiling charges. Quantities
shall be verified by trench volume calculation. No additional payment shall be made for
these items.
ITEM M-11 – Rip-Rap shall be measured in cubic yards and shall include costs for the
placement and installation as well as all transportation and stockpiling charges. No
additional payment shall be made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 12 OF 13
ITEM M-12 – Aggregate base shall be measured in cubic yards and shall include costs for
the backfill and installation as well as all transportation and stockpiling charges. Quantities
shall be verified by trench volume calculation. No additional payment shall be made for
these items.
ITEM M-13 – Fence shall be measured in linear feet and shall include all costs associated
with the installations of fence with new materials. No additional payment shall be made for
these items.
ITEM M-14 – Double Gate shall be measured individually (each) and shall include all costs
associated with the installations of gate with new materials. No additional payment shall be
made for these items.
ITEM M-15 – Bridge supports shall be measured as a lump sum item and shall include all
costs associated with the installations of supports including labor and equipment, steel
supports, straps and bolts. This item shall be paid lump sum and no additional payment
shall be made for this item.
ELECTRICAL
ITEM E-1 – Electrical for Site Plan 1 shall include items shown in detail. This item shall
include the electrical rack, panel, conduit, wiring, service pole and grounding installed with
power and operational as shown on the plans. This item shall be paid lump sum and no
additional payment shall be made for this item.
ITEM E-2 – Electrical for Site Plan 2 shall include items shown in detail. This item shall
include the shelter, electrical rack, panel and VFD, transmitters and LCP, lighting, poles,
conduit, wiring, service pole and grounding installed with power and operational as shown
on the plans. This item shall be paid lump sum and no additional payment shall be made
for this item.
ITEM E-3 – Instrumentation programming and checkout shall include all labor and
equipment and transportation necessary for the programming and checkout of the LCP and
RTU and all related appurtenances for a complete and operational system. This item shall
be paid lump sum and no additional payment shall be made for this item.
LUMP SUM CONSTRUCTION
ITEM LS- 1- Mobilization, Demobilization includes, but is not limited to, performance of
preparatory work and operations for the assembling and setting up necessary for work on
the Project, such as shops, plants, storage areas, sanitary facilities, moving in of personnel
and equipment, incidentals to the Project, and any other facilities, as required by the
Specifications and special requirements of the Contract Documents, as well as by Laws and
Regulations in effect at the Site. Partial payments will be made with 50 percent payable with
the first pay application and the remaining 50 percent payable with the final pay
application. No separate or additional payment shall be made for these items.
AUD MEASUREMENT & PAYMENT REVISED 2017 13 OF 13
ITEM LS- 2- Bonds, Insurance includes all costs associated with obtaining any bonds or
insurance required to perform the work in accordance with the plans and specifications and
as required by local and state law. Partial Payments shall be made base on the percentage
complete on the current pay application excluding payments made for mobilization (LS-1),
bonds, insurance (LS-2), and temporary erosion and sediment control (LS-3). No separate or
additional payment shall be made for these items.
ITEM LS- 3- Temporary Erosion and Sediment Control includes, but is not limited to, the
installation, maintenance, and removal of all temporary erosion and sediment control
measures as required by the engineer, local and state law, and in accordance with plans and
specifications during construction to ensure no sediment leaves the construction site until a
time at which final stabilization is approved by the local issuing authority and/or the state.
Partial Payments shall be made base on the percentage complete on the current pay
application excluding payments made for mobilization (LS-1), bonds, insurance (LS-2), and
temporary erosion and sediment control (LS-3). No separate or additional payment shall be
made for these items.
ITEM LS- 4- Traffic Control includes, but is not limited to, all flaggers, labor, materials,
equipment, and all other items necessary and incidental to completion of the work as
required by all local and state laws and permits and in accordance with plans and
specifications. Progress payments will be made based upon the percentage of estimated
total time that traffic control will be required unless otherwise specified. No separate or
additional payment shall be made for these items.
ITEM LS- 5- Permanent Grassing includes, but is not limited to, all labor, materials and
maintenance required to establish permanent grassing on all disturbed areas in accordance
with plans and specifications. Payment will not be made for this item until such a time that
the Notice of Termination (NOT) has been filed and the grass is established to the
satisfaction of the local issuing authority and/or the state. No separate or additional
payment shall be made for these items.
ITEM LS- 6- As-built GPS Survey (X,Y,Z) includes all labor and materials required to
prepare As-built GPS Survey Drawings in accordance with plans and specifications and to
the satisfaction of the engineer. No Partial Payment will be made. Full Payment will only
be made after as-built drawings are complete and approved. No separate or additional
payment shall be made for these items.
ITEM LS-7 – Allowance to be used only at the approval of the Owner.
SECTION TS1
SITE WORK
0802-01R TS-01 Site Work TS1-1
SCOPE:
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, materials and supervision, and in performing
all operations in connection with clearing, grubbing, excavation, filling,
backfilling, grading the site, field layout, staking, and grade setting in
strict accordance with this section of the specifications, the applicable
drawings and terms and conditions of the Contract.
GENERAL:
Operations shall be conducted in a manner which will provide for the safety
of employees and others. Existing utility lines, walks, steps, paving,
structures, or trees to remain shall be safeguarded and protected from
damage, and supported if necessary. Prior to any work the Contractor shall
obtain necessary permits for work in the area or shall ascertain that the
permits have otherwise been obtained. See Special Conditions, Paragraph
SC-9 for field layout, staking, and grade setting requirements.
Classification of Excavation: All excavation in connection with site work
will be considered unclassified common excavation or rock excavation.
CLEARING:
Clearing shall consist of the felling and cutting up or trimming of trees
and the satisfactory disposal of the trees and other vegetation designated
for removal together with the down timber, snags, brush and rubbish
occurring within the project limits. Trees and other vegetation to be
removed and all stumps, roots, and brush in areas to be cleared but not
grubbed shall be cut off flush with or slightly below the original ground
surface. Trees and stumps in areas to be covered by embankments 3 feet or
more in height shall be cut off to 8 inches or less above the original
ground surface. Trees and other vegetation in areas to be cleared and
grubbed may be removed by uprooting or any other method that the Contractor
may propose that is satisfactory to the Engineer. Individual trees and
groups of trees designated to be left standing shall be trimmed of all live
branches to such heights and in such manner as directed by the Engineer.
All limbs and branches required to be trimmed shall be neatly cut close to
the bole of the tree or to main branches, and the cuts more than 1-1/2
inches in diameter thus made shall be painted with an approved tree wound
paint.
GRUBBING:
Grubbing shall consist of the removal and disposal of all stumps, roots
larger than 3 inches in diameter to the depth specified, and matted roots
from the areas to be grubbed. In foundations areas, stumps, roots, logs or
other timber 3 inches and over in diameter, matted roots, and other debris
not suitable for foundation purposes, shall be excavated and removed to a
depth not less than 18 inches below any subgrade, shoulder or slope; and to
a depth of 12 inches below finish grade in areas to be grassed. All
depressions excavated below the original ground surface for or by the
removal of stumps and roots, shall be refilled with suitable material and
SECTION TS1
SITE WORK
0802-01R TS-01 Site Work TS1-2
compacted to make the surface conform to the surrounding ground surface.
Grubbing will not be required in areas other than those occupied by
construction and graded and grassed areas.
DISPOSAL OF CLEARED AND GRUBBED MATERIAL:
Removal of Debris: All timber, all logs, stumps, roots, brush, rotten wood
and other refuse from the clearing and grubbing operations shall be removed
from the site and properly disposed of by the Contractor.
MATERIALS:
Borrow Material shall be selected to meet the requirements and conditions
of the particular installation for which it is to be used. The material
shall consist of sand soils or sand-clay soils capable of being readily
shaped and compacted to the required densities and shall be free of roots,
trash and any other deleterious material. The material shall be obtained
from off-site borrow pits approved by the Engineer. Borrow pits shall be
cleared and grubbed as necessary, and shall be opened, excavated, graded
and maintained so that adequate and proper drainage and a neat appearance
shall exist at all times.
Topsoil shall consist of a natural material that occurs in surface deposits
of limited depth, and, in general, on elevated areas, it shall be composed
of natural mixtures of clay and soil binder with sand. Topsoil shall
contain not more than 25 percent of clay and shall be free of stones larger
than 2 inches in diameter, roots, excessive vegetation, rubbish or other
deleterious matter. Topsoil shall be approved by the Engineer before being
used on the work. Topsoil as described, shall be excavated from all areas
to be disturbed, whether for structures, piping, site grading, or paving,
and if it cannot immediately be placed in its final location, it shall be
stored for later use. Stockpiled topsoil shall be placed to afford good
drainage. Topsoil work shall not be performed when the soil is so wet that
the tilth of the soil will be destroyed.
Embankment: This item consists of placing in fills and embankments for
roadways, and other site grading work, the materials removed from the
various excavations and borrow pits, all as specified herein and in
accordance with the appropriate lines, grades, sections, contours and
dimensions.
Crushed stone surfacing material shall consist of a compacted subgrade, a
4" sand-clay base, and a 2-1/2" crushed stone surface course. The surface
course shall consist of dense graded crushed stone with 65 percent passing
a No. 4 U. S. Standard Sieve.
CONSTRUCTION METHODS:
General: During construction, embankments, fills and excavations shall be
kept shaped and drained. Ditches and drains along the subgrade shall be
maintained in such manner as to drain effectively at all times. Grading
shall be done so that the surface of the ground will be properly sloped to
prevent water from running into the excavations for structures or pipe
lines; any water which accumulates in excavations shall be removed
SECTION TS1
SITE WORK
0802-01R TS-01 Site Work TS1-3
promptly. Excavated materials shall not be stockpiled within a distance
from the edge of any excavation less than 1-1/2 times the depth of the
excavation. Suitable material removed from excavation shall be used, where
feasible, in the formation of embankments, fills, subgrades, shoulders,
backfills, and site grading; excess material from excavation, not required
for such uses or materials not suitable for such uses, shall be wasted in
locations directed by the Engineer. Any wetting, hauling, scarifying,
mixing, shaping, rolling, tamping or other operation incidental to the
following requirements, which, in the judgment of the Engineer, are
necessary to obtain the specified results, shall be performed by the
Contractor at no additional expense to the Owner.
Site Grading: Site grading shall consist of excavating and placing all
necessary materials outside the limits of the various structures. Site
grading shall be completed when all surfaces are aligned with surrounding
grades or are in conformity with the contours when shown, and are smooth,
firm, containing the specified materials. Site grading shall include all
excavation, filling and compacting required for construction of all
ditches, roads, and all other areas disturbed by construction except as
otherwise specified. Site grading also shall include excavation and
backfill for walks and steps. Except as otherwise specified herein, all
disturbed areas on the site shall be finished off to a uniformly smooth
surface, free from abrupt, irregular surface changes. The degree of
smoothness shall be that ordinarily obtainable from power grader
operations. The finished surface shall not be more than 0.10 foot above or
below the established grade. There shall be no roots, wasted building
materials, trash or other unsightly matter projecting through or visible at
the surface.
After all embankments and fills have been completed to grade, and after all
structures and pipe lines requiring the use of heavy equipment have been
completed, excavation necessary for the construction of walkways and steps
may be performed. Excavation shall be accurately cut to line and grade;
sufficient width for the accurate placement and adequate support of the
forms shall be allowed. After the forms are removed, the backfill shall be
replaced and recompacted around structures, walks and steps. Care shall be
taken to avoid damage to the walks and steps by the tampers.
Topsoil shall be evenly spread over the entire area to receive vegetation
cover. The compacted subgrade shall be scarified to a depth of 2 inches
for the bonding of topsoil with the subsoil. Topsoil shall then be evenly
spread, lightly compacted (not less than one pass of a cultipacker weighing
100 to 160#/ft. of roller) and graded to a uniform thickness of not less
than 3 inches, and the surface shall conform to the requirements of site
grading, ditches, embankments, or other features, as applicable.
Ditches shall be cut accurately to line, grade, and cross-section. Any
excessive ditch excavation shall be backfilled to grade with material
approved by the Engineer, consisting of suitable excavated soil, borrow, or
stones or cobbles. The requirements of paragraph "Site Grading" above,
shall apply to ditches except as follows: The degree of smoothness shall
be that usually obtainable with string line or hand raking methods; the
finished surface of ditch slopes shall not be more than 0.10 foot above or
below the appropriate elevations.
SECTION TS1
SITE WORK
0802-01R TS-01 Site Work TS1-4
Embankment: Sloping ground surface, steeper than one vertical to four
horizontal, on which embankment or fill is to be placed, shall be plowed,
stepped, or broken up in such manner that the embankment material will bond
with the existing surface. Approved material, consisting of earth, sandy
clay, sand and gravel, clay gravel, soft shale, or other granular material
(not containing muck, trees, stumps, brush, matted roots or other clods of
earth or stones) shall be placed in horizontal layers of loose material not
more than 8 inches in depth. Each layer shall be spread uniformly and
tamped and compacted to 95 percent of the density measured by Standard
Proctor ASTM D698. Tamping shall be accomplished by sheepsfoot rollers or
mechanical hand tampers. Final compaction may be by an approved power
roller weighing not less than 10 tons, except where insufficient cover may
cause damage to pipe.
INSPECTION AND TESTS:
The Engineer, at his discretion, may order tests and inspections to be
performed during the progress of the work, or at the completion of any
individual unit of the work, or at the time of final inspection of the
entire project. Random spot checks of elevation and slopes shall be
conducted by ordinary differential level and profile methods. Random spot
checks of topsoil thickness shall be conducted by cutting through the
surface with a spade or mattock, and measuring the thickness of topsoil
exposed. Density of embankment, fill, backfill or subgrade may be measured
according to the procedures of ASTM D698.
GRASSING:
Areas of road shoulders and other property disturbed by construction
operations shall be grassed in accordance with the GRASSING section of the
specifications. Areas to be grassed shall be planted, maintained, and
shall utilize topsoil, lime, fertilizer, proper and approved grass and
mulch sufficient to produce a cover suitable to eliminate significant
erosion.
MAINTENANCE:
Inspection of site work as it is completed shall not constitute final
acceptance of the item. The Contractor shall maintain all items in such
condition as to be ready for final inspection from the time of completion
until the final acceptance of the entire project.
PAYMENT:
Payment for clearing, grubbing, site grading, sediment containment, and
erosion control shall be included in the unit price for water lines, lump
sum price and other unit price or lump sum prices as appropriate.
Payment for borrow material shall include all costs of the material,
hauling, placement, and compaction, complete, in place; payment shall be
based on quantities of materials in place determined by differential
measurements made in the presence of the Engineer's Representative, before
and after placement.
SECTION TS1
SITE WORK
0802-01R TS-01 Site Work TS1-5
No other separate payment will be made for the work covered by this section
of the specifications and all costs in connection therewith shall be
included in the appropriate lump sum or unit price in the Bid.
SECTION TS2
EXCAVATION, FILLING AND BACKFILLING
0802-01R TS-02 Excavation, Filling and Backfiling TS2-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances, materials, layout staking and grade
staking and supervision, and in performing all operations in connection with
the excavation, filling and backfilling for structures and piping in strict
accordance with this section of the specifications, the applicable drawings and
terms and conditions of the Contract.
CLASSIFICATION OF EXCAVATION:
Common Excavation shall comprise the satisfactory removal and disposition of
all materials not classified as rock excavation and shall include all earth,
clay, silt, sand, gravel, hardpan, loose shale and loose stone masses which can
be removed without systematic drilling and blasting, and boulders measuring
less than one-third cubic yard in volume.
Rock Excavation shall comprise and include the satisfactory removal and
disposition of the following: (1) All boulders measuring one-third cubic yard
or more in volume; (2) all rock material in ledges, bedded deposits and
unstratified masses, which cannot be removed without systematic drilling and
blasting; (3) concrete or masonry structures; and (4) conglomerate deposits
which are so firmly cemented that they possess the characteristics of solid
rock and which cannot be removed without systematic drilling and blasting.
EXCAVATION:
General: The excavation shall conform to dimensions and elevations appropriate
for the pipe line or structure. Excavation shall not be carried below the
elevation necessary for construction.
Excavation for Walls and Footings shall extend a sufficient distance to allow
for the placing and removal of forms, installation of services and for
inspection, except where the concrete wall or footing may be authorized to be
deposited directly against excavated surfaces.
Trench Excavation: Trenches shall be excavated true to line and grade.
Trenches to receive pipe having a nominal diameter of 24 inches or less shall
not be less than 12 inches wider nor more than 16 inches wider than the outside
diameter of the pipe to be laid therein, so that a clear space of not less than
6 inches nor more than 8 inches in width is provided on each side of the pipe.
The maximum width specified applies to the width at or below the level of the
top of the pipe. The width of the trench above the pipe may be as wide as
necessary to provide room for proper installation of the work. The Contractor
shall comply with the safety requirements of OSHA.
The bottoms of trenches for water lines and force mains shall be rounded so
that the lower 90 degree quadrant of the pipe is in direct contact throughout
its entire length with undisturbed earth or with suitable compacted fill
material. Bell holes and excavation for joints shall be dug by hand after the
trench bottom has been shaped. These holes shall be so spaced and sized as to
permit first class workmanship on the joint and to insure that the maximum
length of pipe possible will rest on the prepared bottom of the trench.
SECTION TS2
EXCAVATION, FILLING AND BACKFILLING
0802-01R TS-02 Excavation, Filling and Backfiling TS2-2
Where rock is encountered in the trench bottom, the excavation shall be carried
below the bottom of the pipe a distance of 6 inches or one-eighth the outside
diameter of the pipe, whichever is greater. Where, in the opinion of the
Engineer, the natural trench bottom is soil which is incapable of
satisfactorily supporting the pipe, such unsuitable soil shall be removed to
the depth required as determined at the site. The trench bottom shall then be
refilled with selected refill material, placed in 8 inch layers and compacted
at optimum moisture content. Each layer shall be thoroughly tamped. The
refill shall be brought to the proper elevation for the pipe.
Dewatering and Drainage of Excavated Areas: Grading in the vicinity of
structures shall be controlled to prevent surface water from running into
excavated areas. Dewatering by pumping or wellpointing from excavated areas
shall be performed by the Contractor to provide a stable excavation and a firm
pit or trench bottom. Dewatering shall incur no extra cost to the Owner.
All dewatering methods shall be subject to the approval of the Engineer as to
capacity and effectiveness. Water removed from the excavated areas shall be
conveyed in a proper manner to a suitable point of discharge where it will
neither cause injury to public health, public or private property, the surface
or use of streets by the public or work completed or in progress.
Protection Against Flotation: To guard against the danger of flotation of
empty or partially empty pipe due to a high water table, all dewatering
operations shall be continued without interruption until such time as
sufficient backfill has been placed over the top of the pipe to overcome the
buoyancy effect of a completely empty pipe which is entirely submerged.
Shoring and Protection of Excavations: Shoring shall be provided by the
Contractor as necessary to protect life or property. All existing structures,
streets, pipes, and foundations which are not to be removed or relocated shall
be adequately protected or replaced by the Contractor without cost to the
Owner. The Contractor shall adequately protect the work under construction and
the safety of his workmen in excavations by the use of suitable sheeting,
shoring and bracing, or by sloping the banks in accordance with the angle of
repose of the soil.
The Contractor alone is responsible for any damage or injury resulting from his
failure either to provide adequate protection from the excavation or to comply
with OSHA requirements.
Excess Material: Excess material to be used for backfill shall be stockpiled
as directed by the Engineer. Excavated material shall be deposited a
sufficient distance from the side of excavation walls to prevent excessive
surcharge on the wall. Excess excavated material not suitable or required for
backfill or filling shall be wasted within the limits of the site as directed
by the Engineer.
Blasting: Where blasting is necessary, it shall be done in accordance with
local ordinances by skilled operators and precautions shall be taken to avoid
damage. Suitable mats shall be provided to confine, within the limits of the
excavations, all materials lifted by blasting.
SECTION TS2
EXCAVATION, FILLING AND BACKFILLING
0802-01R TS-02 Excavation, Filling and Backfiling TS2-3
FILL:
Earth fill shall be placed in layers not to exceed 8 inches in thickness. Each
layer shall be compacted at optimum moisture content in a manner approved by
the Engineer. After compaction, the dry weight per cubic foot for each layer
shall be at least 95% of the maximum Laboratory Dry Weight per cubic foot, as
determined by the ASTM D 698.
BACKFILLING:
The Engineer shall be notified before backfilling in order that the work may be
inspected before it is covered. After completion of the foundation footings,
walls, or pipe work, and prior to backfilling, all forms shall be removed and
the excavation shall be cleared of all trash and debris. Symmetrical backfill
shall be placed in horizontal layers not in excess of 8 inch thickness, and
shall have optimum moisture content when compacted. After compaction, the dry
weight per cubic foot for each layer shall be at least 95% of the maximum
Laboratory Dry Weight per cubic foot, as determined by ASTM D 698.
Under roadway, driveways, paved areas, parking lots, along roadway shoulders
and other areas subject to traffic, the backfill shall be placed in 6-inch
layers and each layer moistened and compacted. After compaction, the dry
weight per cubic foot for each layer shall be at least 95% of the maximum
Laboratory Dry Weight per cubic foot, as determined by ASTM D 1557. The top
12” beneath the roadway shall have 100% compaction.
FILL AND BACKFILL MATERIAL:
Material for fill and backfilling shall consist of the excavated material, if
suitable, or borrow approved by the Engineer, and shall be free of trash,
lumber, or other debris, roots and other organic, perishable or deleterious
matter.
Foundation Backfill Material: Material for the replacement of unacceptable
material as approved by the Engineer.
BORROW MATERIAL FOR TRENCH BACKFILL:
Borrow material for trench backfill shall consist of sand soils or sand-clay
soils capable of being readily shaped and compacted to the required densities
and shall be free of roots, trash, and any other deleterious material.
SELECTED REFILL MATERIAL:
When directed by the Engineer, selected refill material shall be used to refill
the trench bottom where unsuitable soil is encountered; or, where rock
excavation is required in trenches for water lines, selected refill material
shall be used to refill the trench bottom to a minimum depth of 6 inches. Such
material shall be crushed stone or gravel of suitable gradation free from sod,
sticks, roots and other organic, perishable or deleterious matter. The
Contractor shall obtain prior approval from the Engineer of the material
proposed for the above use.
SECTION TS2
EXCAVATION, FILLING AND BACKFILLING
0802-01R TS-02 Excavation, Filling and Backfiling TS2-4
CONCRETE DRIVEWAY REMOVAL AND REPLACEMENT:
The Contractor shall replace or repair concrete slab pavement which has been
removed or damaged in his trenching operation with equal quality and not less
than 6” of 4,000 psi concrete over compacted fill. The existing concrete
pavement shall be neatly cut vertically and on a uniform horizontal alignment.
The concrete shall be cast solid against the existing slab joint.
PAVEMENT REMOVAL AND REPLACEMENT:
The Contractor shall replace or repair all pavement which has been removed or
damaged in his trenching operation with pavement and overlay as shown in
Augusta Utilities Department’s Detail 18. The existing pavement shall be
neatly cut vertically and on a uniform horizontal alignment. The type of
paving used in patching shall be as shown in detail and shall be tied into the
adjacent pavement or slab as directed by the Engineer. Pavement subgrade and
pavement under the cognizance of local and state highway departments shall be
replaced in strict accordance with their standards or direction. The Owner
will provide permits for the opening of the pavement. The Contractor shall
meet all of the requirements of such permits for work which is done within the
highway right-of-way.
EROSION AND SEDIMENT CONTROL:
Temporary Silt Fencing shall be installed to limit the migration of silt from
the construction area to waterways or proximate water courses. Filter fabrics
free of defects or flaws shall be installed against a stable, post supported
wire backing to intercept all runoff from the construction site.
Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed into
a fabric of either the woven or nonwoven type. Either type of fabric shall be
free of any treatment or coating which might significantly alter its physical
properties after installation. The fabric shall contain stabilizers and/or
inhibitors to make the filaments resistant to deterioration resulting from
exposure to sunlight or heat. The fabric shall be a pervious sheet of
synthetic fibers oriented into a stable network so that the fibers retain their
relative position with respect to each other under normal handling,
installation, and service conditions. Edges of the fabric shall be finished to
prevent the outer yarn from pulling away from the fabric.
During all periods of shipment and storage, the fabric shall be wrapped in a
heavy-duty protective covering which will protect the cloth from sunlight, mud,
dust, dirt, and debris. The fabric shall not be exposed to temperatures
greater than 140 degrees F.
The fabric shall meet the following physical requirements:
Tensile Strength (Lbs. Min.) Warp - 120
(ASTM D-4632) Fill - 100
Elongation (% Max.) 40
(ASTM D-4632)
AOS (Apparent Opening Size) (Max. 30
Sieve Size) (ASTM D-4751)
SECTION TS2
EXCAVATION, FILLING AND BACKFILLING
0802-01R TS-02 Excavation, Filling and Backfiling TS2-5
Flow Rate (Gal/Min/Sq.Ft.) 25
(GDT-87)
Ultraviolet Stability (2) 80
(ASTM D-4632 after 300 hours
weathering in accordance with
ASTM D-4355)
Bursting Strength (PSI Min.) 175
(ASTM D-3786 Diaphragm Bursting
Strength Tester)
Minimum Fabric Width (Inches) 24
Filter Fabric Backing shall be woven wire and attached to the posts by wire,
cord, staples, nails, or other acceptable means. The filter fabric shall be
installed in such a manner that 6 to 8 inches of fabric is left at the bottom
to be buried and a minimum overlap of 18 inches is provided at all splice
joints. After the fabric is installed in a trench, the trench is then to be
backfilled and compacted so that no flow can pass under the barrier.
The Wire Support Fence shall be at least 24" high and shall have at least 6
horizontal wires 4x4 Wl.4xWl.4 or equal.
Posts shall be a minimum of 4 feet long and either wood or equivalent steel
posts may be used. Soft wood posts shall be at least 3 inches in diameter or
nominal 2"x4" and straight enough to provide a fence without noticeable
misalignment. Maximum post spacing shall be 4 feet.
Wire Staples/Fasteners shall be #17 gauge minimum and shall have a crown at
least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners shall
be #14 gauge minimum, 1 inch long with 3/4 inch button heads. Fasteners shall
be evenly spaced with at least 4 per post.
Straw Bale Ditch Checks: To control erosion in waterways and to provide
additional restriction of silt migration, temporary ditch checks shall be
installed. Standard rectangular mechanically produced straw bales shall be
anchored to 2x4x4'-0" posts set 2.5' below grade.
Removal of Temporary Soil Erosion and Sediment Control Measures: After
permanent erosion control features of the work site are complete and ample
grass is established, the temporary fences, ditch checks, etc. shall be
removed. Silt which has collected shall be removed, or when appropriate,
regraded, stabilized, and planted.
RESTORATION OF PRIVATE PROPERTY:
The Contractor shall carefully restore all private property defaced by
operations or acts of any of his agents or employees. Such restoration shall
include seeding, sodding, and transplanting of lawns, hedges or ornamental
plantings, and the repair or replacement of other private facilities in such
manner as to meet the approval of the Engineer and at no additional cost to the
Owner. No structures or trees shall be removed without the consent of the
property owner or until condemnation procedure, if necessary, has been
completed.
SECTION TS2
EXCAVATION, FILLING AND BACKFILLING
0802-01R TS-02 Excavation, Filling and Backfiling TS2-6
PAYMENT:
Except as specifically stated in the items which follow, no separate payment
shall be made for common excavation for structures and pipeline trenches;
backfill; pipe bedding; protection of utilities; maintenance of usable driving
surfaces free from potholes; depressions and ruts, erosion control and sediment
containment measures; and other work covered by this section of the
specifications. Such work shall be considered as a subsidiary obligation of
the Contractor in completing the work and all costs in connection therewith
shall be included in the applicable lump sum or unit price items in the Bid.
Foundation Backfill Material: Backfill material installed at the direction of
the Engineer as well as transportation and stockpiling charges will be paid for
on the basis of the applicable unit price per the bid.
Selected Refill Material: Refill material, installed at the direction of the
Engineer, to replace unsuitable material below the pipe trench or to refill the
authorized over-depth excavation of rock in trenches for water lines will be
paid for on the basis of the applicable unit price in the Bid. No payment will
be made for crushed stone or sand used by the Contractor in the trench bottom
in lieu of dewatering by use of well points or pipe bedding as detailed in the
drawings.
Borrow Material for Trench Backfill: Borrow material used to backfill the
trench above the pipe, where suitable material is not available from the
excavation, will be paid for on the basis of the applicable unit price in the
Bid. The quantity of borrow will be based on the computed volume in the trench
within the maximum permissible trench width for distances as authorized by the
Engineer.
Concrete Driveway replaced over trench excavations will be paid for on the
basis of the applicable unit price per square yard as set forth in the Bid.
The maximum permissible width to be used in computing the quantity of concrete
paving allowed for payment will be 3’-4” plus the pipe O.D.
Pavement replaced over trench excavations will be paid for on the basis of the
applicable unit price per square yard as set forth in the Bid. The maximum
permissible width to be used in computing the quantity of pavement allowed for
payment will be 3'-4" plus the pipe O.D.
Resurfacing: For roadway sections which must be resurfaced, payment will be
made per square yard for the resurfacing applied over the pavement replacement
over trench excavations as well as the adjoining area within the resurfacing
limits.
Rock Excavation: The quantity of rock excavation which will be paid for is the
number of cubic yards of acceptably excavated material as hereinbefore
specified and defined as rock excavation, measured in its original position and
computed by allowing the width of rock excavation in trenches of 1'-4" plus the
outside diameter of the pipe, and 2 feet outside formed walls but not in excess
of the amount actually excavated. The measurement will include the authorized
overdepth excavation. The payment for rock excavation shall include the cost
of disposing of excess materials which cannot be used in the backfill.
SECTION TS3
CONCRETE
0802-01R TS-03 Concrete TS3-1
SCOPE:
The work covered by this specification consists of furnishing all plant, labor,
equipment, appliances, and materials, and in performing all operations in
connection with the installation of concrete work, complete, in strict
accordance with this specification and the applicable drawings, and subject to
the terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The current editions of the following specifications form a part of this
specification:
American Society for Testing Materials Designation:
C 33 Concrete Aggregates
C 150 Portland Cement
A 615 Reinforcing Steel
C 94 Ready-Mix Concrete
C 494 Admixtures for Concrete
C 31 Method of Making and Curing Concrete Compression
and Flexure Test Specimens in the Field
American Concrete Institute Publications:
ACI 318 Building Code Requirement for Reinforced Concrete
ACI 315 Manual of Standard Practice for Detailing Reinforced
Concrete Structures
CONCRETE:
Materials:
Cement: Portland Cement shall be Type I or Type III conforming to ASTM C 150.
Only one brand of cement shall be used for exposed concrete in any individual
structure.
Fine Aggregate shall consist of natural sand, manufactured sand or a
combination thereof, conforming to the requirement of ASTM C 33, Concrete
Aggregate.
Coarse Aggregate shall consist of crushed stone, gravel, or air cooled
blast-furnace slag, or a combination thereof, conforming to the requirement of
ASTM C 33, Concrete Aggregates.
Water shall be clean and free from oils, acids, salts, or other injurious
substances.
Admixtures shall be used to provide entrained air. Other admixtures shall be
used only with written approval of the Engineer. Air entraining admixtures
shall conform to ASTM C 260. Other admixtures shall conform to ASTM C 494.
Calcium chloride will not be permitted.
Curing Materials shall be approved by the Engineer before use.
SECTION TS3
CONCRETE
0802-01R TS-03 Concrete TS3-2
Reinforcing steel for concrete shall conform to ASTM A 615, Grade 40 or Grade
60 except as otherwise noted on the drawings. Shop drawings are required.
Storage of Materials: Cement and aggregates shall be stored in such a manner
as to prevent deterioration or intrusion of foreign matter. Steel reinforcing
shall be stored in such a manner as to be protected from rusting, oil, grease,
and distortion.
Mix: All concrete shall have a minimum 28-day compressive strength of 4,000
pounds per square inch and a slump of 4 inches, unless otherwise indicated. All
concrete shall be mixed in a power operated batch mixer. The contents of the
mixer shall be completely discharged before each new batch is loaded. Ready mix
concrete shall conform to ASTM C 94. The use of retempered concrete will not
be permitted.
Concrete for pipe encasement, blocking, and collars shall have a minimum
strength of 3,000 psi.
Forms: Walls, beams, elevated slabs, footings, piers, cradles, collars,
encasement, blocking, floors and other members shall be formed, where
necessary, to accurately conform to the appropriate shape, lines and
dimensions. Wood forms shall be made from lumber of No. 2 Common Grade or
better. They shall be properly braced and tied so as to maintain their
position and shape, and shall be sufficiently tight to prevent leakage of
grout.
Finish: Floor shall be wood float finished except those normally exposed to
view shall be troweled. Walls shall be smooth, free from holes, pockets or
honeycomb; fins shall be cut off; depressions, holes, and rough spots shall be
carefully pointed. Wall surfaces normally exposed to view shall be rubbed.
Cylinders: Two cylinders per 50 yards of concrete and not less than two for
each day's pour shall be tested for 28-day strength.
PAYMENT:
Except as specifically stated in the following items, no separate payment will
be made for work covered by this section of the specifications and all costs in
connection therewith shall be included in the applicable lump sum or unit price
items in the Bid.
Class A Concrete shall be measured in cubic yards and shall include costs for
excavation, labor equipment, and concrete material placement. No additional
payment shall be made for these items.
Concrete pier shall be paid each and shall include costs for excavation, labor,
equipment, concrete material and steel strap placement. No additional payment
shall be made for these items.
Concrete slabs for Aerial Crossing shall be paid each and shall include costs
for excavation, labor, equipment, concrete material and steel strap placement.
No additional payment shall be made for these items.
SECTION TS3
CONCRETE
0802-01R TS-03 Concrete TS3-3
Concrete Bridge Supports shall be paid on a lump sum basis and shall include
costs for labor, equipment, concrete material and steel strap placement. No
additional payment shall be made for these items.
SECTION TS5
STRUCTURAL STEEL AND MISCELLANEOUS METAL
0802-01R TS-05 Structural Steel and Misc Metals TS5-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all labor, materials, equipment and services necessary for or reasonably
incidental to the furnishing and erection of all structural steel, brackets,
handrails, stairs, angle frames, grating, bearing plates, anchors, anchor
bolts, nosings, and other miscellaneous metal items to fully complete the
structures in strict accordance with this section of the specifications and the
applicable plans and subject to the terms and conditions of the Contract.
GENERAL:
Except where specifically called for, no ferrous metals shall be used in any
application, including hardware, unless such are totally embedded in structural
concrete.
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications and any specifications
shown on the drawings form a part of this specification:
American Institute of Steel Construction: "Specification for Structural
Steel Buildings"
AISC: "Code of Standard Practice for Steel Buildings and Bridges"
American Society for Testing Materials:
Designation A-36, "Steel for Buildings and Bridges"
Designation A-307, "Unfinished Bolts"
Designation A-325, "High Strength Bolts"
Designation A-386, "Hot Dip Galvanizing"
Designation B-241, "Specification for Aluminum Alloy Seamless Pipe"
American Welding Society: "Structural Welding Code, AWS D1.1"
SUBMITTALS:
Shop Drawings, Structural Steel: Fabrication of structural steel, brackets,
handrails, stairs, grating, ladders and frames shall not commence prior to
approval of shop drawings by the Engineer. Six sets of shop drawings which
have been checked by the Contractor for field dimensions and conformance to the
plans and specifications shall be submitted for approval. Shop drawings shall
include complete details and schedules for fabrication for shop assembly of
members, and details, schedules, procedures and diagrams showing the sequence
of erection. Submittals shall be made in accordance with the Supplementary
Conditions of these Specifications.
PRODUCT DELIVERY, STORAGE AND HANDLING:
Material Storage: Protect steel members, aluminum fabrications and packaged
materials from corrosion and deterioration. Welding electrodes shall be
delivered in unbroken packages and stored when opened in a closed, dry heated
box. Do not store materials on the structures in a manner that might cause
distortion or damage to the members or the supporting structures. Repair or
replace damaged materials or structures as directed.
SECTION TS5
STRUCTURAL STEEL AND MISCELLANEOUS METAL
0802-01R TS-05 Structural Steel and Misc Metals TS5-2
MATERIALS:
Stainless Steel Shapes, Plates, and Tubes shall be AISI Type 304 (18-8).
Stainless steel bolts shall be AISI Type 316. All steel shall be AISI Type 304
(18-8) unless specifically noted otherwise.
Pipe Railing: Pipe shall be aluminum conforming to ASTM B 241, fy = 22,000 psi
for handrails and fy = 35,000 psi for wall rails. Handrails shall be 1-1/2
inch Schedule 40 pipe and the posts shall be 1-1/2 inch Schedule 80 pipe.
Finish shall be 204-R1 Natural Anodized having a minimum coating thickness of
0.4 mils.
Grating: All grating shall be outside banded, banded around openings and shall
be securely fastened to supporting metalwork with appropriate saddle clips and
bolts. Frames shall be aluminum similar to Waco Frame ZF 1.25, or comparable
product. Portions of frames in contact with concrete shall be coated with
Bituminous Paint. Grating, except as otherwise indicated, shall be extruded
aluminum plank of 6063-T6 Aluminum, 1-1/4" depth and 3.0#SF, shall have square
raised openings, and shall be the standard product of Washington Aluminum
Company, or equal. The size of individual sections shall not exceed 4'-0" x
5'-0".
Intake Screen: Shall consist of 1 1/2” x 3/8” x 5’-0” long aluminum main bars
at 3 3/4” o.c. with 3/8” hexagonal aluminum cross bars at 4” o.c., banded, and
shall be the product of Kerrigan Iron Works or equal.
Fasteners for aluminum and stainless steel products shall be Type 304 Stainless
Steel.
Electrodes for Welding: Aluminum and stainless steel welding shall conform to
the requirements of the American Welding Society for the grade of aluminum to
be welded.
Structural Steel Primer Paint: FS TT-P-86e, Type I, red lead mixed pigment-
linseed oil.
Cast Nosings and Thresholds shall be cast aluminum abrasive type cross hatched
style as manufactured by American Abrasive Metals, or shall be the comparable
products of White Foundry, or Construction Castings Co., or equal. Except as
otherwise detailed, thresholds shall be Style "M", 6 inches wide; nosings for
concrete steps shall be Style A, 3/8 inch thickness by 4 inches wide and 6
inches less in length than the full width of the stair.
Cement Grout (PC-G): Portland cement (ASTM C 150, Type V) and clean, uniformly
graded, natural sand (ASTM C 404, Size No. 2). Mix at a ratio of 1.0 part
cement to 3.0 parts sand, by volume, with only the minimum amount of water
required for placement and hydration.
Expansion Anchors: Fed. Spec. FF-S-325; cinch anchor type, Group I, Type I,
Class 2 (2 unit), or Group I, Type II, Class 2, Style 1 (2 unit); wedge type,
Group II, Type IV, Class 1 or 2; or self-drilling type, Group III, Type I.
Expansion anchors shall be installed in conformity with the manufacturer's
recommendations for maximum holding power, but in no case shall the depth of
SECTION TS5
STRUCTURAL STEEL AND MISCELLANEOUS METAL
0802-01R TS-05 Structural Steel and Misc Metals TS5-3
hole be less than four bolt diameters. Minimum distance between the center of
any expansion anchor and an edge or exterior corner of concrete shall be not
less than 4-1/2 times the diameter of the hole in which it is installed.
FABRICATION:
General: Fabricate items of structural steel in accordance with appropriate
AISC Specifications and as indicated on the final shop drawings. Fabricate
with natural camber of the member up. Properly mark and matchmark materials
for field assembly. Fabricate for delivery sequence which will expedite
erection and minimize field handling of materials. Where finishing is
required, complete the assembly, including welding of units, before start of
finishing operations. Welders shall be certified for all positions and
thicknesses and metals appropriate to their work on this project.
Connections: Weld or bolt shop connections. Bolt field connections, except
where welded connections or other connections are shown or specified. Welding
shall be performed by welders certified for the material, material thickness,
and for all positions necessary to complete the welding for this project. All
butt welds shall be full penetration butt welds.
Holes for Other Work: Provide holes required for securing other work to
structural steel and miscellaneous metal, and for the passage of other work
through the members. Provide threaded nuts welded to framing as needed to
receive other work.
Miscellaneous Metal shall be fabricated to a quality comparable to the
Commercial Quality of the National Association of Architectural Metal
Manufacturers. Metal surfaces exposed to view shall be free of surface
blemishes, including pitting, seam marks, roller marks, rolled trade names and
roughness.
Painting: Stainless steel, galvanized steel, and aluminum will not be painted.
Except for submerged metalwork, all steelwork shall be shop primed with one
coat of Type I (TTP 86e) red lead and linseed oil applied over a surface which
has had the scale removed by power cleaning (SSPC-SP6) or better surface
preparation. Submerged and partially submerged steelwork shall be blast
cleaned and primed in accordance with the PAINTING Section of the
Specifications. Where paint has been withheld from areas to be welded and
other bare spots, scrapes, etc., the areas shall be touched up with the
original primer. Minimum prime coat dry thickness shall be 2 mils.
ERECTION:
Structural steel and miscellaneous steelwork shall be erected in conformance
with current edition of AISC Specifications. The Contractor's written welding
procedures and welder's certification shall be submitted for approval prior to
any welding work.
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum items for the completed work.
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-1
SCOPE:
Before work is begun, the Contractor will furnish to the Engineer for approval,
six sets of Shop Drawings for pipe, fittings, hydrants, valves and all
appurtenances. All necessary details, dimensions and choice of material shall
be shown on each submittal.
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment and materials, and performing all
operations in connection with the installation and testing of the water line
and appurtenances, complete, in strict accordance with this section of the
specifications and the applicable plans, and subject to the terms and
conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The latest editions of the following specifications form a part of this section
of the specifications.
American Society of Testing Materials (ASTM) Specifications:
A 377 Ductile Iron Pressure Pipe
D 1784 Rigid PVC Compounds for Pipe
D 2321 Underground Installation of Flexible Thermoplastic Pipe
D 3139 Joints for Plastic Pressure Pipes using Elastomeric Seals
F 477 Elastomeric Seals (gaskets) for joining Plastic Pipe
American Water Works Association (AWWA) Specifications:
C 110 Ductile-Iron and Gray-Iron Fittings, 3” – 48” for Water and
Other Liquids
C 153 Ductile-Iron Compact Fittings, 3” – 64” for Water Service
C 600 Installation of Ductile-Iron Water Mains and Their
Appurtenances
C 651 Disinfecting Water Mains
C 800 Underground Service Line Valves and Fittings
C 900 Polyvinyl Chloride (PVC) Pressure Pipe, 4” through 12”
GENERAL:
All piping and accessories furnished by the Contractor for incorporation in the
work shall be new, unused, and of the type specified herein, and listed in the
Bid. All material and construction must be in accordance with the AWWA
Standards and any PVC material or plastic service line used must bear the
National Sanitation Foundation (NSF) seal of approval for potable water use.
All pipe, solder and flux used during installation of the water lines must be
"lead-free" with not more than 8% lead in pipes and fittings, and not more than
0.2% lead in solder and flux.
In installation, no blocking of pipe barrel above the trench bottom will be
permitted. Any pipe which has its alignment, grade, or joints disturbed after
laying shall be taken up and re-laid. The interior of the pipe shall be
thoroughly cleaned of all foreign matter before laying in the trench and shall
be kept clean during laying operations by means of plugs or other approved
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-2
methods. The pipe shall not be laid in water or when trench or weather
conditions are unsuitable for work, and water shall be kept out of trenches
until the pipe joints have been completed. When work is not in progress, open
ends of pipe and fittings shall be securely plugged so that trench water, earth
or other foreign substance cannot enter the line. Plug shall be on site before
trench excavation begins. Multiple plugs shall be on site if trenching is
starting in more than one area.
EXCAVATION, TRENCHING AND BACKFILLING:
See the EXCAVATION, FILLING AND BACKFILLING section of these specifications for
trench excavation of ductile iron pipe and PVC pipe, pipe bedding and
backfilling requirements. Excavation required for construction of the water
lines shall be either common excavation or rock excavation.
SERVICE PIPING SCHEDULE:
Unless otherwise indicated, pipe and fittings shall be constructed of the
materials shown in the following schedule for the service indicated. Cast iron
pipe or ductile iron pipe and fittings shall be used for all piping except as
may be otherwise indicated in the following schedule:
Service Pipe Material Fitting Material
Water Line Piping not D.I.P. Flanged (CL 53) Flange – above ground;
otherwise listed below Underground Push-on, M.J. or R.J.
Pressure Class 350 below ground.
Polyvinyl Chloride PVC Pipe C900
Pipe (PVC)
2” & Smaller Type K Copper, Red Brass
Threaded Brass
General: All pipe and fittings may be inspected at the place of manufacture
by representatives of the Owner and/or by a testing laboratory of the Owner's
selection. Such inspection shall not in any way relieve the Contractor from
the responsibility for the compliance of all materials installed as
specified, nor shall such inspection in any way relieve the manufacturer from
his responsibility for materials he furnished to be as specified.
Handling: No pipe fittings, valves or hydrants shall be transported with a
loader fork inserted into the pipe or water way as means of transportation.
Free dropped pipe, fittings, valves or hydrants may constitute removal and
replacement.
Storage of Materials: All pipe, fittings, valves and hydrants shall be stored
on site such that they are elevated off the ground at least 6” to prevent any
water or form of debris to enter the pipe or pipe openings. All materials
shall be properly supported to prevent excess stress while stored. All water
systems materials that come into contact with any foreign material shall be
thoroughly cleaned before installation in strict accordance with AWWA C651.
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-3
DUCTILE IRON PIPE:
Underground:
Underground pipe shall be ductile iron. Pipe sizes 4” to 12” shall be Pressure
Class 350, 14” to 36” shall be Pressure Class 250, and in accordance with ANSI
Specification A21.50 and A21.51, using 60/42/10 grade of iron. Pipe shall be
coated on the outside with a bituminous coating, and lined with cement lining
in accordance with ANSI A21.4. Approved Ductile Iron Pipe Manufacturers shall
be American Cast Iron Pipe Company, U.S. Pipe Company, Griffin Pipe Products
Company or McWane Incorporated only.
Fittings:
Fittings shall be manufactured from ductile iron grade 70/50/05 in accordance
with ANSI A21.10 / AWWA C110 or ANSI A21.53 / AWWA C153. All fittings shall be
interior lined in accordance with ANSI A21.4 / AWWA C104 and have an asphaltic
exterior coating the same as DIP. All fittings for underground use shall be
mechanical joint. All retainer glands shall be manufactured of ductile iron in
accordance with ANSI A21.1 / AWWA C111. Cast iron fittings or accessories are
not permitted. Payment for fittings shall be made on the basis of published
weights less accessories (MegaLug®, etc.). Fittings shall be as manufactured by
American Cast Iron Pipe Company, Union Tyler Foundry Company, Clow, Star Pipe,
U.S. Pipe Company or Sigma.
Service line fittings and appurtenances shall be red brass and as manufactured
by Ford Meter Box Company or Mueller. Red Brass fittings shall be a “Grip
Joint” type as manufactured by Ford or 110 Compression as manufactured by
Mueller.
Joints and Jointing Materials:
Joints in underground ductile iron pipe shall be mechanical joint, push-on
joint or restrained joint where indicated. All joints and jointing materials
shall conform to the requirements of ANSI A21.11.
Push-on Joints for underground pipe shall have gaskets made of vulcanized
natural or synthetic rubber compound conforming to ANSI A21.11 and smooth and
free from all imperfections and porosity. Lubricant for push-on joints shall
be non-toxic, shall not support bacteria growth and shall have no deteriorating
effect on the gasket material.
Mechanical Joints shall conform to ANSI A21.10 and A21.11, and shall have
gaskets smooth and free from any porosity or imperfections; gaskets shall be
made of vulcanized natural or vulcanized synthetic rubber. Bolts for
mechanical joints shall be standard, high-strength, heat-treated cast iron tee-
head bolts with hexagon nuts meeting the requirements of ANSI A21.11.
Restrained Joints: All joint restraint for underground ductile iron pipe and
fittings shall be rated for a minimum of 250 psi. Restraining gaskets shall be
clearly marked 6” thru 20” pipe and shall utilize “Fast Grip” restraining
gaskets for ACIPCO (American) Pipe only or “Field Lok” restraining gaskets for
U.S. Pipe, Griffin Pipe and McWane Pipe only. Restrained Joints for pipe 24”
to 36” shall be ACIPCO “Flex Ring”, U. S. Pipe “TR Flex” or comparable product
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-4
which utilizes a positive restraining joint. Accessories including Megalug®
series 1100 and 1700 and Sigma ONE-LOKTM (up to 20”) may also be used as
restraint for ductile iron pipe 6” to 36”. All horizontal bend fittings and
connecting pipe shall be restrained as shown on drawings. For number of lengths
to be installed, refer to chart on drawings.
Concrete Blocking for Restraint:
Unless otherwise shown, fittings not connected to restrained joint pipe shall
utilize concrete blocking for restraint. The blocking shall be poured as to
provide access to all joints. No bolts, glands or restraint shall be in direct
contact with concrete. The concrete blocking shall be formed against
undisturbed trench wall. All temporary forms shall be removed before
backfilling.
Vertical changes in the pipe line shall utilize restrained joint pipe and
fittings, or the combination of, with concrete restraining collar (see detail)
only. Concrete blocking will not be acceptable for restraint in the vertical
position.
Before installation of concrete blocking for restraint, submittal for approval
by Engineer is required.
Concrete Thrust Collars:
Concrete thrust collars shall be poured continuous around pipes and bearing
against undisturbed earth. All concrete and reinforcing shall comply with the
concrete section of these specifications.
Thrust collars shall be poured at least 7 days prior to the tie-in connection
of the water lines. Restraining rods used shall be a minimum of A307 steel and
completely field coated with bituminous coating. Where concrete collars
utilize a mid-span retainer gland as restraint, polyethylene must be installed
to protect the gripping rings from concrete intrusion. Mid-span retainer
glands shall be MegaLug® series 1100SDB or approved equal for ductile iron pipe
applications. Concrete forms that must remain in place, shall be treated
lumber.
All backfilling around thrust collars shall be compacted to 100% density (ASTM
D698) and tested. Where unsuitable material is discovered around thrust
collar, the unsuitable material shall be removed and replaced with borrow
material as directed by the Engineer.
INSTALLATION:
Handling: Pipe and accessories shall be handled in such a manner as to insure
delivery on the site and installation in the trench in a sound, undamaged
condition. Particular care should be taken not to injure the coating.
Cutting of pipe shall be done in a neat and workmanlike manner without damage
to the pipe or its coating. Cutting shall be done by means of an approved type
of mechanical cutter. After cutting, all burrs and other roughness shall be
removed and the exterior of the spigot end suitably beveled to facilitate
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-5
assembly. If cutting is not possible, short lengths of pipe shall be furnished
as necessary.
Placing and Laying: Pipe and accessories shall be examined for defects and
tapped with a light hammer to detect cracks while suspended in the sling before
installing. All damaged, defective or unsound items will be rejected and
removed immediately from the site of the work. All water shall be removed from
the trench before pipe is to be laid.
Temporary Plugging: All ends of pipelines shall be properly plugged and
watertight to eliminate any foreign material from entering the pipe at the end
of each work session.
DEFLECTION:
Deflection of water lines (ductile or PVC) and fittings shall be made in strict
accordance with manufacturer’s requirements. If alignment requires deflections
in excess of the manufacturer’s limitations, the Contractor shall provide
special bends or a sufficient number of shorter lengths of pipe to provide
angular deflections within the limits set forth by the manufacturer.
JOINTING:
Push-on Joints shall be assembled by pre-positioning a continuous, molded
rubber ring gasket in an annular recess in the pipe socket and forcing the
spigot end of the entering pipe into the socket, thereby compressing the gasket
radially to the pipe to form a positive seal. The design and shape of the
gasket and the annular recess shall be such that the gasket is locked in place
against displacement as the joint is assembled. Details of the joint design
shall be in accordance with the manufacturer's standard practice. The size and
shape of the gasket shall be such as to provide adequate compressive force
between the spigot and the socket after assembly to affect a positive seal
under all combinations of the joints and gasket tolerances. Contractor shall
furnish to Owner one copy of the pipe manufacturer's joint assembly
instructions. The Contractor shall adhere strictly to the pipe manufacturer's
joint assembly instructions.
Mechanical Joints: The last 8 inches of the spigot and inside of the bell of
mechanical joint pipe shall be thoroughly cleaned and then painted with a soap
solution made by dissolving one-half cup of granulated soap in one gallon of
water. The cast iron gland shall then be slipped on the spigot end of the
pipe. The rubber gasket shall be painted with the soap solution and placed on
the spigot end with the thick edge toward the gland. The entire section of the
pipe shall be pushed forward to seat the spigot end in the bell. The gasket
shall then be pressed into place within the bell, being careful to have the
gasket evenly positioned around the entire joint. The cast-iron gland shall be
moved into position for bolting, all bolts inserted, and the nuts screwed up
tightly with the fingers. Nuts spaced 180 degrees apart shall be tightened
alternately to produce an equal pressure on all parts of the gland. A suitable
torque-limiting wrench shall be used with maximum torque as recommended by the
manufacturer.
Cleaning: A pipe swab shall be kept in the pipe at all times to prevent debris
from entering the newly laid pipe. Whenever pipe laying operations are ceased,
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-6
a watertight, inflatable plug shall be installed in the open end of the pipe to
prevent ground water from entering the newly laid pipe.
Tapping Sleeves shall be full circle style constructed completely of stainless
steel. The tapping sleeve flange shall also be stainless steel. All bolts,
nuts, and washers shall be stainless steel. The tapping sleeve shall be Ford
style FTSS rated for a minimum working pressure of 250 psi. The existing water
line to receive the tapping sleeve shall be checked for “out-of-round” and
thoroughly cleaned before installing the sleeve.
4” – 12” Smith-Blair #663
Ford Meter Box Style FTSS
Mueller H-304SS
14” – 24” Smith-Blair #662
Mueller H-304SS
CONNECTIONS TO EXISTING MAINS:
The Contractor shall verify existing conditions of tie-in and submit to
Engineer for approval a sketch of the connection if conditions differ from
Contract Documents. The Contractor shall contact the Augusta Utilities
Department at 706-312-4160 and request approval 5 days prior to the intended
connection date.
The Contractor shall furnish and install all fittings and appurtenances
necessary (unless otherwise noted) to make connections to the existing
distribution system. All solid sleeves used to cut into existing pipes shall
have a maximum gap of 3/4” between butted plain end pipes. Where this is
unable to be achieved, a filler ring shall be installed to close the gap
between the cut pipes. All sleeves shall be restrained joint. All restraint
necessary, existing pipe and new piping, shall be the responsibility of the
Contractor
Dewatering the existing pipe shall be done to prevent any cross contamination
of trench water. The Contractor shall provide a pump sufficient for the rate
of flow and/or appropriate drainage to ensure there is no backflow into the
existing water line. The cut or break in the existing water line shall be at
the highest point of the connection.
All fittings, pipe, valves and appurtenances used to connect to the existing
water system prior to standard disinfection shall be clean, free of foreign
material and disinfected. Disinfection shall utilize a bleach solution of 1
1/2 parts water to 1 part bleach that shall be sprayed inside pipe, valves,
fittings and appurtenances before the connection is to be put back on line with
the existing water system.
TESTING:
General: After completion of the piping, it shall be tested for leaks in
accordance with AWWA C600 (latest revision) and proved tight at 250 psi (at low
point). The Contractor shall provide, at his expense, all labor, supervision,
pumps, measuring devices, power, miscellaneous equipment, temporary plugs or
valves and water necessary for performance of all testing and disinfection on
all piping in accordance with the requirements of these specifications.
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-7
Contractor MUST provide a plan to flush all lines to AWWA Standards, 2.5 fps.
Contractor MUST also submit to Engineer on how the Contractor will diffuse the
water to not cause any erosion during flushing.
The contractor is responsible for strategically planning all of the injection
points, sample taps and flushing points required for the disinfection process
in order to best manage the end result. The contractor is responsible for
providing all taps as required including appropriate sizing for the
disinfection process when injecting chlorine. In addition, the contractor
must ensure there is proper flushing points along the pipe line where not
already shown on the plans and in accordance with the flushing and
disinfection plan to be submitted to Engineer. Hydrants shall be utilized
for flushing but cannot be used to pull a TCB sample. The contractor shall
coordinate all disinfection process through the Engineer Taps(s) shall be
installed on each side of in-line valves where areas can be sectioned off and
disinfected as separate entities.
The disinfection procedure that follows in these specifications is based on
the continuous feed method and requires 24 hour periods of no water movement
within the pipe line for appropriate sampling. The contractor may submit and
request to utilize the “slug method” for all pipe lines larger than 12” in
diameter for review and approval. The submission of the appropriate plans
does not guarantee approval of slug method. The request must include a
complete and detailed flushing plan, chlorination plan and de-chlorination
plan.
Hydrostatic Tests:
Pressure Test:
All sample taps shall be installed before pressure testing. The contractor is
required to thoroughly flush the newly laid water line prior to pressure
testing. All newly installed pressure pipe or any valved section thereof shall
be subjected to the appropriate hydrostatic pressure based on the elevation of
the lowest point in the line or section under test and corrected to the
elevation of the test gage. The duration of each pressure test shall be two
hours. Before applying the specified test pressure, all air must be expelled
from the line. The Contractor will make the necessary taps and insert plugs to
complete the test. All taps installed shall be marked in red on the Contract
Drawings that will serve as the record drawings. Any exposed pipe, fittings,
valves, and joints shall be carefully examined during the open trench test.
All defective joints shall be repaired or replaced to the satisfaction of the
Inspector. Any cracked or defective pipe, joints, fittings, valves or hydrants
discovered in consequence of this pressure test shall be removed and replaced
with sound material and the test shall be repeated until satisfactory to the
Inspector.
Leakage Test:
The duration of the leakage test shall be for a minimum of two hours, and
during the test the main or section of the main under test shall be subjected
to the above noted pressure based on the lowest point in the line or section
under test and corrected to the elevation of the test gage. Leakage is defined
as the quantity of water to be supplied into the newly laid pipe, or any valved
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-8
section thereof, necessary to maintain the specified leakage test pressure
after the air has been expelled and the pipe has been filled with water at the
test pressure. No pipe installation will be accepted until leakage is less
than the number of gallons per hour as determined by the formula
L = Allowable leakage in gallons per hour per 1,000 ft. pipe.
D = The nominal diameter of the pipe in inches.
P = The average test pressure during the leakage test in pounds per
square inch gauge.
All visible leaks shall be repaired regardless of the allowance used for
testing.
CHLORINATION/DISINFECTION:
All piping complete with fittings and appurtenances shall be flushed until
thoroughly clean, and sterilized as specified in AWWA C651 and in accordance
with these specifications. Disposal of heavily chlorinated water (following
disinfection) must be accomplished in accordance with AWWA C651. Heavily
chlorinated water shall not be deposited directly into a live creek or stream.
The requirements of this paragraph apply equally to new pipe and fittings, and
to existing pipe lines into which connections have been made, or which may have
been otherwise disturbed to the extent that contamination may have occurred.
All disinfection methods and practices are thoroughly described in the AWWA
manual “Disinfection of Pipelines and Storage Facilities Field Guide” (ISBN 1-
58321-423-2).
Chlorine Chemicals
All chlorine chemical concentrations shall be in accordance with ANSI/AWWA
B300. All chemicals used to create chlorine solutions shall be new and have
been properly stored before use in disinfection process. All chlorine solutions
introduced into the pipe line shall not exceed 100ppm. Chlorine liquid, calcium
hypochlorite tablets, or calcium hypochlorite for swimming pools are not
acceptable chemicals for disinfection. The only chlorine chemicals permitted
for disinfection shall be as follows:
Sodium Hypochlorite in liquid solution containing 5-15% available chlorine. The
chemical solution shall be mixed as required and injected into the water line.
Calcium Hypochlorite in granular or powdered form containing approximately 65%
available chlorine. Calcium hypochlorite chemical shall be solely used as a
pre-mixed solution and introduced into the water line as a liquid. Granules or
powder dumped or thrown into the inside the pipe line is not permitted.
Chlorine Testing shall be the contractor’s responsibility in order to produce
the proper dosage (ppm) of chlorine during all phases of disinfection. The
contractor shall be responsible for adequately flushing all air out of the
system before chlorine testing.
L D P 148
SECTION TS6C
WATER LINES
0802-01r Ts-06c Water Lines TS6C-9
Chlorine Injection shall be pre-mixed and made a homogenous solution before
injecting into the water line. The injection tap shall be done thorough an
adequately sized tap not less than 1” diameter. All chlorine injection points
shall be within 10’ of the water feed source.
Sample Tap All sample taps installed shall extend a minimum of 12” above
finish grade and supported to be readily available to be sterilized by an open
flame. Where sample taps shall only serve as sampling sites, the appropriate
pressure rated polyethylene tubing may be used along with proper brass end
point for sterilization. A hydrant shall not be used as a sample location.
Galvanized pipe or PVC are not permitted as sample line material.
Securing Sample Taps shall be performed by the contractor. Each curb stop shall
be locked using a combination padlock or keyed padlock before disinfection
begins. The contractor is responsible for purchasing and installing all locks
necessary to secure taps before the disinfection is complete.
Sample/Injection Tap Removal shall consist of removing curb stop, tubing and
plugging, or capping corporation stop in closed position.
CONNECTION TO EXISTING WATER SYSTEM:
Disinfection of connections or repairs to the existing water system shall
utilize a bleach solution of 1 1/2 parts water to 1 part bleach. The solution
shall be sprayed inside pipe, valves, fittings and appurtenances before the
connection is to be put back on line with the existing water system. A CCWU
Inspector shall be present to witness all stages of connection.
CLEAN-UP:
Upon completion of the installation of the water lines and appurtenances, all
equipment and debris remaining as a result of the Contractor's operations shall
be removed from the site of the work.
RECORD DRAWINGS: Upon completion of the work, the Contractor shall furnish to
the Engineer a complete set of marked-up drawings showing all changes in the
location of all underground and above ground piping, valves, and drains.
PAYMENT:
No payment for pipe installation will be made to contractor until pipe has
passed pressure testing.
Payment for all items covered by this section of the specifications shall be
paid in accordance with the bid item list. No other separate payment will be
made for the work by this section of the specifications and all costs in
connection therewith shall be included in the appropriate lump sum or unit
price in the bid list. All work not directly listed in the bid list shall be
considered a subsidiary obligation of the Contractor.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment and materials, and performing all
operations in connection with the installation and testing of the force main
and appurtenances, complete, in strict accordance with this section of the
specifications and the applicable plans, and subject to the terms and
conditions of the Contract.
GENERAL:
All piping and accessories furnished by the Contractor for incorporation in the
work shall be new, unused, and of the type specified herein, and listed in the
Bid.
In installation, no blocking of pipe barrel above the trench bottom will be
permitted. Any pipe which has its alignment, grade, or joints disturbed after
laying shall be taken up and relaid. The interior of the pipe shall be
thoroughly cleaned of all foreign matter before laying in the trench and shall
be kept clean during laying operations by means of plugs or other approved
methods. The pipe shall not be laid in water or when trench or weather
conditions are unsuitable for work, and water shall be kept out of trenches
until the pipe joints have been completed. When work is not in progress, open
ends of pipe and fittings shall be securely plugged so that trench water, earth
or other foreign substance cannot enter the line.
EXCAVATION, TRENCHING AND BACKFILLING:
Excavation, trenching and backfilling shall be in accordance with the
requirements of Section TS2. Excavation required for construction of the water
lines shall be either common excavation or rock excavation.
SERVICE PIPING SCHEDULE:
Unless otherwise indicated, pipe and fittings shall be constructed of the
materials shown in the following schedule for the service indicated. Cast iron
pipe or ductile iron pipe and fittings shall be used for all piping except as
may be otherwise indicated in the following schedule:
Service Pipe Material Fitting Material Test Pressures
Force Main HDPE, PE 340, SDR 17 HDPE 50 psig. – 12.5 psig.
As Called D.I.P. (Pressure
Class 150’)
Flg. above ground;
Push-on, or M.J.
Below ground
50 psig. –12.5 psig.
Ceramic Epoxy Lining Epoxy Ceramic Lining
Push-on, or M.J.
50 psig. –12.5 psig.
Trench Bedding
Drain
PVC SCH 40 PVC SCH 40 None
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-2
PIPE:
DUCTILE IRON PIPE:
General: Before work is begun the Contractor will furnish to the Engineer
layout drawings showing all details for all horizontal and vertical curves,
restrained joints, and all other specials and special joints.
All pipe and fittings may be inspected at the place of manufacture by
representatives of the Owner and/or by a testing laboratory of the Owner's
selection. Such inspection shall not in any way relieve the Contractor from
the responsibility for the compliance of all materials installed as specified,
nor shall such inspection in any way relieve the manufacturer from his
responsibility for materials he furnished to be as specified. Mechanical joint
fittings may be standard conforming to AWWA C110 or compact ductile iron
conforming to AWWA C153.
Ductile Iron Pipe (EDIP):
All gravity sanitary sewer or force mains and associated fittings that are to
be Ductile Iron shall be epoxy lined. Standard cement lined ductile iron pipe
or fittings are not permitted for sewer use. Each piece of sewer pipe must be
labeled as sewer pipe and contain trade name of lining.
Interior Lining of the ductile iron pipe for sanitary sewer use shall be epoxy
lined. Epoxy lined ductile iron pipe and fittings shall have a completely
covered inner surface of the pipe and fittings from bell to spigot. The lining
shall be Protecto 401 Ceramic Epoxy lining, or approved equal. Sewer pipe with
lining defects such as cracking or holes in the lining shall not be installed
and shall be removed from the site immediately. Field repair of the epoxy
lining is not permitted.
Ductile Iron Pipe (EDIP): Shall conform to ANSI specification C151. Ductile
Iron Pipe shall be as follows:
Diameter Pressure Class
6” to 12” 350
14” to 36” 250
Ductile Iron Pipe and Fittings shall be the Protecto 401 lined products of
American Ductile Iron Pipe or U.S. Pipe Ductile Iron Pipe or engineer approved
equal products of other manufacturers.
Underground Fittings shall be mechanical joint and conform to C110/ANSI A21.5
or AWWA C153/ANSI A21.53.
Push-on Joints for Ductile Iron Pipe shall have gaskets made of vulcanized
natural or synthetic rubber compound conforming to ANSI A21.11 and smooth and
free from all imperfections and porosity. Lubricant for push-on joints shall
be non-toxic, shall not support bacteria growth and shall have no deteriorating
effect on the gasket material.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-3
Underground Restrained Joint Pipe shall utilize a form of positive restraint
which shall be either a restraining gasket or a retainer clip or ring. All
restraining gaskets shall be rated for a minimum working pressure of 250 psi.
Restraining gaskets shall have stainless steel gripping wedges to completely
retain the pipe. Gaskets shall be “Fast-Grip” as manufactured by ACIPCO,
“Field-Lok” as manufactured by U. S. Pipe or approved equal. Restrained joint
pipe shall be “Flex-Ring or Lok-Ring” as manufactured by ACIPCO, “TR-Flex” or
“HP Lok” as manufactured by U. S. Pipe or approved equal.
Dissimilar Pipe Joints shall utilize an appropriate standard adapter approved
by Columbia County Water Utility and the Engineer.
Flanged Ductile Iron Pipe and Fittings shall be 4” and larger. Flanged pipe
shall be a minimum of Class 53 pipe per AWWA C115. Flanged pipe, fittings and
appurtenances are for above ground use, inside vault, or lift station wet
well only. Flanged pipe shall be shop fabricated, faced drilled, lined and
exterior coated by the manufacture or manufacturers lining company.
Fabrication or lining of flanged pipe on site is not permitted. Complete shop
drawings of all pipe, fittings and appurtenances shall be submitted the
Columbia County Water Utility Engineering Department for approval before
delivery to the site.
Installation:
Handling: Pipe and accessories shall be handled in such a manner as to insure
delivery on the site and installation in the trench in a sound, undamaged
condition. Particular care should be taken not to injure the coating or
lining.
Cutting of pipe shall be done in a neat and workmanlike manner without damage
to the pipe or its coating. Cutting shall be done by means of an approved type
of mechanical cutter. After cutting, all burrs and other roughness shall be
removed and the exterior of the spigot end suitably beveled to facilitate
assembly. If cutting is not possible, short lengths of pipe shall be furnished
as necessary.
Placing and Laying: Pipe and accessories shall be examined for defects and
tapped with a light hammer to detect cracks while suspended in the sling before
installing. All damaged, defective or unsound items will be rejected and
removed immediately from the site of the work. Deflection from a straight line
and grade as required by vertical or horizontal curves or offsets shall not
exceed the values presented in the following schedule.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-4
SCHEDULE FOR MAXIMUM DEFLECTION
Pipe Size Max. Deflection (Inches per 18 ft. length)
(Inches) Push-on Joint Mechanical Joint
6 21 30
8 21 22
10 21 22
12 21 22
16 21 15
18 21 12
20 21 12
If alignment requires deflections in excess of the above limitations, the
Contractor shall provide special bends or a sufficient number of shorter
lengths of pipe to provide angular deflections within the limits set forth.
Pipe shall be placed in the trench and bedded as required in Section TS2.
Except where necessary in making connections with other lines, or as
authorized, pipe shall be laid with the bells facing in the direction of
laying.
Jointing:
Push-on Joints shall be assembled by pre-positioning a continuous, molded
rubber ring gasket in an annular recess in the pipe socket and forcing the
spigot end of the entering pipe into the socket, thereby compressing the gasket
radially to the pipe to form a positive seal. The design and shape of the
gasket and the annular recess shall be such that the gasket is locked in place
against displacement as the joint is assembled. Details of the joint design
shall be in accordance with the manufacturer's standard practice. The size and
shape of the gasket shall be such as to provide adequate compressive force
between the spigot and the socket after assembly to effect a positive seal
under all combinations of the joints and gasket tolerances. Contractor shall
furnish both the Owner and the Engineer with one copy of the pipe
manufacturer's joint assembly instructions. The Contractor shall adhere
strictly to the pipe manufacturer's joint assembly instructions.
Mechanical Joints: The last 8 inches of the spigot and inside of the bell of
mechanical joint pipe shall be thoroughly cleaned and then painted with a soap
solution made by dissolving one-half cup of granulated soap in one gallon of
water. The cast iron gland shall then be slipped on the spigot end of the
pipe. The rubber gasket shall be painted with the soap solution and placed on
the spigot end with the thick edge toward the gland. The entire section of the
pipe shall be pushed forward to seat the spigot end in the bell. The gasket
shall then be pressed into place within the bell, being careful to have the
gasket evenly positioned around the entire joint. The cast-iron gland shall be
moved into position for bolting, all bolts inserted, and the nuts screwed up
tightly with the fingers. Nuts spaced 180 degrees apart shall be tightened
alternately to produce an equal pressure on all parts of the gland. A suitable
torque-limiting wrench shall be used with maximum torque as recommended by the
manufacturer.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-5
Restraining Gasket Assembly Instructions:
For cold weather assemblies, keep the temperature of the Gaskets above 40º F.
For cut pipe, select pipe with diameters or circumferences at the cut location
which conform to the table given below.
For cut pipe, assure that a tapered bevel similar to the one furnished with the
pipe is ground onto the end of the pipe.
Measure the socket depth and make a mark on the pipe spigot that distance from
the end of the pipe. This mark will indicate when the joint is fully “home”.
Keep the joint in straight alignment during assembly, especially when handling
fittings. Do not fully “home” the joint if joint deflection is required. Set
the joint deflection after the assembly is made.
Approximately twice as much assembly force may be required to assemble a
Restraining Gasket into a joint than is required for a conventional push-on
joint Gasket.
Check for correct positioning of the restraining Gasket by inserting a feeler
gauge in the space between the bell and the pipe OD in several locations around
the socket to assure that the gasket is in proper position in the socket in
accordance with the manufacturer’s instructions.
Cleaning: A pipe swab shall be kept in the pipe at all times to prevent debris
from entering the newly laid pipe. Whenever pipe laying operations are ceased,
a watertight, inflatable plug shall be installed in the open end of the pipe to
prevent ground water from entering the newly laid pipe.
Incidental Items:
Reaction Support: All plugs, caps, tees, wyes, and at bends deflecting 11-1/4o
or more on pipe lines 6 inches in diameter, or larger, shall be given reaction
support as hereinafter specified. Reaction support shall be of 3,000 lb.
concrete bearing directly against undisturbed earth of the trench wall.
Sufficient thrust block bearing area shall be installed to distribute the
thrust into undisturbed earth at a rate not exceeding the allowable soil
bearing value. Where conditions are such that the bearing value of the trench
wall will not provide satisfactory support or where the angles or direction of
pipe line deflections will not permit adequate thrust block restraint, the
Contractor will be required to furnish and install restrained joints, American
CIP "Fast Grip", U. S. Pipe "Field Lok", or equal, on each restrained
mechanical joint of ductile iron pipe. Joint restraint gaskets may be used for
restraint of underground push-on joints. Where restrained joints are used in
lieu of thrust block restraint, at least three lengths of pipe in each
direction from the turn shall be fitted with restrained joints also. After
installation, any tie rod assemblies shall be fully field coated with coal tar
bitumastic to prevent corrosion.
Flanged Fittings shall be ductile iron in accordance with the requirements of
AWWA Specification C110, coated and lined same as pipe. Flanges shall be faced
and drilled to match AWWA C115 threaded-on flanges.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-6
HDPE PIPE:
General: Before work is begun the Contractor will furnish to the Engineer
layout drawings showing all details for all horizontal and vertical curves,
restrained joints, and all other specials and special joints. All curves shown
and called with a radius <60° must be fabricated from HDPE pipe with a maximum
of 7-1/2° per segment.
All pipe and fittings may be inspected at the place of manufacture by
representatives of the Owner and/or by a testing laboratory of the Owner's
selection. Such inspection shall not in any way relieve the Contractor from
the responsibility for the compliance of all materials installed as specified,
nor shall such inspection in any way relieve the manufacturer from his
responsibility for materials he furnished to be as specified.
Underground: Underground pipe shall be High Density Polyethylene PE 3408 as
manufactured by Driscopipe or Poly Pipe Industries, HDPE PE 3408 SDR 17, pipe
size 34” O.D. The pipe shall conform to ASTM D3350 classification 345 434C, PE
3408 or other HDPE pipe conforming to AWWA C906 polyethylene piping system,
O.D., D.R. 17, WPR=100 psi.
Joints shall be by fusion in accordance with C906-90 or latest editions of the
specification. Operators of the butt-fusion equipment must be certified by the
manufacturer of the joining equipment or the manufacturer of the pipe for large
diameter HDPE pipe.
Detection Tape: Pipe installed underground shall be marked by the use of a
continuous inert bonded layer plastic tape with a metallic foil core, buried in
the pipe trench 24 inches below the surface. Tape shall be yellow, 2 inches
wide with continuous imprinting; “CAUTION – PIPELINE BURIED BELOW”. Tape shall
be Seton Metallic Lined, or equal. Detection wire shall be installed as shown
in detail.
CONCRETE:
All concrete for encasement and reaction blocking shall have a minimum 28-day
compressive strength of 3,000 psi.
CONCRETE COLLARS, CRADLES, SADDLES, AND ENCASEMENT:
Collars, cradles, saddles, or encasement shall be constructed of concrete with
a minimum 28-day strength of 3,000 psi.
CONNECTIONS TO EXISTING MAINS:
The Contractor shall furnish and install all fittings and appurtenances
necessary to make connections to the existing pipelines. The Contractor shall
coordinate his activities with the Augusta Utilities Department so that the
work can be accomplished in a manner and at such time that a minimum
interruption of service will occur.
The tapping sleeves and valves shall conform to the requirements of Section T-
7. The Contractor shall verify the material and size of the pipe line to be
tapped or connected to.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-7
TESTING:
General: After completion of the piping, it shall be tested for leaks in
accordance with AWWA 600-82 and proved tight at 50 psig and at -12.9 psig. The
Contractor shall provide, at his expense, all labor, supervision, pumps,
measuring devices, power, miscellaneous equipment and water necessary for
performance of all testing on all piping in accordance with the requirements of
these specifications.
Hydrostatic Tests:
Pressure and Vacuum Test: After pipe has been laid and partially backfilled,
all newly laid pressure pipe or any valved section thereof shall be subjected
to the appropriate hydrostatic pressure based on the elevation of the lowest
point in the line or section under test and corrected to the elevation of the
test gage. The duration of each pressure test shall be at least one day (24
hours). Before applying the specified test pressure, all air must be expelled
from the line. The Contractor will make any necessary taps and insert plugs
after the test is completed. Upon completion of the pressure test the pipeline
shall be subjected to a vacuum test. With the pipeline full of water, a
negative pressure gage shall be installed in the pipeline connecting the test
pump to the force main. The pressure test pump shall be reversed to apply a
vacuum to the pipeline of 2 psi absolute pressure (-12.9 psi gage). Upon
reading that pressure the connection to the pipeline will be shut off. The
gauge shall read the pressure in the force main. The test shall be conducted
for twenty four (24) hours. All exposed pipe fittings valves, and joints shall
be carefully examined before backfilling. All defective joints shall be
repaired or replaced to the satisfaction of the Engineer. Any cracked or
defective pipe, joints, fittings or valves discovered in consequence of this
pressure test shall be removed and replaced with sound material and the test
shall be repeated until satisfactory to the Engineer.
Leakage Test: The duration of each leakage test shall be two hours, and during
the test the main or section of the main under test shall be subjected to the
above noted pressure based on the lowest point in the line or section under
test and corrected to the elevation of the test gage. Leakage is defined as
the quantity of water to be supplied into or withdrawn from the newly laid
pipe, or any valved section thereof, necessary to maintain the specified
leakage test pressure after the air has been expelled and the pipe has been
filled with water at the test pressure. No pipe installation will be accepted
until leakage is less than the number of gallons per hour as determined by the
formula
148
PDL
L = Allowable leakage in gallons per hour/1000 feet
D = The nominal diameter of the pipe in inches
P = The average test pressure during the leakage test in pounds
per square inch gage(absolute value of number)
The computed maximum leakage for the total length of force main is as follows:
Pressure Test: 39 gallons, vacuum test: 10 gallons.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-8
MANHOLES:
General: Manholes shall be constructed with cast iron frames and covers. The
base and invert channels of the manhole shall be constructed of 4000 psi
concrete. The invert channels shall be smooth and accurately shaped to the
semi-circular bottom conforming to the inside of the adjacent sewer sections.
Changes in direction of the sewer and entering branches shall have as long a
radius of true curvature as the size of the manhole will permit.
Precast Concrete Manholes: All precast concrete structures shall be
manufactured in a plant that is certified through the National Precast Concrete
Association (NPCA). All manholes shall be precast concrete structures
consisting of a precast base section, riser sections, eccentric cone section,
and frame and cover. Manholes shall have a minimum depth of 6’. All manholes
up to a depth of 16’ shall have a minimum inside diameter of 4’-0”. All
manholes greater than 16’ deep and up to a maximum depth of 23’ shall have a
minimum inside diameter of 5’-0”. Manholes with a depth greater than 23’ are
not permitted. Brick manholes or adjustments made using brick are not
permitted. Joints in risers shall be sealed with a mastic gasket similar and
equal to Henry Company “Ram-Nek”. Precast manholes shall be as manufactured by
Hanson, Foley, Tindall, or Georgia-Lina.
Manhole Steps shall be installed in all sections of each manhole. The steps in
the precast sections may be installed when the sections are cast or may be
inserted after the manhole has been constructed. All damages to the precast
section caused by the insertion of the steps shall be repaired and sealed with
expanding mortar to prevent leakage. The first step shall not be greater than
2’-0” below the finished grade of the frame and cover. Steps shall be located
only on the vertical inside face of eccentric cones and shall be aligned with
the steps in the lower sections. Manhole steps shall be 1'-0" O.C., grade 60
carbon steel and covered with copolymer polypropylene plastic. Steps shall not
be installed over pipe openings. Manhole steps shall be as manufactured by MA
Industries, Inc. #PS1-PF or approved equal.
Manhole Frames and Covers:
General: Frames and covers should have a 22” clear opening and be a round
opening type. Manhole frames and covers in improved areas or streets shall be
set flush with the finished grade; the Contractor shall set and adjust manhole
frames and covers as necessary to meet this requirement. In unimproved areas
or where no finished grade is established, the top of the frame and cover shall
be set one (1) to two (2) feet above the existing ground, unless otherwise
directed. The word "SANITARY SEWER" shall be cast on the cover. The frames
shall be cast into the manhole cones. All manholes installed within the 100 yr
Flood Plain shall be a water tight frame and cover.
Standard Frames and Covers: Frame and covers shall be round built up type and
weigh approximately 285#. Frame and cover shall be designed for heavy duty
loading conditions. Frame height shall be 7-1/2” tall and as manufactured by
US Foundry USF 668 KL or USF 924 approved equal. Covers shall have two pick
holes and no vent holes.
SECTION TS6G
FORCE MAIN
0802-01R TS-06G Force Main TS6G-9
Watertight Frames and Covers shall be similar and equal to standard frames and
covers specified above in all respects except that covers shall be gasketed and
bolted to the frames. Gaskets shall be 1/8 inch thick rubber and bolts shall
be 1/2 inch diameter hex head brass cap screws, minimum 6 bolts. Bolt holes in
cover shall be counter bored for bolt heads.
CLEAN-UP:
Upon completion of the installation of the water lines and appurtenances, all
equipment and debris remaining as a result of the Contractor's operations shall
be removed from the site of the work.
PAYMENT:
Payment for force main and fittings will be made on the basis of the applicable
unit prices as set forth in the Bid. Measurement to determine the length of
force main for payment shall be along the centerline of the various sizes
furnished and installed, from center to center of fittings, with no deductions
for the space occupied by valves or fittings.
The payment shall cover all costs of every kind required for clearing and
grubbing, excavation, pavement removal, any damage to house service lines,
water meters or relocating service lines or water meters, maintenance of
driving surfaces, backfill, protection of utilities, cleaning up, restoration
grassing, erosion control, sediment containment, furnishing the materials,
installation, disinfection, testing and completing the installation.
Carrier pipe involved in underground crossings will be paid for under the
applicable lump sum price for each crossing and will not be included in the
measurement for payment under this section of the specifications. Except as
specifically set forth in the Payment paragraph of Section T-2 of these
specifications, all excavation, trenching, backfilling, and other related work
necessary for the completion of the work will be considered a subsidiary
responsibility of the Contractor and no separate payment will be made
therefore.
Payment for ductile iron fittings will be made on the basis of published
weights of compact cast iron or ductile iron mechanical joint fittings less
accessories.
HPDE joints will be included in the price of the pipe in the Bid.
Payment for connections to existing lines shall cover all costs associated with
increasers, reducers, installation and connection to the existing lines. No
separate payment will be made for removal of existing plugs or blocking
incidental in connecting new line to existing water line.
Payment for AC Water Main Crossing Treatment shall include all labor, equipment
and materials, dewatering and testing necessary for the complete installation
of the treatment.
No other separate payment will be made for work included in this section of the
specifications and all costs associated therewith shall be included in the
appropriate lump sum or unit price item in the Bid as a subsidiary obligation
of the Contractor.
SECTION TS6I
UNDERGROUND CROSSINGS OF HIGHWAYS AND RR’S
0802-01R TS-06I Underground Crossings of Highways and RR'sTS6I-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment and materials and in performing all
operations in connection with the installation of dry bored and jacked
underground crossings as shown on the drawings complete, in strict accordance
with the specifications and the applicable plans, and subject to the terms and
conditions of the contract.
GENERAL:
Work on road, street or highway right-of-way shall be under the supervision of
the Chief Engineer of the agency, or his authorized representative who shall be
notified at least 15 days before actual work on the installation is started.
BORE AND JACK:
Force Main: Underground crossings for the force main shall consist of a
carrier pipe installed in a casing pipe. The casing pipe shall be installed
under the roadbed by dry boring and jacking. The carrier pipe shall be pushed
through the casing pipe spiders securely fastened to the carrier pipe, or in
the case of HDPE carrier pipe, without pipe spiders.
WATER LINES: Underground crossings for water lines shall consist of a carrier
pipe installed in a casing pipe. The casing shall be installed under the
roadbed or railway by dry boring and jacking. The carrier shall be pushed
through the casing pipe on casing spacers securely fastened to the carrier
pipe.
CASING:
Casing pipe shall be smooth steel pipe with a minimum yield strength of 35,000
psi. The joints shall be butt welded. A 1/16" corrosion allowance of wall
thickness has been included in the tabulated pipe data in lieu of any coating
and wrapping requirement.
CARRIER PIPE:
WATER LINES: The carrier pipe for the water lines shall be restrained ductile
iron pipe conforming to the requirements of the WATER LINES section of the
Specifications.
Force Main: The carrier pipe for force main shall be a pipe conforming to the
requirements of the Force Main section of the Specifications. Gaskets shall be
restrained joint type.
Installation: Carrier pipe installed in steel casings shall be pushed through
the casing pipe on spiders securely fastened to the carrier pipe or in the case
of HDPE carrier pipe, without pipe spiders. The jacking operation shall
utilize soap or drilling mud as a lubricant and shall utilize timber cushioning
on the end subjected to the forces from the jacking device. Any damaged pipe
shall be cut off and removed from the site. After the carrier pipe has been
checked and tested, the casing pipe shall be filled with sand and the ends
sealed with pull on rubber seals.
SECTION TS6I
UNDERGROUND CROSSINGS OF HIGHWAYS AND RR’S
0802-01R TS-06I Underground Crossings of Highways and RR'sTS6I-2
ABORTED BORES:
Unsuccessful bore and jack installations which must be abandoned because of
failure to meet alignment and/or grade requirements, bore and jack attempts
frustrated by obstructions, or otherwise unusable bore and jack installations
shall be completely filled with concrete or flowable fill. The steel casing
may be left in place or withdrawn simultaneously with the filling of the hole
with concrete. Relocation for additional bore and jack attempts shall be made
after consultation with the Engineer.
Casing Spacers:
Casing Spacers shall be Collins stainless steel Carrier pipe supports, Advanced
Products & Systems (APS) Model SSI Casing Spacers or approved equal appropriate
for installation. Casing Spacers, nuts, and bolts shall be heavily coated with
the manufacturer’s Bituminous paint or shall be stainless steel.
Pressure grouting where a bore and jack is called to be pressure grouted, the
Contractor shall cement pressure and grout any void outside the casing at eight
foot intervals along the top of the casing. If the injection point accepts
grout, then injections will be provided at four foot intervals. Pressure
cement grouting shall conform with Specification GA D.O.T. Section 450.
PAYMENT:
Payment for force main and water line under highways within the payment limits
shall be made on the basis of the applicable lump sum prices for the crossings
listed in the Bid, complete, including carrier pipe, casing pipe, casing
spacers (if applicable) and all other incidental items of work involved.
Payment for Aborted Bores shall be made on the basis of the unit price in the
Bid for the measured length of the aborted bore filled with concrete, complete
in place. To qualify for payment, the aborted bore shall have resulted from
obstructions encountered through no fault of the Contractor.
SECTION TS7
VALVES AND HYDRANTS
0802-01R TS-07 Valves and Hydrants TS7-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment and materials, and performing all
operations in connection with the installation of the valves and appurtenances
complete, in strict accordance with this section of the specifications and the
applicable plans and subject to the terms and conditions of the Contract.
GENERAL:
All valves and hydrants and accessories furnished by the Contractor for
incorporation into the work shall be new, unused, and of the type specified
herein. Those valves for buried service shall be furnished with mechanical
joint connections and those valves for above-ground service shall have flanged
or screwed joints. All valves shall be opened by turning counter-clockwise and
shall have an arrow cast into the metal of the operating nut or on the handle
or wheel to indicate direction of opening. Each valve shall have the
identifying mark of the manufacturer, year of manufacture and the pressure
rating cast on the body.
GATE VALVES:
Gate Valves shall be of the resilient seat type designed for a minimum working
pressure of 250 psi. Valves shall have flanged ends, bell or spigot ends,
mechanical ends or screwed joints as required for the piping in which they are
installed. Gate valves shall have a clear waterway equal to the full normal
diameter of the pipe and shall be opened by turning counterclockwise. The
operating nut or wheel shall have an arrow cast in the metal indicating the
direction of opening. Each valve shall have the initials of the maker,
pressure rating and year of manufacture, cast on the body. Prior to shipment
from the factory, each valve shall be tested by hydraulic pressure equal to
twice the specified working pressure. All valves shall use O-ring seals. Gate
valves 2 inches and larger shall be iron body, brass mounted and shall conform
to the specifications for Gate Valves for Ordinary Water Works Service, C500-
61, by the AWWA. Valves smaller than 24 inches to be installed underground
shall be non-rising stem type with 2-inch square operating nut. Gate valves
located inside structures shall be non-rising stem type with hand wheel or
operator as required. Valves smaller than 2 inches shall be stainless steel
ball valves. All valves larger than 16” shall be fitted with gear operators.
CHECK VALVES:
Check Valves 3 inch size and larger shall be wafer style double door type, 125
lb. iron body, aluminum bronze doors, stainless steel hinge pin, spring, and
stop pin, bronze seat and raised face, APCO 9000 series, Gulf Valve Company
Water Check or equal. Check valves 2 inch size and smaller shall be 150 lb.
bronze with bronze seat, Buna-N disc, threaded ends, Milwaukee No. 510S, or
equal.
Flap Check Valve shall be Val-Matic Surgebuster or approved equal.
SECTION TS7
VALVES AND HYDRANTS
0802-01R TS-07 Valves and Hydrants TS7-2
BALL VALVES:
Ball Valves in Steel Pipe shall be stainless steel, 150 psi, screwed pattern,
Nibco T-595-S6-R-66, or equal.
Ball Valves in PVC Pipe shall be PVC, true union, full port, 150 psi, Teflon
seat, Viton seal. Valves 3 inches and larger shall be ANSI B16.5 flanged; 2
inch and smaller shall be socket end, Nibco, or equal.
AIR AND VACUUM RELEASE VALVES:
Air valve shall be a Ventomat Model 050RGXv1021 Air Valve as manufactured by
Mulric Hydro Projects, Ltd. Or approved equal. Height from bottom of inlet
flange (excluding studs) to the very top of the valve must be restricted to
not more than 34 inches. The valve must not allow air back in the pipeline.
VALVE APPURTENANCES:
Valve Boxes: All underground valves shall be installed with cast iron valve
boxes having a suitable base and shaft extension sections to cover and protect
the valve and permit easy access and operation. Extension stems and position
indicators for underground butterfly valves shall be as specified under "Manual
Operators" for Butterfly Valves. Box assemblies shall be Clow Figure F-2450,
Grinnell, Mueller, or an approved equal. The word WATER shall be cast on
covers for valve boxes on potable water lines only.
Floor Stands for valves shall include a position indicator and shall be
furnished by the valve manufacturer as a component of the valve assembly.
Stems and Extension Stems and the stem couplings shall all be of suitable
length and diameter as required for the service and shall be bronze unless
otherwise indicated and have all-weather covers.
Stem Extension is required for gate valves or tapping valves deeper than 7’-0”,
a stem extension shall be added to the valve stem to bring the 2” operator nut
to within 5’-0” of finished grade. All stem extensions shall be bronze bar
stock with a bronze or stainless steel connector to the valve stem. The
connector shall be fitted with a shear pin and locked into place.
Stem Guides shall be high strength cast iron with bronze bushing, size as
suitable for the service intended, and shall be similar and approved equal to
Clow F-5660.
Handles and Handwheels shall be of the size, diameter and length normally
supplied for the valves to which they are attached.
Installation: Valves and valve boxes shall be installed on the lines as
indicated or as directed by the Engineer. Valves and valve boxes shall be
plumb and valve boxes shall be centered directly over the valves. Earth fill
shall be carefully tamped around valve boxes to 3 feet on all sides or to the
undisturbed face of the trench if less than that distance. Valves shall have
the interiors cleaned of all foreign matter before installation. Stuffing boxes
shall be tightened and the valve shall be inspected in both opened and closed
SECTION TS7
VALVES AND HYDRANTS
0802-01R TS-07 Valves and Hydrants TS7-3
positions to see that all parts are in working condition. All piping and valves
shall be properly and adequately supported to prevent movement or undue strain
on the piping and equipment. Valve boxes for underground valves shall have 12
inch square by 4 inch thick concrete pad cast around them with the top of the
pad 2 inches above finished grade.
HYDRANTS:
The contractor shall furnish and install hydrants in conformance with the
following requirements:
Materials: Hydrants shall be cast iron, fully bronze mounted designed for 250
psi working pressure, and shall conform to the requirements of AWWA C502.
Hydrants shall be suitable for connection to pipe having a minimum of 48 inch
cover. Stem and barrel extensions shall be installed where necessary to bring
the hydrants to an approved mounting height. Hydrants shall have a minimum
valve opening of 5-1/4 inches, and shall be equipped with two 2-1/2 inch hose
nozzles and one 4-1/2 inch pumper nozzle, with National Standard Hose Thread,
and shall be Mueller Super Centurion 250, M & H Style 129 or American Flow
Control # B84B. Each hydrant shall have the standard red enamel paint finish.
Installation: Hydrants shall be set plumb and at such elevation that the
connecting pipe shall have at least 48 inch cover plus ½ the diameter of the
water line over the pipe. 5’-0” bury depth. The entire fire hydrant assembly
shall be restrained joints. The top of the hydrant operating nut shall be a
minimum of 32” higher than finish grade. The Contractor shall furnish and
install a fire hydrant extension if the water line is installed deeper than the
minimum depth and at no additional cost to the Owner. Earth fill suitable for
backfill as previously defined, shall be carefully placed in 6 inch layers and
to 3 feet on all sides, or to the undisturbed face of the trench if nearer, and
carefully tamped. Not less than 7 cubic feet of crushed or broken stone shall
be placed around the base of the hydrant to insure drainage. The interior of
the hydrant shall be thoroughly cleaned of all foreign matter prior to
installation, and after installation, each hydrant shall be operated to assure
proper operation. The 6 inch auxiliary valve shall be independently secured to
the hydrant and main line tee. Concrete blocking will not be permitted. End
line hydrant installation detail shall be submitted to Engineer for approval.
The fire hydrant assembly will be completely restrained from the water line to
the fire hydrant.
PAINTING AND TESTING:
All surfaces of the valve shall be clean, dry and free from grease before
painting. The valve surfaces except for seating, shall be evenly coated with a
suitable primer to inhibit rust or black asphalt varnish in accordance with
Federal Specification TT-V-51C.
AFFIDAVIT OF COMPLIANCE:
Upon completion of manufacture, the Vendor shall provide to the Owner an
"Affidavit of Compliance" in accordance with AWWA C504 or C500 as applicable.
SECTION TS7
VALVES AND HYDRANTS
0802-01R TS-07 Valves and Hydrants TS7-4
PROOF-OF-DESIGN TEST:
Vendor shall include with his submittal certified copies of Proof-of-Design
Tests in accordance with AWWA C 504 or C500 as applicable.
INSTALLATION OF VALVES AND VALVE BOXES:
Valves and valve boxes shall be installed where indicated or as directed by the
Engineer. Valves and valve boxes shall be plumb and valve boxes shall be
centered directly over the valves. Earth fill shall be carefully tamped around
valve boxes to 3 feet on all sides or to the undisturbed face of the trench if
less than that distance. Valves shall have the interiors cleaned of all
foreign matter before installation. Stuffing boxes shall be tightened and the
valve shall be inspected in both opened and closed positions to see that all
parts are in working condition. All piping and valves shall be properly and
adequately supported to prevent movement or undue strain on the piping and
equipment, and shall have cast concrete collars at grade.
Tapping Sleeve: Tapping sleeve shall be of split mechanical joint design with
separate end and side gaskets. The fitting shall be constructed of high
strength steel, ASTM 283 Grade C or ASTM A-36. The mechanical joint end
dimensions shall conform to AWWA Standard C-110. Inside and outside surfaces of
the sleeve shall receive a fusion bonded epoxy coating conforming to AWWA C550.
Tapping Sleeves shall be JCM 414 Mechanical Joint Tapping Sleeve or approved
equal. Tapping Sleeve shall be ANSI/NSF 61 Standard Certified. The Contractor
shall have the tapping sleeve supplier present for the installation inspection.
The tapping sleeve supplier shall provide a Certificate of Installation to the
owner.
Tapping Valve: The tapping valve shall be a gate valve and shall conform to
the valve requirements of the specifications. The valve shall be fitted with a
tapping flange on one side. The flange shall be furnished with an aligning lip
and drilled and faced to match the tapping sleeve. The valve shall be
furnished with a special gasket designed for the tapping flange.
Installation: The Contractor shall verify the material and size of the carrier
pipe to which the connection is to be made. The tap shall be made per Bypass
piping construction procedure. The connection shall be made perpendicular to
the carrier pipe and shall be horizontal.
Performance: Contractor shall provide adequate support for tapping sleeve and
tapping valve such that the original seating of tapping sleeve on the 48” DIP
shall not be disturbed after completion of the work. Means and Methods of
supporting the 36” tapping valve to prevent movement of mechanical joint
tapping sleeve shall be provided by the contractor.
TESTING AND CLEAN-UP:
Testing and clean-up shall be performed in accordance with the provisions of
Section T-4 of these specifications. All valves shall be in place when lines
are tested. Any cracked or defective valves discovered in consequence of the
testing shall be removed and replaced with sound material and the test shall be
repeated until a satisfactory test is achieved.
SECTION TS7
VALVES AND HYDRANTS
0802-01R TS-07 Valves and Hydrants TS7-5
SHOP DRAWINGS AND DATA:
Six sets of vendor shop drawings, installation and maintenance manuals, test
data and other documentation shall be submitted in accordance with the
Supplementary Conditions of these Specifications.
PAYMENT:
Payment for air release valves shall be for the complete installation as shown
in detail, complete and in place.
Payment for all other items covered by this section of the specifications shall
be paid in accordance with the bid item list. No other separate payment will
be made for the work by this section of the specifications and all costs in
connection therewith shall be included in the appropriate lump sum or unit
price in the bid list. All work not directly listed in the bid list shall be
considered a subsidiary obligation of the Contractor.
SECTION TS7D
CONTROL VALVES
0802-01R TS-07D Control Valves TS7D-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all labor, materials, equipment and incidentals required to install, test and
make ready for operation, plug valves and actuators with water fitted
hydraulic cylinders.
The valves and actuator system shall be located as shown on the drawings and
are as follows:
V1, Discharge, 20” with Hydraulic Actuator
V2, Siphon Line, 20” with Hydraulic Actuator
V3, Pump Prime Line, 8” with Hydraulic Actuator
DESIGN REQUIREMENTS:
Each plug valve shall be used as a shutoff and check valve to prevent back
flow through each line when that line is not in operation.
The valve manufacturer shall be responsible for providing a complete and
operable system.
FACTORY TESTING:
Each valve shall be fully assembled in the shop prior to testing. Test heads
shall be bolted to each waterway flange and with the plug in a partially open
position, each valve shall be tested hydro-statically at a test pressure
equal to twice the specified shutoff pressure (not to exceed 100 psi). This
test pressure shall show no evidence of structure failure, seeps or leakage
at any point.
Each set of valve seats shall also be tested for leakage, with one test head
removed and the plug closed. A test pressure equal to the specified working
pressure shall be applied and maintained for 15 minutes, during which time
the leakage through the valve shall not exceed 0.03 gallon per minute per
foot of valve waterway diameter.
After complete assembly, each valve shall be opened and closed at least three
times. Each complete valve and control assembly shall be operated as a unit.
SUBMITTALS:
Submit six (6) copies of shop drawings and engineering data for approval in
accordance with the requirements of the Supplementary Conditions of these
specifications.
Installation, operation, and maintenance manuals shall be furnished in
accordance with the requirements of the Supplementary Conditions of these
specifications.
SECTION TS7D
CONTROL VALVES
0802-01R TS-07D Control Valves TS7D-2
STORAGE AND PROTECTION:
The equipment shall be stored and protected in a clean dry environment by the
contractor.
QUALITY ASSURANCE:
The manufacturer shall provide the Engineer with written certification that
all products furnished comply with all applicable requirements of these
specifications.
MATERIALS AND CONSTRUCTION:
General:
The equipment covered by these specifications is intended to be standard
equipment of proven ability, as manufactured by reputable concerns having
long experience in the production of such equipment. The equipment furnished
shall be designed, constructed and installed in accordance with the best
practice and methods and shall operate satisfactorily when installed as shown
on the drawings.
The equipment shall be designed and built for 24 hour continuous service at
any and all points within the specified range of operation without
overheating, cavitation and excessive vibration or strain.
All parts shall be designed and proportioned as to have liberal strength,
stability and stiffness and to be especially adapted for the work to be done.
Ample room and facilities shall be provided for inspection, repairs and
adjustments.
Stainless steel nameplates giving the name of the manufacturer, serial
number, model number and all other pertinent data shall be attached to each
valve and actuator.
Plug Valves:
Valves shall be 90 degree turn non-lubricated eccentric type with resilient
faced plugs. Design of the valve shall provide that contact between the seat
and the plug shall only occur in the final degrees of plug movement. Valves
shall be suitable for throttling service and service where valve operation is
infrequent.
Valves shall provide drip-tight shutoff up to full pressure rating with
pressure in either direction. Pressure ratings shall be established by
hydrostatic tests conducted in accordance with ANSI B16.1. Valves shall be
rated at a minimum of 150 psi.
Port area shall be equal to at least 80 percent of the full pipe area.
Bodies shall be cast-iron, conforming with ASTM A 126 Class B. All exposed
nuts, bolts, springs, washer, etc. shall be zinc coated in accordance with
ASTME B 151, Class 125. Flanged valves shall have ANSI 125 pound standard
flanges.
SECTION TS7D
CONTROL VALVES
0802-01R TS-07D Control Valves TS7D-3
Valve seats shall be raised; welded-in overlay of not less than 90 percent
pure nickel, machined to mate with the resilient faced plug. Overlay shall
be a minimum of 1/8-inch thick.
The plug shall be of semi-steel, conforming to ASTM A 126 Class B. Plug
facing shall be a synthetic rubber compound of approximately 70 durometer
hardness bonded to the plug. Facing material shall be abrasion resistant and
suitable for service in sewage applications.
Valves shall be furnished with replaceable sleeve-type bearings in the upper
and lower journals. Bearings shall comply with applicable requirements of
AWWA C 507. Bearings materials shall have a proven record of service of not
less than five years.
The valve body shall be fitted with a bolted bonnet incorporating a stuffing
box and pull-down packing gland. Pacing shall be the split chevron type.
Design of exposed valves shall allow visible inspection of the shaft seal,
adjustment of the packing, and replacement of the packing, all without
disturbing the bonnet or valve operator. The shaft seal shall comply with
the requirements of AWWA C 504.
Valves shall be equipped with double-acting water hydraulic cylinder actuated
operators for operation on 50 psi minimum cylinder supply. The operators
shall be capable of closing the valve against the ultimate pump shutoff head
of 81 feet. The operators shall be designed to operate against 1 psi back
pressure on the cylinder discharge. Operators shall be scotch-yoke or rack
and gear type and shall be enclosed, running in oil, with seals provided on
all shafts to prevent entry of dirt and water into the operator. All shaft
bearings shall be permanently lubricated bronze bushings. Operator shall
clearly indicate valve position and an adjustable stop shall be provided to
set closing torque. Construction of operator housing shall be semi-steel.
All exposed nuts, bolts and washers shall be zinc plated in accordance with
ASTM A 153. Operators shall be equipped with mechanical means to isolate the
cylinder actuator from the gear operator so that the valve can be operated
through the gear operator without disconnecting hydraulic lines. Cylinder
actuated operators shall comply with requirements of AWWA C 540. Each
operator shall be equipped with a 4-way and a 2-way solenoid valve suitable
for 120 VAC operation. Each valve operator shall be equipped with limit
switches for fully open, partially open, and fully closed positions. Each
limit switch shall be provided with a dry contact for remote indication of
valve position.
Valve Control Devices:
Limit Switches: 120 VAC, double pole, silicon bronze body, NEMA 4X and NEMA
7, watertight corrosion resistant, and hazardous location. Equal to Cutler-
Hammer Type CBX.
Solenoid Valves: 120 VAC, watertight and explosion-proof body, forged brass.
Equal to ASCO Red Hat Bulletin 8223 for 2-way solenoid valve and Bulletin
8344 for 4-way solenoid valve.
SECTION TS7D
CONTROL VALVES
0802-01R TS-07D Control Valves TS7D-4
VALVE OPERATION AND CONTROL FUNCTION:
Cylinders shall be furnished with necessary accessories and controls required
to accomplish the functions as described in the “Functional Descriptions” in
Section 17D of these specifications.
TOOLS AND SPARE PARTS:
One set of all special tools required for normal operation and maintenance,
shall be furnished in a suitable steel tool chest, complete with lock and
duplicate keys.
All spare parts shall be properly protected for long periods of storage and
packed in containers which are clearly identified with indelible markings as
to contents.
INSTALLATION:
Installation shall be in strict accordance with the manufacturer’s
instructions and recommendations in the locations shown on the drawings.
Supports shall be provided in accordance with the contract drawings and the
manufacturer’s approved shop drawings.
SURFACE PREPARATION AND SHOP PAINTING:
All surfaces shall be prepared and shop primed as part of the work under this
section. Surface preparation and shop priming shall be as specified in
Section T8 of these specifications.
FIELD PAINTING:
Field painting is specified under Section T8 of these specifications. The
primer and paint used in the field shall be products of the same manufacturer
as the shop primer to assure compatibility.
All name plates shall be properly protect during painting.
Gears, bearing surfaces and other similar surfaces obviously not to be
painted, shall be given a heavy shop coat of grease or other suitable rust-
resistant coating. This coating shall be maintained as necessary to prevent
corrosion during periods of storage and erection and shall be satisfactory to
the OAR up to the time of the final acceptance test.
INSPECTION AND TESTING:
The Engineer shall have the right to inspect, test or witness tests of all
materials or equipment to be furnished under these specifications, prior to
their shipment from the point of manufacturer.
The Engineer shall be notified in writing and in ample time prior to initial
shipment so that arrangements can be made for inspection by the Engineer.
SECTION TS7D
CONTROL VALVES
0802-01R TS-07D Control Valves TS7D-5
The Engineer or representative shall be furnished all facilities, including
labor, and shall be allowed proper time for inspection and testing of
materials and equipment.
Materials and equipment shall be tested or inspected as required by the
Engineer, and the cost of such work shall be included in the cost of the
equipment. The Contractor shall anticipate that delays may be caused because
of the necessity for inspection, testing and accepting materials and
equipment before their use is approved.
When fully shop assembled, each valve shall be submitted to leakage test with
valve in closed position and seats under maximum working pressure, leakage
shall be negligible.
Each valve, when fully shop assembled, shall be given at least two
operational tests. The valve and its respective controls shall be operated
as a unit to test the function of control.
Field tests shall not be conducted until such time that the entire
installation is complete and ready for testing.
MANUFACTURER SERVICE:
The Contractor shall submit a certificate from the equipment manufacturer
stating that the installation of the equipment is satisfactory, that the
equipment is ready for operation and that the operating personnel have been
suitably instructed in the operation, lubrication and care of each unit.
The equipment manufacturer shall furnish the services of a competent and
experienced representative, having complete knowledge of proper operation and
maintenance of the equipment, for a period of not less than seven days, in
two separate visits, to inspect the installed equipment, supervise the
initial test run, and to provide instructions to the Owner’s personnel.
ACCEPTABLE MANUFACTURERS:
Plug valves shall be a as manufactured by DeZURIK, or approved equal.
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
E N G I N E E R S
SECTION T14A
CHANNEL GRINDER
2008-01 T14A T14A-1
SCOPE:
The work covered by this section of the specifications consists of
furnishing all plant, labor, supervision, equipment and materials, and
performing all operations in connection with the installation of the Channel
Grinder and appurtenances complete, in strict accordance with this section
of the specifications and the applicable plans and subject to the terms and
conditions of the Contract.
GENERAL:
The Contractor shall install Channel Grinder as shown on drawings. Channel
Grinder shall be stainless steel and manufactured by a maker who has
supplied similar apparatus in wastewater treatment plants successfully for
five years.
OPERATING CONDITIONS:
Maximum flow 3.6 USMGD
Channel width 24 inches
DESCRIPTION:
The grinder unit shall consist essentially of a mechanism and drive, and
structural frame, and shall be factory assembled and tested prior to its
delivery. Design shall be such that all maintenance to the mechanism can
be performed from the operating level.
Grinder shall be JWC Environmental Model CMD-2410 or approved equal.
Screens/drums, Grinder, and Motor Controller shall meet the requirements of
the following industry standards:
1. National Electrical Manufacturer’s Association (NEMA) Standards
2. National Electrical Code (NEC)
3. Underwriters Laboratory (UL)
Guide rails fabricated of 136 stainless steel shall be provided. guide
rails shall adapt channel width to grinder and shall be arranged to provide
easy removal of grinder unit to top of flow channel. Fabricate from 2x2x
1/4 inch angles, 2x2x1/4 inch tubing, all stainless hardware and
attachments to concrete channel.
Hydraulic Power Unit Shall be Provided as Follows:
Provide overload protection for Grinder.
3000 PSIG design, 200-400 PSIG operating pressure.
Peak operating pressure 2000 PSIG.
Pressure switch set at 2850 PSIG.
Automatic reversing upon excess pressure.
Automatic return to operating conditions.
Automatic shutdown and alarm after 9 reversals in 45 seconds.
E N G I N E E R S
SECTION T14A
CHANNEL GRINDER
2008-01 T14A T14A-2
Components Shall be Provided as Follows:
Oil reservoir
Hydraulic oil pump
5 HP TEFC motor
Gauges and filters
Oil temp limit switch
Oil level switch
Solenoid valve
Relief valve
Pressure gauge
Strainer
3500 PSIG rated flexible hose.
Hydraulic fluid
MOTOR CONTROL:
The controller shall be the supplier’s standard UL listed Model PC2240.
The controller shall be equipped with a HAND-OFF/RESET-AUTO three-position
selector switch. In OFF/RESET the grinder shall NOT run. In HAND the
grinder shall run. In AUTO the grinder start and stop will be controlled
by a remotely located dry contact.
When the grinder jam condition occurs in either the HAND or AUTO mode the
controller shall stop the grinder and reverse its rotation to clear the
obstruction. If the jam is cleared, the controller shall return the
grinder to normal operation. If the jam condition still exists, the
controller shall go through eight additional reversing cycles within 45-
seconds (nine-times total) before signaling a grinder overload condition.
When a grinder overload condition occurs the controller shall shut the
grinder off and activate a fail indication and relay.
If the grinder is stopped due to a fail condition and a power failure
occurs, the fail indicator shall reactivate when power is restored.
Controller reset shall be from the controller only.
The controller shall provide overcurrent protection for the hydraulic power
unit oil pump motor through an overload relay mounted directly on the oil
pump motor starter.
The controller shall have indicator lights for POWER ON, RUN, GRINDER
OVERLOAD, MOTOR OVERLOAD, OIL OVERTEMP, and LOW OIL LEVEL conditions.
The controller shall be rated 5-HP, 460-volts, 3-phase, 60-Hz.
Short circuit protection requires that a properly sized circuit breaker or
fuses be installed by others.
E N G I N E E R S
SECTION T14A
CHANNEL GRINDER
2008-01 T14A T14A-3
Enclosures shall be fabricated of fiberglass reinforced polyester resins
and shall be suitable for wall mounting. Doors shall have hinges and
corrosion resistant latches.
Each enclosure shall be NEMA 4X rated and house the control devices,
relays, terminal blocks, and non-reversing motor starter.
Pilot devices shall be mounted on the enclosure front panel.
Indicators shall be integral transformer type with low voltage long life 6-
volt lamps. Lamps and selector switches shall be heavy duty NEMA 4X type.
Two sets of contacts shall be included. One for a FAIL signal output and
one for a RUN signal output. The contacts shall be rated 10-amp, 240-VAC,
resistive load.
A non-reversing contactor type motor starter shall be provided for the
hydraulic pump oil motor.
The overload (OL) relay shall be adjustable so that the range selected
includes the FLA (full load amps) rating and service factor.
The motor controller shall be shipped unmounted, and shall be installed in
the MCC Room as shown on the drawings. The contractor shall furnish and
install a disconnect switch on the steel frame to be furnished with the
pump set. The disconnect switch shall be non-fused, 480 volts, 30 amp, 3
pole, with an auxiliary contact to open control circuit, in a NEMA 4X
enclosure. The contractor shall install interconnecting wiring in
accordance with the vendor’s wiring diagrams and as shown on the drawings.
SPARE PARTS:
The manufacturer shall maintain a complete inventory of spare parts within
250 miles of the plant site.
The manufacturer shall provide an exchange program so that a replacement
cutter cartridge assembly can be at the plant site before removing an
operating unit from service.
The manufacturer shall provide the service of rebuilding a cutter cartridge
assembly for only the cost of the parts supplied.
FACTORY TEST:
Each grinder and controller shall be factory tested to ensure satisfactory
operation.
INSTALLATION:
Channel Monster grinder and controller shall be installed in accordance
with the suppliers installation instructions and in compliance with all
OSHA, local, state, and federal codes and regulations.
E N G I N E E R S
SECTION T14A
CHANNEL GRINDER
2008-01 T14A T14A-4
FIELD QUALITY CONTROL:
Supplier shall provide the services of a factory trained representative to
check installation and to start-up each Channel Monster. Factory
representative shall have complete knowledge of proper installation,
operation, and maintenance of equipment supplied. Representative shall
inspect the final installation and supervise a start-up test of the
equipment.
SHOP DRAWINGS AND DATA:
Six copies of vendor shop drawings, installation and maintenance manuals,
and other documentation shall be submitted in accordance with the
Supplementary Conditions of these specifications.
PAYMENT:
No separate payment will be made for work covered in this section.
SECTION TS14E
SUBMERSIBLE PUMP
0802-01R TS-14E Submersible Pump TS14E-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, materials and appliances and performing all
operations in connection with the furnishing, testing and initial operation
of the pumping and electrical equipment, complete with all appurtenances, in
strict accordance with this specifications and the applicable drawings, and
subject to the terms and conditions of the contract. The pumps and motors
specified herein and the motor control center and controls specified in THE
INSTRUMENTATION AND CONTROL EQUIPMENT, Section T17 of these specifications
shall be furnished by one supplier to make a completely coordinated
installation.
PUMPING EQUIPMENT:
GENERAL:
Standard Products: The equipment furnished under this section of the
specifications shall be standard products in regular production by
manufacturers who are regularly engaged in the production of equipment of
this type, and who have produced such units which have been in satisfactory
and successful wastewater treatment plant works operation for a period of at
least five years.
Pumps: Furnish two (2) submersible non-clog pumps meeting the following
performance requirements. The pump’s submersible electric motor shall be
capable of operation on 460 Volts, three (3) phase, 60 Hz service. The motor
shall be supplied with properly sized electric submersible power cable and
control cable sized in accordance with NEC standards.
Capacities (GPM) TDH (Feet) Minimum Efficiency (%)
2000 45.0 - -
2600 35.0 58%
3000 28.0 - -
Shut Off 60.0 - -
Two pumps will be installed.
The pumps shall be Ebara Inc. Model 300DLFU6374 (1770 RPM) explosion proof
submersible pumps or equal Model from KSB or Flygt. The pumps shall include 50
H.P. VARIABLE FREQUENCY CONTROLABLE motors and 30 ft. long power and control
cable.
Referenced Standards:
American Iron & Steel Institute (AISI)
American Society for Testing and Materials (ASTM)
Factory Mutual (FM)
Hydraulic Institute Standards for Centrifugal, Recip, Pumps (HI)
National Fire Protection Association (NFPA)
National Electrical Code (NEC)
SECTION TS14E
SUBMERSIBLE PUMP
0802-01R TS-14E Submersible Pump TS14E-2
National Electrical Manufacturers Association (NEMA)
Anti-Friction Bearing Manufacturers Association (AFBMA)
WARRANTY:
The pump manufacturer shall warrant the pump and motor to the OWNER against
defects in workmanship and materials for a period of seven (7) years under
normal use and service for municipal Wastewater Sewerage System Lift Station
applications. The pump manufacturer’s warranties shall be in published form
and shall apply to all similar units. A copy of each warranty shall be
provided to the OWNER.
PUMP DESIGN:
The pump’s design shall allow for removal and reinstallation of the pump
without the need for personnel to enter the confined space of the wet well
and without the removal of bolts, nuts or other fasteners. The pump shall
connect to a permanently mounted discharge connection by simple downward
motion, without rotation, guided by at least two non-load bearing Type 316
stainless steel guides. No part of the pump shall bear directly on the floor
of the wet well.
Each pump shall also be supplied with a tall stainless steel bail permanently
affixed to the pump top. This bail shall have a distance of not less than
twenty-four (24) inches between the pump and top of the bail. The bail shall
be arranged so as to allow a crane to attach directly to the pump and to lift
the pump out of the pit in one motion.
PUMP CONSTRUCTION:
Pump casing and motor housing shall be of at minimum ASTM A48 Class 35 cast
iron with smooth surfaces devoid of blow holes and other irregularities.
Impeller and intermediate housing shall be manufactured of Nickel, Manganese,
Molybdenum Cast Iron having a brinnell hardness of 300.
Chemical Composition:
Carbon 3.0 – 3-5%
Silica 1.2 – 2.0%
Manganese 0.7 – 1.0%
Nickel 1.8 – 2.2%
Molybdenum 0.6 – 0.9%
All exposed fasteners shall be ASTM A 276 Type 316Ti stainless steel.
Mating surfaces between components where watertight integrity is critical
shall be machined and fitted with Nitrile Rubber or Viton O-rings. No
secondary sealing compounds, greases, or other devices shall be used.
COOLING SYSTEM:
The motor shall be adequately sized and designed so that integrally cast
motor cooling fins have sufficient surface area to allow the motor to run
continuously in submerged or partially submerged conditions without the need
for internal oil circulation systems. The motor’s design shall allow it to
SECTION TS14E
SUBMERSIBLE PUMP
0802-01R TS-14E Submersible Pump TS14E-3
be capable of running for extended periods in a dry mode without damage to
the motor or seals. Motors cooled by the pumped medium will not be
acceptable.
CABLE AND CABLE ENTRY SEAL:
The power cable shall be suitable for the submersible applicable and sized in
accordance with NEC requirements. The cable entry shall consist of a grommet
compressed by two stainless steel washers with strain relief being supplied
as part of the entry design. The entire end of the cable shall be sealed
inside the cable entry housing through the use of a non-shrink epoxy resin.
Each individual cable lead shall be sealed by a monolithic solder dam formed
on a bare stripped section. The cable entry design shall insure that not
entry of moisture is possible into the high-voltage motor terminal area even
if the cable is damaged or severed below water level to a submerged depth of
up to 85 feet.
MOTOR:
The submersible motor shall be squirrel cage, induction in design, housed in
a completely watertight and air filled chamber. The motor shall have at
minimum a 1.10 service factor and be suitable for use in Class 1, Division 1,
Group C & D atmospheres as Explosion Proof. The motor stator shall use at
minimum Class F insulation rated for 311 Degrees F. The motors shall be
designed, rated, and warranted for continuous operation and capable of at
minimum fifteen (15) starts per hour. Temperature monitors shall be embedded
in the motor windings for use in conjunction with and supplemental to
external motor overload protection. The pump’s control shall shut down the
pump should any of the monitors detect high temperature and automatically
reset once motor temperature returns to normal. The motor shall also be
supplied with a sensor in the motor’s stator cavity which allows a control
panel mounted relay to indicate any leakage into the motor stator chamber and
shut down the pump. Motors containing di-electric oils used for motor
cooling or bearing lubrication will not be considered.
BEARINGS:
Furnish upper and lower bearings as needed to provide a B10 bearing life of at
minimum 50,000 hours at anticipated axial and radial loadings. The bearings
shall be open, regreasable type. Open-type bearings shall be provided with re-
lubrication ports with positive anti-leak plugs for periodic addition of
lubrication from external to the pump in accordance with the bearing
manufacture’s recommendations without requiring disassembly of pump or motor.
The pump and motor design shall accommodate storage of the old displaced grease
inside the motor and pump without requiring disassembly of the motor or pump.
The upper and lower thrust bearing shall both be provided with a temperature
monitor. This sensor shall be Resistance Type (RTD) with a linear relationship
between temperature and resistance. A supervision relay shall be supplied for
each sensor to provide dry contact closures indicating “Status OK’, “Pre-Alarm”
and “Alarm Shutdown” plus a 0-10 VDC analog signal follower for temperature
indication.
SECTION TS14E
SUBMERSIBLE PUMP
0802-01R TS-14E Submersible Pump TS14E-4
MECHANICAL SEALS:
Each pump shall be provided with two totally independent mechanical shaft
seals, installed in tandem, each with its own independent spring system
acting in a common direction. The upper seal shall operate in an oil-filled
chamber with drain, inspection plug, and positive anti-leak seal for access
from external to the pump. The lower seal shall be of bellows type with both
faces of Silicon Carbide. The seals shall require neither routine
maintenance nor adjustment, but be capable of being easily inspected and
replaced. The seals shall be non-proprietary in design, with replacements
available from a source other than the pump manufacturer. Double mechanical
seals with single or multiple springs acting in opposed direction; cartridge-
type mechanical seals, or seals with face materials other than those
specified will not be considered. Motors shall contain paraffin base oil in
the seal chamber.
SEAL LEAKAGE DETECTION:
The pump shall be furnished with a monitoring system to signal in the event
either the upper or lower mechanical seal leaks. The monitoring system shall
be a stainless steel mechanical float switch located in a separate seal
leakage collection chamber. This seal leakage monitoring and collection
system shall be designed so that no seal leakage is allowed to penetrate into
the motor chamber or lower bearing assembly. Sealing of the bearing assembly
shall be accomplished through the use of two (2) rotary shaft seals each with
its own shaft sleeve. These seals shall be in addition to the mechanical
seals as described. Seal leakage designs allowing leakage in to motor stator
cavity for detection will not be considered.
SHAFT:
Provide a common pump and motor shaft of sufficient size to transmit full
driver output with a maximum deflection of 0.002 inches measured at the lower
mechanical seal. The shaft shall be of ASTM A576 Gr 1045N and be isolated
from the pumped media by a replaceable Type 420 stainless steel shaft sleeve
under the lower mechanical seal.
IMPELLER AND WEAR RINGS:
Provide non-clog type impellers, capable of passing at minimum a two and one
half (2 1/2) inch spherical solid. The impeller shall be statically and
dynamically balanced. The pump shall be provided with hard metal wear rings
on both the casing and impeller. Wear rings shall be of 400 Series stainless
steel material having a brinell hardness of at minimum 300.
SOURCE QUALITY CONTROL:
Certified tests shall be performed on the actual assembled pumps to be
supplied. These tests shall be performed in accordance with the Test Code
for Centrifugal Pumps per the Standards of the Hydraulic Institute. Tests
shall cover a range from shut-off to a minimum 20% beyond the specified
design performance capacity. The test conducted on all supplied pumps shall
be certified and generate a curve showing actual flow, head, BHP and
SECTION TS14E
SUBMERSIBLE PUMP
0802-01R TS-14E Submersible Pump TS14E-5
hydraulic efficiency. These test curves shall be submitted to the engineer
for approval prior to shipping.
VERIFICATION OF PERFORMANCE:
All pumps shall be field tested after installation to demonstrate
satisfactory operation without excessive noise, vibration, cavitation or
over-heating. Any pump which fails to meet any of these specifications will
be modified, repaired, or replaced by the VENDOR at no additional cost to the
PURCHASER.
SHOP DRAWINGS AND DATA:
Six copies of vendor shop drawings, installation and maintenance manuals, and
other documentation shall be submitted in accordance with the Supplementary
Conditions of these specifications.
PAYMENT:
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum bid price for the completed work.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances and materials, and in performing all
operations in connection with the electrical work associated with this project,
complete and in strict accordance with this section of the specifications, the
applicable drawings, and subject to the terms and conditions of the Contract.
GENERAL:
The Contractor shall be responsible for providing a complete, safe and workable
electrical system.
All components or equipment furnished under this specification shall be new and
unused.
All electrical connections whether made by the Contractor or made by vendors
furnishing equipment packages shall be the responsibility of the Contractor.
All electrical connections shall be checked for proper torque, tension,
compression or tightness by the Contractor.
All electrical connections determined to need attention shall be corrected by
the Contractor.
Trench excavation for underground conduits and duct banks shall conform to
Section T2 of these specifications.
CODES:
All electrical work shall be in conformance with the requirements and
recommendations of the latest edition of the National Electrical Code, the
National Electrical Safety Code, and all local codes and ordinances. Materials
shall bear the label of the Underwriter's Laboratories, Inc., whenever
applicable labeling is available for such materials.
STANDARDS:
The latest issue of the specifications and standards of the following
organizations are by reference made a part of these specifications. All
electrical work, unless otherwise indicated, shall comply with their
requirements and recommendations wherever applicable:
Illuminating Engineering Society (IES)
Institute of Electrical and Electronic Engineers (IEEE)
American National Standards Institute (ANSI)
American Society for Testing Materials (ASTM)
American Concrete Institute (ACI)
Insulated Cable Engineers Association (ICEA)
National Bureau of Standards (NBS)
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-2
National Fire Protection Association (NFPA)
National Electrical Manufacturer's Association (NEMA)
Underwriter's Laboratories, Inc. (UL)
TESTS DURING CONSTRUCTION:
All tests are to be conducted in the presence of the Engineer and RPR. Prior
to energization, insulation resistance between individual conductors in conduit
and from conductors and equipment windings to ground shall be measured.
Measurements shall be made using a "Megger" ground tester (500 volts) as
manufactured by the James G. Biddle Company, Philadelphia, Pennsylvania, or
"Vibraground" tester manufactured by the Associated Research Company, Inc.,
Chicago, Illinois. Wiring and equipment not measuring up to minimum insulation
resistance required by the Underwriters' Laboratory regulations shall be put in
good condition at the electrical contractor's expense.
All ground connections, ground buses, and equipment ground resistances shall be
read using methods and test devices as manufactured by the James G. Biddle
Company, or equal.
The Contractor shall have available 2 phase rotation meters to verify phase
rotation of utility connection to Transfer Switch. Rotation shall be A-B-C
Clockwise, left to right, or top to bottom, when viewed from front of
equipment. The rotation of the generator connection shall match that of the
Utility. Phase rotation shall be confirmed in the presence of the Engineer.
Rotation checks shall be made on all motors before final mechanical connections
are made. Changes necessary to obtain correct rotation shall be performed by
the Contractor.
TESTS OR CHECKS BY INSPECTING AUTHORITY:
The Contractor shall cooperate with code-enforcing authorities during
inspections or checks.
PRELIMINARY TRIALS:
The electrical contractor shall, in the presence of the Engineer or his
authorized representative, run preliminary trials of the equipment connected by
him. These trials or tests shall consist of, but not be limited to, checking
motor rotation, checking all interlock circuitry for correct operation and
checking all equipment connected by him for proper operation.
FINAL ACCEPTANCE TESTS AND INSPECTIONS:
After the wiring system is completed, and at such time as the Engineer shall
direct, the Contractor shall conduct operational checks to demonstrate that all
equipment performs in accordance with the requirements of these specifications,
contract drawings and vendor information.
The Contractor shall cooperate with the Engineer in performing final
inspections. Panel covers shall be removed, doors opened, etc. at the
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-3
direction of the OAR, to facilitate checks and inspections. All equipment
opened or disturbed shall be returned to operational condition after the
inspection and approval.
TEST RESULTS:
All results from tests, preliminary trials and final acceptance tests shall be
documented by the Contractor and turned over to the Engineer at the completion
of the job. Six copies of complete test results are required.
CORRECTIONS:
Any wiring installation or connection errors discovered during the test and/or
trials shall be corrected by the Contractor at his own expense. Any equipment,
materials or components damaged or destroyed as a result of improper
installation or connection by the Contractor shall be replaced by him at his
own expense.
CONTRACT DRAWINGS:
The drawings indicate the general arrangement of equipment. Do not scale
drawings. Dimensions for layout of equipment shall be obtained from
architectural, mechanical, structural plans or by field measurement, unless
specifically indicated on electrical plans.
Coordinate electrical work with details, sections, elevations and plans found
on architectural, mechanical and structural drawings and specifications.
Modify electrical work to conform to requirements of equipment being served and
conditions encountered in serving that equipment.
SHOP DRAWINGS, VENDOR PRINTS AND DATA:
Shop Drawings: The plans show the extent and general arrangement of the
equipment and may be modified as required to suit the equipment furnished,
subject to the approval of the Engineer. As soon as practicable, and within 45
days after the award of the Contract, the Contractor shall submit the following
descriptive literature and drawings for all equipment furnished under this
section of the specifications:
Six (6) complete sets of shop drawings, vendor data sheets, wiring
diagrams, etc.
Each submittal item shall be marked to show the specification section and
page numbers(s) covering that item, equipment name and number.
Submittals for lighting fixtures shall include photometric data and exact
type of ballast and lamps to be used. The Engineer reserves the right to
require sample fixtures to be submitted for approval.
Record Drawings: The Contractor shall reserve one complete set of electrical
prints for as-built drawings. Any approved deviation from the contract plans
shall be recorded on these prints by the Contractor. As-built drawings will
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-4
be checked on the last working day of each month for accuracy and
completeness by the Engineer or his authorized representative.
Documentation: At the end of final inspection, the Contractor shall provide
six sets of complete data on electrical materials and equipment used on this
job. This data shall be in bound form and shall include the following items:
A complete table of contents.
Data sheets indicating electrical and functional characteristics of all
devices and equipment.
Copies of all approved submittals.
Panelboard circuit directories reflecting all field changes.
The Contractor shall turn over all as-built drawings (record drawings) to the
Engineer at the time of final inspection.
MATERIALS:
Materials shall be furnished in accordance with the requirements of this
specification, applicable drawings, agreement and "Codes and Standards" as set
forth hereinbefore.
All material furnished by the Contractor shall be new, without defects and
shall be delivered to the job site in the original cartons or packages.
All material of the same type shall be the product of one manufacturer where
feasible.
Equipment grouped together to serve a common purpose shall be the product of
one manufacturer or supplier (e.g.; lineup of starters, contactors,
controllers, transformers, etc.)
The use of manufacturer's name and catalog number in these specifications is to
define the type and quality of electrical components required. Where possible,
two or more sources have been listed. Other manufacturer's products may be
used only with written approval of the Engineer to assure overall system
compatibility and reliability.
WORK:
The term "Work" is taken to include "labor, supervision, installation" and
other action needed to complete the electrical system.
All work shall be of the highest quality. No sub-standard work will be
accepted. All work shall be performed by workmen skilled in the trades
involved.
CONDUIT:
Provide conduit as indicated in these specifications unless specifically
noted on drawings.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-5
All interior exposed conduit shall be Intermediate metal conduit with
threaded couplings and fittings. Thin wall (EMT) conduit shall not be used.
All exterior exposed conduit shall be galvanized rigid conduit with threaded
couplings and fittings.
Conduit runs smaller than 3/4" trade size shall not be used except 1/2"
conduit may be used for making attachments to equipment which, because of its
construction, will not accept a larger size conduit. Lengths of 1/2"
conduits shall be as short as possible.
All exposed conduit shall be run at right angles or parallel to structural
members. Vertical runs shall be plumb. Diagonal conduit runs shall not be
made except with written permission of the Engineer or when conduits are run
below grade or above ceilings. Below grade runs of conduit shall follow paths
as specified on the electrical drawings.
Conduit runs installed underground in or below concrete slabs, below grade in
duct banks, or in concrete walls shall be rigid galvanized steel conduit for
sizes 2” and below. Sizes above 2” may be rigid galvanized steel or rigid
plastic conduit not less that Schedule 40.
All 3 phase underground conduit runs, whether single or multiple runs in duct
banks shall be encased in concrete with the top of the concrete envelope not
less than 24 inches below grade. The concrete envelope for single conduit runs
shall be not less than 3 inches on all sides while duct banks shall be as
detailed on the plans. Encased rigid plastic conduit runs shall use cemented
socketweld couplings or integral bells on conduit. All underground conduit
runs shall be terminated with rigid galvanized steel elbows and fittings.
Concrete for electrical conduit encasement shall be standard mix with pea
gravel aggregate, f'c = 2000 psi, with admixture to produce red color.
Admixture shall be 3% by weight of pure synthetic red iron oxide uniformly
mixed into the concrete.
All cuts on conduit shall be square. Conduit ends shall be reamed after
cutting. Couplings and threaded hubs shall have no less than five (5) full
threads of the conduit engaged and shall be screwed up wrench tight and butted.
Seamless pipe shall be used for all bends made in the field. Conduit bends
shall be made with standard "hickeys" to prevent kinks or flats in the bends.
The proper size hickey shall be used for each size conduit.
The radius of the curve of the inner edge of any bend shall not be less than
six (6) times the internal diameter of the conduit. All bends shall be
carefully inspected for flaws before installation.
Flexible conduit connections shall be used at all motors or wherever vibration
may make rigid conduit connections impractical. Flexible conduit in non-
hazardous areas shall be flexible metal conduit covered with a polyethylene
jacket. Metallic portion of all flexible conduit shall be bonded to boxes.
Wherever conduits cross building expansion joints, conduit expansion joints
shall be provided.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-6
The installation of all conduit shall be properly coordinated with the work of
other trades. Field routed conduit paths must be approved by the Engineer
before installation.
Use galvanized rigid conduit where conduit changes from underground and/or
concrete embedded to exposed, under equipment mounting pads, in exterior light
pole foundations, and for analog circuits.
PULL BOXES:
Pull boxes shall be constructed of stainless steel or copper free aluminum of
not less than the minimum size recommended by the National Electrical Code.
Pull boxes shall be weatherproof, NEMA 4X unless noted.
The Contractor shall provide pull boxes where shown on the drawings or as
required by the code, whether shown on the drawings or not. Pull boxes shall
be approved for use in the area where they are installed. All pull boxes and
junction boxes shall be sized to permit pulling of conductors out of boxes and
feeding back into the boxes without exceeding the bending radius of cables as
recommended by the cable manufacturer.
Pull boxes, junction boxes or suitable conduit fittings shall be provided in
accordance with the following schedule:
Run Max. length without pull box
Straight not over 200 feet
One 90o bend not over 125 feet
Two or more 90o bends not over 75 feet
Conduit runs between outlets shall contain not more than the equivalent of four
(4) quarter bends.
RACEWAY CLEANING:
The electrical contractor shall be responsible for cleaning all conduit,
wireways and ducts, both overhead and underground before pulling cables. For
underground ducts, the minimum cleaning shall consist of pulling a flexible
mandril 1/4 inch smaller in diameter than the duct, followed by two passes with
wire brushes the same diameter as the duct and one pass with a swab. The
Contractor must be satisfied that ducts are free of burrs or obstructions which
might damage cables before beginning pulls. If cables are damaged while being
installed they shall either be adequately repaired in a manner suitable to the
Engineer, or shall be replaced by the Contractor with new cable of comparable
quality and description, at no cost to the Owner.
Underground ducts for all services, including active, spare and telephone shall
be cleaned as specified in this section.
RACEWAY SUPPORTS:
"Raceway" is defined as conduit or any other material or equipment used to
enclose or hold cable or wire, such as wireway or cable tray.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-7
The electrical contractor shall provide material and labor to design, fabricate
and install raceway supports.
Raceway shall be installed with at least six (6) inches clearance from
uninsulated hot pipes or other hot surfaces. Conduit shall be spaced far
enough apart on supports so that the conduit fittings are accessible for
pulling or splicing wires.
Raceway shall not be supported from process piping.
All conduit one (1) inch trade size and smaller shall have supports spaced not
more than eight (8) feet apart on horizontal runs and ten (10) feet on vertical
runs. All other raceways shall be supported at intervals not to exceed ten
(10) feet horizontally or vertically.
Supports shall be provided on each side of conduit bends or elbows and not more
than 3 feet from any outlet or termination point.
Where raceway requires support between structural framing members, suitable
supplementary steel members shall be provided by the Contractor to span between
them. Drilling of holes in flanges of structural framing members for hangers
or supplementary steel will be permitted only with the approval of the
Engineer. Under no circumstances shall holes be permitted in the center
portion of any structural member.
Conduit not located in main racks shall be supported in a suitable manner by
one (1) hole malleable clamps, U-bolts, Korns Clamps or similar means.
Perforated strap or plumbers strap will not be permitted.
Raceway supports shall be secured to concrete work by approved expansion
anchors or bolts, or by inserts set at the time the concrete is poured. When
conduit supports or racks are attached to structural members, properly drilled
holes shall be used. Burning of holes in structural steel members shall not be
permitted. Supports or racks may be welded to structural steel members only if
welded areas and cut ends are repaired with Galvalloy or equal.
All structures or supports for raceway shall be constructed for free draining,
such that condensation or precipitation will not be trapped.
WIRE AND CABLE:
General:
Conductors for lighting and power circuits shall not be less than #12 AWG,
stranded copper and conform to the following standards and/or specifications.
Conductors for control use shall not be less than #16 AWG, stranded copper
with type THHN/THWN insulation.
Conductors shall not be smaller than indicated on the drawings nor less than
that required by the National Electrical Code (NEC).
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-8
Solid wire shall not be accepted in any service except thermocouple lead wire,
if used. The Contractor shall, at his own expense, replace any solid wire used
on this job with correct type and size stranded wire.
Cables and conductors shall be tagged for identification by the electrical
contractor using printed tape, or equal method, at each end and at all
intermediate junction, tap or splice points. Use individual wire numbers as
shown on the wiring diagrams and elementaries for all wires so numbered. Use
cable numbers as shown on cable or circuit schedules.
All power wires shall be colored black. Control and lighting wires shall be
color coded in accordance with the design drawings, ICEA standards or the NEC
if not indicated by the design drawings.
All feeders entering or leaving distribution equipment, junction and pull boxes
shall have conductors tagged as to phase identification; i.e., 'A', 'B' 'C' or
'1', '2', '3', and circuit designations.
Each coil or reel of wire and cable furnished by the electrical contractor
shall bear a tag containing the Underwriter's listing stamp, name of
manufacturer, trade designation and month and year of manufacture. Material
shall be of recent manufacture and in no case older than six (6) months.
600 Volts and Below:
Wire sizes through #6 shall have THHN/THWN insulation. Wire sizes larger than
#6 shall be Type XHHW-2 chemically crosslinked polyethylene insulation and
shall meet or exceed ICEA S-95-658, NEMA WC-70, and UL 44.
Insulated ground conductors shall have THHN/THWN or XHHW green insulation.
Conductors shall be manufactured by Service Wire Co., Okonite, BICC or an
approved equal.
Instrument Cable:
Single pair instrument cable shall be 2/c shielded twisted pair rated 600
volts, with #16/AWG stranded tinned copper conductors, PVC insulation with
nylon jacket, tinned copper braided shield, and overall PVC jacket. Cable
shall be Belden No. 9952 or approved equal.
Multi-pair instrument cable shall be similar to above except each pair to
have a metallic foil shield with drain wire and an overall metallic foil
shield. Cable shall be Belden No. 1055A for 2 pair, 1037A for 3 pair, etc.,
or approved equal.
Special instrument cable shall be as specified on the contract drawings.
WIRE CONNECTIONS AND DEVICES:
Wires and cables shall be installed without joints or splices, as far as
practical. Splices, connections and terminations, when needed, shall be made
with approved pressure-type solderless fittings. Wire nuts will not be
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-9
permitted except on lighting and receptacle circuits where necessary.
Connectors, splices and terminations shall be securely fastened with double
indent tools designed to bring uniform pressure on all sides and shall not
loosen under normal vibration or strain.
Fittings shall be of the correct size for the conductors and strands shall not
be cut from conductors.
Splices, if used, shall be insulated such that insulation will be equal to or
better than the insulation on wires which are spliced.
Installing Wire And Cable:
All wire and cable shall be installed in raceway systems. No wire or cable
shall be installed until the raceway system for that wire or cable is complete.
Wire pulling lubricant shall be used when installing wire or cable in raceway
whose length from feeding point to pulling point exceeds 25 feet (except tray).
Care shall be taken to ensure conductor maximum pulling tension is not exceeded
while pulling wire into conduit.
Installation in Panelboards, Cabinets, Control Panels, Etc.:
Wiring in such installations shall be neatly formed, grouped and laced with
non-conductive binders.
BOXES, CABINETS AND ENCLOSURES:
Pull boxes shall be supplied in conformance with a prior subsection of this
specification.
Junction boxes, cabinets and other enclosures for electrical materials or
equipment shall be provided as shown on the drawings or as required by the
National Electrical Code.
Size shall be the larger of that shown on the drawings or as required by the
National Electrical Code.
Material shall be stainless steel or copper free aluminum.
All boxes and cabinets installed outdoors shall be of NEMA 4X construction and
shall be fitted with covers suitable for the environment in which they are
located.
All connections to boxes and cabinets installed outdoors shall be by threaded
hubs or fittings meeting NEMA 4 minimum requirements.
Outlet boxes of a type to suit the intended use shall be installed at the
locations shown on the drawings.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-10
Location of outlet boxes shall be closely coordinated with the work of other
trades to avoid interferences and provide efficient service to the devices or
equipment served.
All supports fabricated for outdoor boxes shall be aluminum or galvanized
steel.
PANELBOARDS:
Furnish and install circuit breaker type lighting and power panelboards as
indicated on the drawings and schedules.
Panelboards shall be of the dead-front safety type employing thermal-magnetic
molded case circuit breakers.
A steel circuit directory frame and card with a clear plastic covering shall be
provided on the inside of the door. The directory card shall provide a space
at least 1/4" high x 3" long for each circuit. The directory shall be typed to
identify the load fed by each circuit.
Panelboard fronts to be hinged door-in-door trim.
Interiors shall be completely factory assembled devices. They shall be
designed such that switching and protective devices can be replaced without
disturbing adjacent units and without removing the main bus connectors.
Surface trims shall be same height and width as box.
Main bus bars shall be copper sized in accordance with UL standards to limit
temperature rise on any current carrying part to a maximum of 65oC above an
ambient of 40oC maximum.
A system ground bus shall be included in all panels.
Full-size (100%-rated) insulated neutral bars shall be included for
panelboards shown with neutral. Bus bar taps for panels with single-pole
branches shall be arranged for sequence phasing of the branch circuit
devices. Neutral busing shall have a suitable lug for each outgoing feeder
requiring a neutral connection. 200%-rated neutrals shall be supplied for
panels designated on drawings with oversized neutral conductors.
Enclosures shall be at least 20 inches wide made from galvanized steel.
Provide minimum gutter space in accordance with the National Electrical Code.
Where feeder cables supplying the mains of a panel are carried through its
box to supply other electrical equipment, the box shall be sized to include
the additional required wiring space. At least four interior mounting studs
with adjustable nuts shall be provided.
Enclosures shall be provided with blank ends.
Provide an engraved nameplate for each panel section.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-11
Surfaces of the trim assembly shall be properly cleaned, primed, and a finish
coat of gray ANSI 61 paint applied.
Install 6 feet to top of panelboard; install panelboards taller than 6 feet
with bottom no more than 4 inches above floor.
Manufacturer to be Square D.
SWITCHES, RECEPTACLES AND DEVICES:
All wiring devices shall be of heavy duty industrial grade or hospital grade
construction.
Wiring connections shall be made only via looping conductors around terminal
screws. Devices employing only "slip-in" wire connections shall not be used.
(Compression type connections are permitted with power receptacles and plugs.)
Devices shall be held securely in place by threaded screws attached to outlet
boxes. Devices shall, in no way, depend on cover plates for support.
Wiring devices installed outdoors or in potentially wet areas shall be
installed in FS boxes with weatherproof covers.
Plates shall be properly aligned horizontally and vertically.
All surface mounted plates shall be same height and width as box.
Switches:
All switches shall be rated 20 amps, 120/277 volt, silent type.
Unless noted otherwise, switches shall be set 48 inches above walking surface.
120 Volt Convenience Outlets (Receptacles):
All receptacles shall be single or duplex grounding type rated 20 amps, 125
volts, A.C., NEMA 5-20R, except as noted on drawings. Receptacles shall be
ground fault interrupting type (GFCI) where noted on drawings or required by
codes.
All receptacles located outdoors or in damp locations shall be the ground fault
interrupting type with a weatherproof hinged cover.
Control Switches:
Push buttons and selector switches shall be industrial, heavy duty, oil tight
construction to mount in a standard 1-7/32 inch diameter hole. Contact blocks
shall be suitable for side-by-side and/or tandem mounting to the base of the
operator. Terminals shall be pressure clamp type to accommodate #12 - #18
stranded copper wire. Contacts to be rated at least 60 ampere make, 6 ampere
break at 120 volts AC. Switches shall be manufactured by Square-D, GE, or
Eaton/Cutler-Hammer.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-12
Pilot Lights:
Pilot lights shall be industrial, oil tight construction, 120 volt transformer
type, with interchangeable colored lens, to mount in a standard 1-7/32 inch
diameter hole. Terminals shall be pressure clamp type to accommodate #12 - #18
stranded copper wire.
Relays:
Unless otherwise noted on drawings, all relays shall be industrial machine tool
type with convertible 600 volt AC contacts with minimum ratings of 60 ampere
make, 6 ampere break at 120 volts AC. Coils shall be of molded construction,
matched to the circuit voltage and continuous duty rated. Terminals shall be
provided with pressure wire connectors.
DISCONNECT SWITCHES:
Switches shall be provided as shown on the drawings or as required by the
National Electrical Code and shall be of heavy duty, industrial rated
construction.
Switches shall be type and size as shown on the drawings.
All switches shall be rated NEMA 4X if located outdoors, NEMA 1 minimum if
located indoors, unless otherwise noted on drawings.
Switches shall be installed to be fully accessible in accordance with the NEC.
Switches shall be constructed to simultaneously disconnect all ungrounded
conductors.
Switches shall be identified with name and number of circuit(s) or motor(s)
served.
Rating and Over-current Protection:
Low voltage switches used to disconnect motor circuits shall be horsepower
rated. Rating must equal or exceed the horsepower of motor(s) fed by the
switch(es).
If a fused disconnect switch is called for, fuses of size and rating specified
on the drawings or schedules, by the equipment manufacturer, or by the NEC
shall be supplied by the Contractor.
OVER-CURRENT PROTECTIVE DEVICES:
Rating:
All devices shall be rated to conduct at least the maximum full load current
of the circuit in which it is used.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-13
All protective devices which interrupt overload or short circuit current shall
be rated to interrupt and withstand the maximum bolted fault current which may
occur in the circuit to which it is connected.
All devices shall be furnished to agree with any additional requirements listed
on the drawings and schedules.
Fuses:
Fuses shall be one-time type. Renewable fuses are specifically prohibited.
Fuses, unless noted otherwise, shall be current-limiting type.
Only cartridge-type fuses may be used. Plug-type fuses are prohibited.
Circuit Breakers:
Molded case circuit breakers for panelboards and similar uses shall be thermal-
magnetic type. Magnetic-only type may be used in combination motor starters.
Molded case circuit breakers shall be bolt-on type. Plug-in type connections
shall not be used. Load side lugs shall be furnished to match the number, type
and size wire or cable attached.
All breakers shall be manufactured by the supplier of the panelboard.
Motor Overloads:
Motor overload relays shall be 3 pole, ambient compensated type.
The Contractor shall provide all motor overload relay heaters.
Heaters shall be sized according to manufacturer's recommendations and
according to actual motor nameplate data.
Motor overload relays shall be furnished as integral components of all motor
starters.
GROUNDING:
Install ground system as shown on drawings and as specified herein.
Non-current carrying metal parts of all electrical equipment shall be grounded
to equal or exceed the requirements of the National Electrical Code. In
general, a separate ground conductor shall be attached to each item for which
grounding is required. Switchgear assemblies, motor control centers, motors,
motor starters, feeder breakers or switches and switch racks shall be connected
to the ground system. All metallic conduit and raceway shall be grounded
directly or through the equipment.
All neutral conductors shall be grounded, except where specifically exempted.
Neutrals shall be connected to ground at only one point, as specified by the
NEC (usually at system distribution panel).
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-14
Ground rods to be copper-clad steel rods not less than 3/4 inch in diameter, 10
feet long driven full length into the earth.
For below grade connections, provide exothermic-welded type of connectors as
manufactured by cadweld, thermoweld, or equal.
For above grade connections, provide exothermic-welded, or compression type
LIGHTING:
Lighting fixtures and lamps as shown on the drawings, schedules and/or this
specification shall be furnished and installed by the Contractor.
Lighting fixtures shall be located approximately as shown on the electrical
drawings. The Contractor shall review drawings of other trades to provide
lighting fixtures compatible with surrounding conditions, to provide effective
lighting for the work areas and to prevent interference between lighting
equipment and other equipment.
Installation and proper support of lighting fixtures shall be the
responsibility of the Contractor. Fixtures shall be aligned and mounted
uniformly. Aiming to accomplish effective lighting of areas to be illuminated
shall be performed by the Contractor. The Contractor shall supply all hardware
and accessories necessary for proper mounting and installation of fixtures.
All fixtures to be UL listed.
Support surface mounted luminaires on grid ceiling directly from building
structure. Provide safety clips to secure fixture to ceiling grid, and
locate at opposite corners of fixture.
Install recessed luminaires to permit removal from below.
Install recessed luminaires using accessories and firestopping materials to
meet regulatory requirements for fire rating.
Install clips to secure recessed grid-supported luminaires in place. Support
directly from building structure.
Exterior Lighting Fixtures:
All exterior lighting fixtures shall be industrially rated, enclosed, gasketed,
and weatherproof.
BALLAST:
All ballast to be UL listed.
Ballast to match lamp type and voltage. See fixture schedule.
Make every effort to provide all ballast from the same manufacturer. Ballast
within luminaries of a given type must be from the same manufacturer.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-15
Fluorescent Ballast specifications:
1. Ballast shall be instant start.
2. THD of less than 20% unless otherwise noted on drawings
3. Power factor of greater than .95
4. Ballast shall operate from 60 Hz input source of 120V, 277V, or 347V as
applicable with sustained vaiations of 10% (voltage and frequency) with
no damage to the ballast
5. Ballast shall be high frequency electronic type and operate lamps at a
frequency between 20 kHz and 30 kHz or above 42 kHz to avoid interference
with infared devices and eliminate visible flicker.
6. Ballast shall provide for a lamp current crest factor of 1.7 or less in
accordance with lamp manufacturer recommendations.
7. Ballast shall have a Class A sound rating for all 4-foot lamps and
smaller.
8. Ballast shall have a minimum ballast factor for primary lamp application
as follows: 0.75 for low watt, 0.85 for normal light output, and 1.20 for
high light.
9. Ballast shall have a minimum starting temperature of -18°C (0°F) for
standard T8 lamps.
10. Ballast shall contain auto restart circuitry in order to restart lamps
without resetting power.
11. Ballast shall be manufactured in a factory certified to ISO 9002 Quality
System Standards.
12. Ballast shall carry a five-year warranty from date of manufacture against
defects in material or workmanship, including replacement, for operation
at a maximum case temperature of 70°C.
13. Manufacturer shall have a fifteen-year history of producing electronic
ballast for the North American market.
HID Ballast Specification
1. Constant wattage autotransformer or regulator, high power factor type
2. Single lamp ballast.
3. Minimum starting temperature of –30oC and designed for installation in a
normal ambient temperature of 40oC.
4. Use ballast constructed so that open circuit operation will not reduce
the average life.
5. Ballast shall contain auto restart circuitry in order to restart lamps
without resetting power.
6. Ballast shall be manufactured in a factory certified to ISO 9002
Quality System Standards.
7. Ballast shall carry a two-year warranty from date of manufacture
against defects in material or workmanship, including replacement.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-16
8. Manufacturer shall have a fifteen-year history of producing magnetic
ballast for the North American market.
Lamps:
Lamps shall be provided for all fixtures. Lamps installed during construction,
which have experienced more than 50% of burning hour life, as published in
manufacturer's data, shall be replaced with new lamps prior to final
inspection.
Incandescent lamps shall be rated for a minimum of 2500 burning hour life and
shall be vibration resistant.
Fluorescent lamps shall be high efficiency type employing latest technology
designed to yield maximum lumens output per watts input.
HID Lamps shall be furnished with fixtures as specified on the drawings.
All lamps shall be of the same manufacturer.
Lamp type and color will be as noted on drawings.
All lamps to be UL Listed.
VARIABLE FREQUENCY DRIVE:
Drive:
The VFD shall be sized to operate the AC motors as defined in the
specifications and drawings.
Alternate control techniques, other than pulse width modulated (PWM) control,
are not acceptable.
The VFD shall be 480 VAC three phase 40 hp.
The VFD manufacturer shall use a 6-pulse bridge rectifier design with a 3%
line reactor. The power section shall be insensitive to phase rotation of
the AC line.
The VFD shall be sized to operate a Variable torque load.
The VFD shall operate from an input frequency range of 47 – 63 Hz.
The displacement power factor shall not be less than 0.95 lagging under any
speed or load conditions.
The efficiency of the VFD at 100% speed and load shall typically not be less
than 96%. Efficiency shall vary with the power rating of the VFD.
The VFD shall have protection against short circuits, protection between
output phases and; and protection between the logic and analog circuits.
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-17
The VFD shall have a coordinated short circuit rating designed to UL 508C and
listed on the nameplate.
Provide with a Human Interface Module for local programming and display
panel.
At a minimum the following faults shall be displayed at the Human Interface
module: Power Loss, undervoltage, Overvoltage, Motor Overload, Heat Sink
Over-temperature, Maximum Retries, Phase to Phase and Phase to Ground Faults
The drive shall be capable of using analog inputs for controlling motor
speed.
Include a Modbus tcp card with the drive.
The Variable Frequency Drive shall be an Square D ATV61.
TRANSFER SWITCH:
Rating of the automatic transfer switch shall be 200 amps, 480 volts, 60 Hz,
three phase, 3 pole.
Unit shall be NEMA 4X rated.
Include integrated multilingual user interface for configuration and
monitoring.
Emergency source failure alert indication.
Auxiliary contacts to indicate position of main contacts. Two (2) for normal
and two (2) for emergency position.
Solid neutral termination.
Unit shall be ASCO Series 300 Power Transformer Switch.
MOTORS:
Motors for the pumps will be furnished with the pumps under Section T14E of
this specification.
Motors furnished under other sections of these specifications shall be of
sufficient size for the duty to be performed and shall not exceed 100% of the
full-load rating when the driven equipment is operating at specified capacity
under the most severe conditions likely to be encountered. Unless otherwise
specified, all motors shall be for operation on 460 volts, 3 phase, 60 Hertz
and shall be totally enclosed suitable for continuous-duty based on a 40 degree
C. ambient temperature of reference. Polyphase motors shall be squirrel-cage
type, having normal-starting-torque and low-starting-current characteristics,
unless other characteristics are specified elsewhere. The horsepower ratings
indicated on electrical drawings are for guidance only and do not limit the
equipment size. When electrically driven equipment furnished under other
sections of these specifications materially differs from the contemplated
design, the Contractor shall make the necessary adjustments to the wiring,
SECTION TS16
ELECTRICAL
0802-01r Ts-16 Electrical TS16-18
disconnect devices, branch circuit protection and starters to accommodate the
equipment actually installed, without additional cost to the Owner.
EQUIPMENT CONNECTIONS:
Equipment Connections: All wiring (conduit, conductors and connections) for
the interconnection of electrical equipment and its controls shall be furnished
and installed under this section of the specifications. Connections shall
comply with all applicable requirements of this section of the specifications.
Flexible raceways six feet or less in length shall be provided to all
electrical equipment subject to vibration or movement and for all motors.
Liquid tight raceways with compression fittings shall be used in damp or wet
locations.
LABELS:
General: Labels and tags are to be provided on all electrical equipment as
specified in other paragraphs of this section, as indicated on the drawings, or
as required for proper identification.
EQUIPMENT REFERENCES:
Particular attention and reference shall be made to the other sections of these
specifications for the proper coordination of all material to be furnished
and/or installed and all work to be accomplished under this section, and for
descriptions of control equipment furnished thereunder as well as the manner in
which the equipment will function. Equipment requiring electrical connections
and coordination shall include, but not be limited to the following:
TS7D – CONTROL VALVES
TS14E – SUBMERSIBLE PUMP
TS17 – INSTRUMENTATION AND CONTROL EQUIPMENT
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all labor, equipment, appliances and materials and performing all operations
in connection with the satisfactory installation of the instrumentation and
control system complete with all appurtenances, accessories, control piping,
and listed wiring in strict accordance with this section of the
specifications, the applicable drawings, and subject to the terms and
conditions of the Contract.
GENERAL:
The instrumentation and control system furnished and installed under this
section of the specifications shall consist of, but not be limited to, the
following:
Magnetic flow meters, and associated transmitters, indicators,
totalizers, converters, etc.
Instrument devices, relays, enclosures, etc. as listed herein, as shown
on contract drawings, and/or as required.
The Instrument Integrator shall coordinate his work with equipment being
furnished under other sections of these specifications.
GENERAL DESIGN CRITERIA:
Equipment Design: All of the equipment shall be the manufacturer’s latest
and proven design. These specifications and associated drawings describe
basic functions and pertinent features but do not purport to cover all
details entering into the design of the instrumentation system. The
completed system shall be compatible with the functions required and the
equipment furnished under this Contract.
Power Sources and Electrical Interconnection: All electrical components of
the system shall operate on 120 volts, single phase, 60 cycle current unless
otherwise noted. The drawings and specifications indicate the energy sources
that will be provided. Any other devices necessary to obtain proper
operation of the instrumentation from these energy sources shall be furnished
with the instruments. All necessary fuses or switches required by the
instrument manufacturer for his equipment shall be provided with the
equipment. All instruments requiring an internal power supply shall have an
internal ON-OFF switch.
Electrical Interconnections: All conduit and wiring between panels and all
field mounted devices; between panels; between field mounted devices; and
between all instrumentation and power sources will be furnished and installed
under the ELECTRICAL section of these specifications unless noted herein to
be installed under this section of the Specifications. The instrumentation
contractor shall provide necessary wiring information where not shown on the
contract drawings.
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-2
Miscellaneous Requirements: All components furnished shall be the
manufacturer’s standard for the service intended unless otherwise indicated
in the specifications or noted on the drawings. All components shall be
tagged with the item number and nomenclature used in the specifications and
shown on the drawings.
SHOP DRAWINGS AND INSTRUCTION MANUALS:
Shop Drawings: The plans show the extent and general arrangement of the
equipment and may be modified as required to suit the equipment furnished,
subject to the approval of the Engineer. As soon as practicable, and within
60 days after the award of the Contract, the Contractor shall submit for
approval the following descriptive literature and drawings for all equipment
furnished under this section of the specifications:
Six (6) copies of a complete set of equipment, wiring, and piping
installation drawings showing complete details of the installation and
any necessary changes in arrangement, piping, etc., from that shown on
the plans. Partial submittals or sales bulletins will not be reviewed.
Six (6) copies of equipment specifications, outline dimension drawings,
wiring and/or piping diagrams for each item of equipment being
furnished.
Instruction Manuals: Upon completion of the control system, the Contractor
shall supply six (6) copies of operating and maintenance instruction
bulletins with separate parts lists for each item of equipment being
furnished. Operating instructions shall also incorporate a functional
description of the entire system including the system schematics which
reflect “As Built” modifications. Special maintenance requirements peculiar
to the system shall be clearly defined along with special calibration and
test procedures.
The Instrument Integrator shall assign instrument numbers to all instruments
and devices. Numbering system shall be consistent with system existing at
the site, and shall be submitted to the engineer for approval.
INSTRUMENTS:
Flow Meter: Flow meters shall be furnished for installation by piping where
indicated on the drawings.
The flow meters shall operate on electromagnetic induction principle and give
and output signal directly proportional to the liquid rate of flow.
Each meter shall have a stainless steel metering tube and a non-conductive
liner suitable for the liquid being metered. End connections shall be steel
flanged. ANSI Class 150#. The housing shall be epoxy coated steel and
welded at all joints. Bolted coil enclosures shall not be acceptable.
The field coils of the meter shall be supplied with a precisely adjusted bi-
polar direct current.
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-3
There shall be no electronic components on the primary flow head. Coil drive
power shall be supplied by an integral or remote signal converter. Output
signal from the primary shall be fed through ‘DS’ proprietary cable supplied
with the meter to the signal converter.
The meter body shall have a housing rated IP68 for constant submersion in
water.
Electrode material shall be compatible with the process fluid.
Liner material will be hard rubber.
Meter will have field replaceable electrodes with access parts.
The instrument shall be manufactured in an ISO 9001 approved facility.
The meter shall be provided with corrosion resistant grounding rings.
Meter calibration shall be performed by a direct volumetric comparison
method. A calibration certificate shall accompany each meter. Calibration
facility shall be certified to .03% accuracy, and be traceable to national
standards.
The meters shall be Rosemount 8750WA.
The magnetic inductive flow converters shall be remote mounted in a NEMA 4X
panel at the equipment rack and provide precisely controlled and regulated,
bi-polar DC primary field excitation pulses at a keyed frequency which is
user configurable. It shall convert the primary flow meter signal into a
standard linear analog output directly proportional to the flow rate of flow
total. The converter shall be capable of up to (4) inputs. Outputs to be 4-
20 mA DC with HART superimposed digital signal.
Cables as recommended by Rosemount and as shown on the drawings shall be
installed to connect the flow meters and converters. The converter shall
display flow in GPM and shall have non-resettable totalizers to display total
flow on demand. The converters shall have a 4-20MA output for connection to
the SCADA system.
Level Transmitter:
Device shall be a loop powered device that supports both Foundation fieldbus,
and the analog 4-20 mA with superimposed digital HART.
The transmitter housing shall have two integral ½” NPT cable entries for
conduit/cable connections. Provide Dual compartment housing to separate
cabling from the electronics for increased moisture resistance. Unit shall
be IP67 rated.
The antenna assembly is the only part in contact with the tank, and it
consistent of an antenna, an O-ring, a tank seal, a flange or a thread.
Level Transmitter shall be Rosemount 5402 two wire radar level transmitter.
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-4
Pressure Transmitter:
Provide pressure transmitter capable of measuring -10 to 50 psi. Transmitter
shall be Turck PS010V-503-LI2UPN8X-H1141pressure sensor. Also, provide with
Turck WK4.4T-10/S618 mating cable.
Level Transmitter (Submersible Pressure):
Submersible liquid level sensor.
Provide field-mounted Phoenix Contact “Boxtrap” AC Power protection and
analog surge protection for each level transmitter.
Level Transmitter shall be Mercoid Submersible Liquid Level Sensor PBLT2-15-
60.
Range to be 0 to 15 psi..
Provide with 60 ft cable.
Pump Control Panel (PCP):
PCP shall be comprised of variable frequency drives (VFD), terminal strips,
circuit breakers, line reactors, utility light, GFI utility outlet,
enclosure, and other appurtenances as required for a fully functioning and
fully operational system. See Specification TS-16, Electrical for VFD
requirements.
The control panel shall be suitable for 480 V, 60 Hz, three-phase power with
adequate control power transformer to supply 120 V, 60 Hz power for devices
listed.
Provide following circuit breaker for 120V control power:
One (1) circuit breaker for panel LCP
One (1) circuit breaker for PCP internal power supplies and control
power.
Two (2) spare circuit breakers.
Terminal strips shall be mounted using DIN rails.
A single pole limit switch shall be mounted on the door frame of the PCP
enclosure and shall be wired to a non-relay-isolated input of the PCP to
provide an intrusion signal to the SCADA system. Limit switch shall also turn
on an interior fluorescent light mounted to top panel. When door is open
light turns on and door closes light turns off.
A Square D AC power surge protector shall be installed integral to the PCP to
provide transient and surge protection for incoming AC power.
A phase monitor shall be provided for 480 Volt 3 phase monitoring.
Enclosure shall be NEMA 4X stainless steel as shown on drawings.
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-5
Anti-corrosion inhibitor blocks shall be mounted inside PCP enclosure to
reduce corrosion. Corrosion inhibitors shall be Hoffman Model A-HCI10E.
Provide Thermal Edge NE080486-4X 8000 BTU/HR AC in Nema 4X Enclosure.
Local Control Panel: LCP:
The Instrumentation and Control System Integrator shall make use of readily
available products with a proven history of reliable service when used in
municipal water and wastewater applications.
Local Control Panel (LCP) shall be comprised of a Modicon M340 programmable
logic controller (PLC), surge arrestors, relays, power supplies, terminal
strips, solar shields, heater and thermostat, circuit breakers, utility
light, GFI utility outlet, Cellular modem, enclosure, and other appurtenances
as required for a fully functioning and fully operational system.
Cellular modem shall be Sixnet SN-6801HSPA. Include with 4” portable hinged
dual-band antenna Sixnet FANDK819SMAH3. Verify data carrier with Augusta
Utilities Department prior to ordering.
As a minimum, each LCP shall be capable of supporting the following I/O
complement: 16 Digital (discrete) Inputs, 12 Digital (discrete) Outputs, 6
Analog Inputs (4-20 mA or 1-5 VDC), and 2 Analog Outputs (4-20 mA, isolated,
into 750 ohms minimum).
All field wiring terminations shall be made to terminal strips capable of
accommodating up to #12 AWG wire. Terminal strips shall be mounted using DIN
rails.
All analog inputs and outputs, including spare analog inputs and outputs,
shall be protected from surges using three separate levels of surge/transient
suppression. The first level of protection shall be via a 1/4 Amp 3 AG size
fast acting fuse. Secondary and tertiary protection shall be fulfilled using
combination gas discharge tube and metallic oxide varistor (MOV) surge
protection with current limiting resistors. Terminals shall be installed to
allow each of the four analog inputs to be configured for 2-wire or 4-wire
process transmitters and to produce either 4 to 20 mA or 1 to 5 VDC outputs
to the PLC and any future display or signal conversion devices. Terminals
shall be installed adjacent to the analog surge protection to provide 24 VDC
power for connections of future 2-wire transmitters.
All digital inputs, including spare digital inputs, shall be isolated via
electro-mechanical relays. Minimum contact rating for relays shall be 5 Amps
at 250 VAC. A minimum of eight digital inputs shall be connected to field
wiring via DIN rail mounted terminal strips. A 2 Amp 3 AG size fuse shall
protect digital inputs. A minimum of eight (8) relays shall be provided and
shall be fully wired to eight (8) digital inputs. Additional inputs shall be
wired via interposing relays and terminals if required to accommodate
additional field signals.
Digital outputs shall be isolated from field wiring through terminal strips
and electro-mechanical relays with contact ratings of 10 Amps at 250 VAC
minimum. A minimum of six (6) relays shall be provided and shall be fully
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-6
wired to six (6) of the digital outputs. Additional outputs shall be wired
via interposing relays and terminals if required to accommodate additional
field signals.
Separate DC power supplies shall be provided for the PLC, cellular modem, and
for field analog and digital inputs. All DC power supplies shall be
protected via indicating 3 AG size fast-acting fuses. Indicating fuse
holders shall be utilized and shall be DIN rail mounted.
A single pole limit switch shall be mounted on the door frame of the LCP
enclosure and shall be wired to a non-relay-isolated input of the LCP to
provide an intrusion signal to the SCADA system. Limit switch shall also turn
on an interior fluorescent light mounted to top panel. When door is open
light turns on and door closes light turns off.
Surge protectors shall be provided internal to the LCP enclosure to provide
transient and surge protection for the phone line (where telephone line
communications are used.)
A 750 VA (minimum) Uninterruptible Power Supply shall be provided integral to
each LCP enclosure.
The control panel shall be suitable for 120V, 60 Hz, single-phase power.
Control power shall be sized to serve the breakers being provided to service
lights and receptacle listed below.
One (1) circuit breaker shall be provided for the LCP’s internal power
supplies and control power.
One (1) circuit breaker to serve four-150 Watt lights mounted under
electrical shed.
Provide one (1) circuit breaker for convenience outlet.
Provide one (1) circuit breaker to serve flow transmitters.
Provide two (2) spare circuit breakers.
A Square D AC power surge protector shall be installed integral to the LCP to
provide transient and surge protection for incoming AC power. A separate GFI
duplex utility outlet shall be protected by the surge protector and shall be
used only for the UPS system.
LCP enclosures shall be constructed in accordance with the following
requirements:
LCP enclosure shall be a NEMA 4X Stainless Steel, door stop, hinged
exterior door, easy open latches (no tools required) and padlocking
provisions. Panel shall be provided with a hinged interior panel. All
breakers, lights, pushbuttons, switches, and accessories shall be
visible and operable without opening the hinged interior panel.
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-7
Anti-corrosion inhibitor blocks shall be mounted inside each LCP
enclosure to reduce corrosion. Corrosion inhibitors shall be Hoffman
Model A-HCI10E.
Through the hinged interior panel the following indicating lights, readouts,
and switches shall be provided:
Control power indicator light
HOA Switch for each pump
Run/Stop indication light for the pump
Alarm Silence Push Button
Drive Reset Push Buttons
Provide a Red Lion G3 series 10.4” HMJ panel for view of wetwell level,
magmeter flow, pressure and pump run time.
RTU-1:
RTU-1 purpose is to control the open/close operation of the gate valve at STA
0+22 as described in the functional description periodic pressure cycle.
The RTU will consist of a cellular modem, Web controlled Relay, power supply
and enclosure.
Cellular modem shall be Sixnet SN-6801HSPA. Include with 4” portable hinged
dual-band antenna Sixnet FANDK819SMAH3. Verify data carrier with Augusta
Utilities Department prior to ordering.
The web controlled relay will be WebRelay-Dual™ configured to accept a
Ethernet connection from the Sixnet modem and switch a relay to open and
close the valve.
Power supply will be a PULS MiniLine with 120 VAC input and a 24VDC output.
Enclosure shall be NEMA 4X Stainless Steel, hinged exterior door, easy open
latches (no tools required) and padlocking provisions. Provide back panel
for mounting all devices.
FUNCTIONAL DESCRIPTIONS:
Normal Operation:
When water level reaches 161.00’ the 20” valve (V1) and the 20“valve (V2)
will open allowing the siphon line to operate. V1 and V2 will remain open
until the wet well level reaches 152.00’ and then both will close. A
submersible pressure transmitter will be set at level 161.50’ for backup to
level transmitter to open valve. The submersible pressure transmitter will
be set at 151.50’ for backup to level transmitter to close valve.
20” Magmeter flow, pressure, and wet well level will be recorded and trended
by SCADA.
SECTION TS17
INSTRUMENTATION AND CONTROL EQUIPMENT
0802-01R TS-17 Instrumentation and Control Equipment TS17-8
Periodic Pressure Cycle:
Once a week when the water level is full, initiate a pressure cycle. Turn
pump on at 70% speed, then initiate 8” valve (V3) to open. Adjust pump speed
to maintain less than 30 PSI. Control the pump speed between 50% and 100%.
If pressure exceeds 30 PSI at minimum pump speed close V3 and then turn off
pump. If wet well level falls below 152.00’, close V3 and then turn off
pump. A high level float will be set at level 161.50’ for backup to level
transmitter to open valve. A low level float will be set at 151.50’ for
backup to level transmitter to close valve. At the completion of the
pressure cycle, return to normal mode.
When the pump signal to run is given during the Periodic Pressure Cycle, the
20” hydraulic valve (V1) at STA 0+22 will be given a signal to close. When
the pump is turned off at the end of the Periodic Pressure Cycle, V1 will
return to normal operation.
8” Magmeter flow, pressure, pump run time, and wet well level will be
recorded and trended by SCADA.
Siphon Loss of Prime:
If the wet well is full and the 20” hydraulic valve (V2) is open but no flow
is detected on the 20” Magmeter, close the 20” hydraulic valve and run a
periodic pressure cycle. The periodic pressure cycle should prime the line.
Pumps:
Station contains two pumps. Pumps shall be cycled to ensure even run times.
Controls will only allow one pump to operate at a time.
Channel Grander:
Channel Grinder will operate 24 hours a day 7 days a week. Provide remote
run indication and Fault signal to SCADA. ON/OFF controls will be local.
TRAINING:
The Instrument Integrator shall provide training for the plant operators and
maintenance personnel. A minimum of 1 day should be included.
PAYMENT:
No separate payment will be made for any of the work covered by this section of
the specifications. All costs in connection therewith shall be included in the
lump sum Bid for the completed work.
SECTION TS19
GRASSING
0802-01R TS-19 Grassing TS19-1
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment and materials and performing all operations
required to establish a satisfactory cover of grass within all unpaved areas
disturbed by this construction. All work shall be performed in strict
accordance with this section of the specifications and the applicable drawings
and subject to the terms and conditions of the Contract.
GENERAL:
The grassing operations shall consist of preparation of the soil, including
tillage, liming and fertilizing, seeding, mulching, and watering, and
maintenance and repair of planted areas until a satisfactory grass cover is
obtained and the work is finally accepted.
MATERIALS:
Seed: All seed shall be Hulled Bermuda grass seed tested and approved by the
Georgia Department of Agriculture not more than 6 months prior to the date of
sowing and packaged and labeled in accordance with the Georgia Seed Laws and
Rules and Regulations in effect on the date of the Invitation for Bids. Seed
which has become wet or moldy or otherwise damaged prior to the time of sowing
will be rejected.
Agricultural Lime shall be a pulverized limestone having the following
certified chemical and physical properties:
Total Carbonates, not less than 85%
Passing 10-mesh screen, at least 100%
Passing 100-mesh screen, at least 25%
Fertilizer: All fertilizer shall be a dry, free-flowing commercial 10-10-10
fertilizer suitable for application by a fertilizer distributor, grain drill,
planting machine or similar standard equipment. The fertilizer shall be
certified to meet the requirements of Fertilizer Laws of the State of Georgia
in effect on the date of the Invitation for Bids. Any fertilizer which becomes
caked or otherwise damaged prior to the time of use will be rejected.
Mulch: Any of the mulch materials, consisting of forest litter, hay, straw,
hulls of cotton balls or peanuts, ground corncobs, stalks of corn, cane, potato
vines, tobacco or other stems, or peat, which are permitted under Standard
Specifications of the State Highway Department of Georgia will be acceptable
providing they are properly shredded or ground. Mulch materials which contain
seeds of species of weeds or plants which would germinate and be harmful to the
proposed planting will not be accepted. Before collection of mulch material is
begun or delivery is made, the Contractor shall submit samples for approval.
Only approved mulch from approved sources will be accepted.
Water for use in connection with the grassing operation may be purchased from
Augusta-Richmond Utilities Department, or obtained from any other approved
source. Such water shall be free of excess chlorine, or other chemicals or
substances harmful to plant growth.
SECTION TS19
GRASSING
0802-01R TS-19 Grassing TS19-2
GROUND PREPARATION:
Prior to preparing the ground for grassing operations, all weeds, brush and
other vegetation in the areas to be planted which has not been removed during
clearing and grubbing and grading operations shall be removed from the site.
All irregularities in the surface shall be smoothed out and all roots, stone
and other foreign material detrimental to tillage, planting and proper growth
and maintenance of the grass shall be removed. In all areas where the topsoil
has been removed during grading operations, the topsoil which has been
stockpiled shall be returned and evenly distributed over these areas.
Objectionable foreign materials contained in the topsoil shall also be removed
as the topsoil is distributed.
LIMING AND FERTILIZING:
After the areas to be seeded have been brought to finished grade, agricultural
lime and fertilizer conforming to the requirements of this specification shall
be uniformly distributed over the areas, lime at the rate of one ton per acre
and fertilizer at the rate of 1000 pounds per acre. In areas where mechanical
spreaders cannot be used, the lime and fertilizer may be applied by hand
methods. The lime and fertilizer shall not be applied when the wind makes it
difficult to obtain satisfactory distribution.
TILLAGE:
The lime and fertilizer shall be thoroughly and uniformly mixed with the soil
to a depth of approximately 3" by plowing, discing and harrowing until the soil
is friable and well pulverized. Hand tillage will be required in all areas
where mechanical equipment cannot be operated.
SEEDING:
Hulled Bermuda grass seed conforming to the requirements of this specification
shall be uniformly sown by approved mechanical power drawn drills or seeders
or, in small areas, by mechanical hand seeders, at the rate of 40 pounds per
acre. The seeds shall be covered and compacted to a depth of 1/8 to 1/2 inch
by means of a cultipacker and an empty traffic roller or another roller
weighing less than 3 tons. Broadcast seeding shall not be done when the wind
makes it difficult to get satisfactory distribution. The Bermuda grass seed
shall not be planted prior to April 15 or after September 15. Seed shall not
be sown unless the soil has the optimum moisture content or more through a
depth of at least 3 inches.
WATERING:
After the seeds have been sown, the moisture content of the soil will be
tested. If there is not enough moisture in the soil to insure germination and
adequate plant growth, water shall be applied by sprinkling until an adequate
moisture content has been reached. In the absence of adequate rainfall during
the germination and early growth period, the Contractor will be required to
maintain the required adequate moisture content of the soil by periodic
sprinkling operations.
SECTION TS19
GRASSING
0802-01R TS-19 Grassing TS19-3
MULCHING:
Mulching of seeded areas will not be required but may be employed at the option
of the Contractor as an aid in reducing eroding and conserving soil moisture.
If employed, the mulch shall conform to the requirements of this specification.
The rate of application of the mulch depends on the texture of the mulch. The
proper application will allow some sunlight to penetrate and air to circulate,
at the same time shading the ground. If desired, immediately after the mulch
is spread, the material may be anchored to the soil by a cultipacker, disc
harrow, or other suitable equipment.
ESTABLISHMENT AND MAINTENANCE:
The Contractor is responsible for providing a satisfactory stand of living
seeded grass in which gaps larger than 12 inches do not occur at the time of
acceptance of the project. Any areas which fail to show a uniform stand for
any reason whatsoever shall be reseeded with Hulled Bermuda seed, and such
reseeding shall be repeated until acceptance by the Engineer. The Contractor
shall properly water, mow and otherwise maintain all grassed areas and any
damage resulting from erosion, washing or other causes, shall be repaired by
fill topsoil, tamping, refertilizing and reseeding at no additional expense to
the Owner, if such damage occurs prior to acceptance of the project.
GRASSING TO CONTROL EROSION:
In the event completion of grading operations of areas to be planted extends
beyond the specified grassing periods, grassing must be postponed until the
following spring season. The Contractor will be permitted to seed such areas
with Rye grass at his own expense, or by mulching shall control erosion of the
graded areas. All mowing and maintenance operations during the fall and winter
seasons will be the obligation of the Contractor. Erosion must be controlled
by acceptable methods to prevent damage to the Owner's property, to adjacent
property owners, and to limit migration of silt to the streams.
GRASSING TABLE
Permanent Cover:
Fertilizer: 6-12-12; 800 lbs. per acre
Agricultural Lime: 2 tons per acre
Mulch: 2-1/2 tons mulch hay per acre
Hulled Common Bermuda 10 lbs./Ac. 11/1 - 1/31
and Browntop Millet 10 lbs./Ac. 4/15 - 9/15
Temporary Cover:
Fertilizer: 10-10-10; 500 lbs. per acre
Agricultural Lime: 1000 lbs. per acre
Mulch: As Needed
Rye Grass 15 lbs./Ac. 9/15 - 12/31
SECTION TS19
GRASSING
0802-01R TS-19 Grassing TS19-4
PAYMENT:
No separate payment will be made for the grassing and other work covered by
this section of the specifications. All costs in connection therewith shall be
included in the applicable lump sum or unit price item in the Bid for the
completed work.
SECTION TS27
FENCING
0802-01R TS-27 Fencing T27-1
SCOPE:
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, and materials, and in performing all
operations in connection with the construction of chain link fence, complete
with all appurtenances, in strict accordance with this section of the
specifications, the applicable drawings, and subject to the terms and
conditions of the Contract.
MATERIALS:
General: The fence shall have an overall height of 7’ including the 3
strands of barbed wire on the top, arms vertical. The fence shall be the
standard product of Cyclone Fence Corp., or American Chain & Cable, Anchor
Post Products, or equal. Pipe, posts and braces shall be heavy galvanized.
Submittals: Within 30 days of Contract award, the Contractor shall furnish
for approval six (6) copies of manufacturer’s literature and cut sheets on
all items to be furnished. Also, furnish six (6) copies of arrangement
drawings.
Fabric shall be No. 9 gauge, 2” mesh, aluminum coated chain link fence
fabric in conformance with ASTM A 491.
Posts: Line posts shall be 2-1/2” O.D. @ 3.65 lbs/FT. Corner posts shall be
3” O.D. @ 5.79 lbs/FT. Posts for the gate leafs shall be 4” sched. 40 @ 10.8
lbs/FT.
Toprail: A 1-5/8” O.D. @ 2.27 lbs/FT. toprail shall be provided for the
entire fence.
Fabric Reinforcing Wire: All fabric reinforcing wire shall be provided
along the bottom edge. It shall be not less than No. 7 gauge coiled spring
wire. Ties or clips shall be provided for attaching reinforcing wires to
fabric at intervals of not more than 2 feet.
Post Braces: Nominal 1-5/8” O.D. @ 2.27 lbs./FT. galvanized tubular post
braces extending to each adjacent line post at mid-height of the fabric
shall be provided for each corner, pull and end post. A 3/8” diameter truss
rod shall also be provided from the line post back to the corner, pull, or
end post, with a turnbuckle or other equivalent provision for adjustment.
Stretcher bars 3/16 x 3/4 inch in size, with length 1” less than fabric
height, shall be provided for stretching and securing the fabric at each
end, corner and pull post, one for each end post and two for each corner and
pull post.
Post Tops: All posts shall be provided with post tops which will fit over
the outside of posts to exclude moisture and shall be combination tops with
barbed wire supporting arms. Post tops shall be provided with a hole
suitable for the through passage of the top rail.
Barbed wire supporting arms shall be vertical and shall be fitted with clips
or other means for securing three lines of barbed wire, the top line
approximately 12” above the top of the fabric and the other lines spaced
uniformly between the top line and the top of the fabric.
SECTION TS27
FENCING
0802-01R TS-27 Fencing T27-2
Barbed wire shall consist of 2 strands of 12-1/2 gauge wire with 14 gauge 4
point barbs spaced approximately 5” apart. The wire shall be aluminum
coated. The barbs may be aluminum coated or galvanized.
Ties, Bands, or Clips of adequate strength shall be provided in sufficient
number for attaching the fabric to all line posts, corner posts, top rails,
stretcher bars or gate frames. Spacing for attachment of fabric to line
posts, corner posts, or top rails shall not be more than 15” or 12” for
attachment to gate frame or stretcher bars.
Gates shall be swing-type complete with latches, stops, keepers and hinges,
with 3 strands of barbed wire mounted on vertical arms above the fabric.
Stretcher bars shall be provided for each gate to facilitate tight
installation of the fabric in each gate frame.
Frames for Gate Leafs shall have primary frame members of 4” O.D. @ 9.1
lbs/FT. for 16’ and 3” O.D. for walk gates. Gates shall be trussed and
braced in such a manner as to provide a rigid frame and ample strength to
insure a gate free from sag and twist. The end members of each frame shall
be extended approximately 12” above the top member and arranged for
attaching 3 uniformly spaced lines of barbed wire.
Hinges shall be of heavy pattern, of adequate strength for the gate, and
with large bearing surfaces for clamping in position. The hinges shall not
twist or turn under the action of the gate. The gates shall be capable of
being opened and closed easily by one person.
Latches, stops and keepers shall be provided for all gates; the latches
shall be the plunger bar type arranged to engage the stops when closed and
the keepers when open. Latches shall be arranged for locking by padlock.
Center stops shall consist of a device arranged to be set in concrete and to
engage the plunger of the latch bar of the double gate. Keepers shall
consist of a mechanical device for securing the free end of the gate when in
full open position, one being required for each gate leaf.
Finish: All metallic units or items not otherwise specified shall be hot-
dip galvanized finish.
INSTALLATION:
Post Setting: All posts shall be securely anchored in concrete footings,
neatly crowned to shed water. Footings shall be poured in cored holes
unless the soil will not permit coring, in which case alternate methods will
be permitted subject to prior approval by the Engineer. Footings for line
posts shall be 10” diameter by 2’-9” deep; for corner and end post, footings
shall be 16” diameter by 3’-6” deep; for the gate posts, the footing shall
be 20” diameter by 4’-6” deep. In all cases, the posts shall extend to
within 3 inches of the bottom of the footing. Posts shall be aligned and
set to permit fabric and top rail installation at a uniform grade
approximating the general slope of the ground. Where necessary, to prevent
short length sags or dips in the top of the fence, post heights shall be
adjusted as directed by the Engineer.
SECTION TS27
FENCING
0802-01R TS-27 Fencing T27-3
Post Spacing: Each run of fence shall be set up so that a uniform spacing
of posts will result. The spacing shall be approximately, but not more than
10 feet. Corner and gate posts shall be used as pull posts and shall be
installed to facilitate proper stretching of the fabric during its
installation.
PAYMENT:
Payment for all items covered by this section of the specifications shall be
paid in accordance with the bid item list. No other separate payment will
be made for the work by this section of the specifications and all costs in
connection therewith shall be included in the appropriate lump sum or unit
price in the bid list. All work not directly listed in the bid list shall
be considered a subsidiary obligation of the Contractor.
Commission Meeting Agenda
7/18/2017 2:00 PM
Solid Waste Collection Change
Department:Environmental Services
Department:Environmental Services
Caption:Motion to approve a request for Solid Waste Collections change
in Yard Waste/Bulky Waste Services. (Approved by
Engineering Services Committee July 11, 2017)
Background:In the Solid Waste Collections Contract, which began services
June 1, 2013, the collection of yard waste and bulky waste was
required to be performed by separate vehicles. The logic for this
was because at the landfill, the yard waste and other garbage was
placed in separate landfill areas. The yard waste went to the inert
area and the bulky waste and other municipal solid waste was
placed in the main landfill cell. Since that time, the EPD allowed
landfills with active gas collection systems to place yard waste in
the regular landfill cell, and to close the inert area.
Analysis:The current subcontractors who collect the yard waste and bulky
waste are looking for a means and method of increased efficiency
in their daily operations. As such, they are requesting that changes
are made to the way in which the yard waste and bulky waste are
collected. This, however requires the modification to not only
their current subcontract agreements with Advanced Disposal and
Inland Waste; but also a modification to the existing Solid Waste
and Recyclables Collection Agreement Augusta has with
Advanced Disposal and Inland Waste, respectively. Bulky waste
and yard waste are currently collected once per week; and each
residence is permitted 10 cubic yards of each material (in addition
to other operational guidelines). Making this change requires a re-
route of the vehicles working in each day's service area. Having
the vehicles use the on-board technology, indicate a positive or
negative collection (including pictures), and following the
prescribed routes each day is vital to providing excellent customer
service to the customers each and every day. Notification to the
customer base is also vital to the success of any such change in
collections, and as such, a marketing campaign that will reach
each customer will need to occur.Cover Memo
Financial Impact:The benefit in changing the style of collection is to the
subcontractor and the resident. It should simplify the set-out of
materials by the resident; and should allow increased efficiencies
by the subcontractors. The impact to ESD is the multi-media
marketing to the customer. Newspaper ads, direct mail pieces,
email notifications, and social media items will work to educate
the customer and reinforce the notification. Using an Augusta
Utilities water bill insert or other direct mail piece will also be
used.
Alternatives:
Recommendation:1. Allow the mixed collection of yard waste and bulky waste; with
a limit of 20 cubic yards of material collected at each residence
(including other operational limitations on the size and packaging
of items place for collection) per week. 2. Make the change in
collection style effective September 1, which allows time to make
route changes in the software and insure on-board computers are
operational so that completion of each route can be verified on a
daily basis, and photos are available of each non-collection. Also
if collection does not occur, customer service can assist the
customer with options to have their materials collected. 3.
Immediately allow the subcontractors to operate a single
"cleanup" or "miss" truck that can collect mixed loads. This
allows for time to make sure that each vehicle, each route, and the
customer service support provided by ESD and 311 are ready for
such a change. Further, it allows time for notification to each
residence of the change in their services. Inception of a "grace
period" providing additional courtesy collects would be requested
from the haulers while the residents are learning the new system.
And finally formal contract modifications denoting and allowing
each party to agree to any such change.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Minutes
Department:
Department:
Caption:Motion to approve the minutes of the regular and Legal/Executive
Session meetings of the Commission held June 29 and July
11, 2017.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda Commission Chamber - 6t29t2017
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Jefferson, Sias, Frantom, M.
Williams, Davis, Fennoy, D. Williams, Hasan and Smith, members of
Augusta Richmond County Commission.
Absent: Hon. Guilfoyle, member of Augusta Richmond County
Commission.
INVOCATION: Dr. Michael Mitchell, Senior Pastoq Restoration Ministries Intemational Christian Fellowship.
PLEDGE OF ALLEGIANCE TO THE FLAG OF THE T]NITED STATES OF AMERICA.
Five (5) minute time limit per delesation
DELEGATIONS
A. Introduction: Dr. Jerry L. Hardee, President of Paine College. (Requested by Item
Commissioner Bill Fennoy) Action:
None
B ltemAnprovalsheet.html
Motions
Motion Motion Textrype
Presentation is made by Dr.
Seconded MotionBy Result
Citizens Advisory Board Item
Action:
None
Made
By
B.
Hardee.
Ms. Shannon Rogers, Augusta Animal Services
regarding report from the Animal Services Board.
E Shannon Rogers Animal Services.pdf
lB ltemAoorovalsheet.html
Motions
Motion \rrnrin-.Fava Made Seconded Motion;:--'-" Motion TextrYPe By By Result
Unanimous consent is given to
delete this item from the agenda.
C. Ms. Aliegha Brigham, Richmond County Tax Commissioner's Office regarding Item
their partnership with Fort Gordon. Action:
None
IB ItemAnprovalsheet.html
Motions
$otion Motion Text Made Seconded MotionrYPe By By Result
Unanimous consent is given to
delete this item from the agenda.
CONSENT AGENDA
(Items 1-5)
ADMINISTRATTVE SERVICES
l. Motion to approve revised Rocky Creek Enterprise Zone Ordinance. Item
(Approved by commission June 2012017- second reading) Action:
Approved
tB Ord reauthorization Rockv Creek Feb 2t 20l7.ndf
lB ltemAnnrovalsheet.html
Motions
X:j]" Motion Text Made By seconded By Motion
I ype -.---- -.' Result
Motion to
Approve ffi3,l""h.sses e- ff,T,T,:'Ji*.' f;i,i##I:ffi:, passes
0.
ENGINEERING SERVICES
2. Motion to approve an Ordinance to amend the Augusta, Georgia Code, Title 8, Item
Chapter One, Flood Damage Prevention Ordinance, in its entirety. (Approved Action:
by the commission June 20,2017 - second reading) Approved
lE2017-6-7 Flood Ordinance - amended June 2017 - linal withouf freck ohrnops roflllnrtr
lB ItemApprovalsheet.html
Motions
X:jl" Motion Texr Made By seconded By MotionrYPe ''---- -r Result
Motion to
a _ , _-_--- approve. Commissioner CommissionerApprove vtotion passes 9- Sammie Sias William Fennoy Passes
0.
PETITIONS AND COMMUNICATIONS
3. Motion to approve the minutes of the regular and Executive Session Item
meetings of the commission held June 20, 2017. Action:
Approved
lB Resular Commission_MeetinLJuneJ0_20l7.pdf
[E Called Commission Meetins June 20 20l7.pdf
lB ItemApprovalsheet.html
Motions
X:11"t Motion Text Made By Seconded By Motion
I YPe - ----- -r -------- -J Result
Motion to
Aoorove approve. Commissioner CommissionerI rvvrv vv Motion passes 9- Sammie Sias William Fennoy Passes
0.
APPOINTMENT(S)
4. Motion to approve the appointment of Ms. LaQuita W. Logan to the Augusta Item
Transit Citizens Advisory Board representing District 8. Action:
Approved
B LaOuita Logan.ndf
E ItemAnorovalsheet.html
Motions
X:t:"' Motion Text Made By Seconded By Motionrype ----- -.t Result
Motion to
Approve ffi3,',H'r"sses e- ff##,:'Jl#' fii,il##';:& passes
0.
5. Motion to approve the appointment of Ms. Tamlar Walton to the Augusta ltem
Transit Citizens Advisory Board representing District 5. Action:
Approved
IB ItemApprovalsheet.html
Motions
X:j*1" Motion Text Made By Seconded By Motion
f Ype --'- -" --------- -r Result
Motion to
Approve ffi5ffi,ssese- ff,T,*:'Ji*.' fi,",il,T,ii}:ffi passes
0.
*,f **END CONSENT AGENDA:I'(**
AUGUSTA COMMISSION
6129t2017
AUGUSTA COMMISSION
REGULAR AGENDA
6t29t2017
(Items 6-1I)
PUBLIC SERVICES
6. Approve amendments to the Augusta, Georgia Code, Title 6, Chapter 6, Article Item
3, Regulated Businesses, to add a new Section 6-6-48 to provide regulations for Action:
Special Entertainment Permits, and to Title 2, Chapter 1, Article 1, Business Tax Approved
Certificate, Section 2-l-3 Administrative and Regulatory Fee Structure, to
establish the Special Entertainment Permit regulatory fee.
lB Soecial Entertainment Permit Code Amendment 20170605 l.docx
IB Special Entertainment Permit Regulatorv Fee code Anrendment 20170607.docx
lB ltemAoorovalsheet.html
Motions
Motion .. __ m, 1 rr r Motion;----- Motion Text Made By Seconded Bylype ----- -r Result
Motion toapprove. Commissioner Commissioner
a _-__.._-_ Motion Passes 9- Sammie SiasApprove 0.
ADMINISTRATIVE SERVICES
7. Discuss staffs misrepresentation of a request
(Requested by Commissioner Marion Williams)
William Fennoy passes
with willful inaction. Item
Action:
Rescheduled
{B E-Ntail Chandleliqht Jazz 6,l8.t7.pdf
lB ItemAporovalsheet.html
Motions
Motion;----- Motion TextI ype
Made Seconded MotionBy By Result
Unanimous consent is given to refer
this item to the Public Services
Committee meeting on July I 1.
8. Discuss/approve scheduling a joint meeting with the Augusta Commission, ItemBoard of Education and Chamber of Commerce Business Education Action:
Advisory Council to discuss how local government can aid in improving Approved
education in our community. (Requested by Commissioner Dennis Williams)
lB ItemAporovalsheet.htmI
Motions
Motionh MotionI VDC Text Made By Seconded By Motion
Result
Motion to
^ aDDrove.APProve uotio, passes 9-
0.
Commissioner Commissioner
Dennis Williams Mary Davis Passes
ADMINISTRATOR
9. Motion to adopt an Authorizing Resolution in connection with the Cyber Item
initiative Redevelopment Plan to authorize Augusta to enter into an Agreement Action:
of Sale with the Urban Redevelopment Agency of Augusta and to execute such Approved
other ancillary documents necessary in support of the issuance of bonds by the
Urban Redevelopment Agency of Augusta for the acquisition and construction
the Cyber Initiative Parking Garage as approved by the General Counsel.
IE lntersovernmental Agreement Authorizing Resolution.odf
lB ItemAonrovalsheet.html
Motions
X:11"' Motion Text Made By Seconded By Motion
r ype - ---- -r Result
Motion to
Approve il3ffi"ssese- ff##,:'Jl*.' fii,ffi]:& passes
0.
ADDENDUM
10. Motion to approve going into an Executive session. Item
Action:
Approved
E ItemApprovalsheet.html
Motions
Motion Motion Texr Made By seconded By f;Xilrype
Motion to approve going
into an Executive
Approve trfilIy,:uii, una fii;i##;:ffi:, !:#T;;:H Passes
Motion Passes 7-0.
11. Motion to approve payment of nine (9) additional straight time hours to Fire Item
Department Suppression Personnel, to be paid on the August 4th paycheck, as Action:
compensation for the granting of the July 3rd holiday to all other Augusta, Approved
Georgia employees.
IB ItemAnnrovalsheet.html
Motions
X:'i"' Motion Text Made By Seconded By Motion
I YPe '.---- -r Result
Motion to
Approve ii3i""Y,'r"sses e- S:#lliilfil,h, fi,iil,T,f}:ffi:, passes
0.
LEGAL MEETING
A. Pending and Potential Litigation.
B. Real Estate.
C. Personnel.
12. Motion to approve execution by the Mayor of the affidavit of Item
compliance with Georgia's Open Meeting Act. Action:
Approved
Motions
X:ll" Motion Text Made By seconded By MotionrYPe -'---- -J Result
Motion to approve. Mr.
Approve M. Williams out. Commissioner Commissioner
Motion passes g_0. Ben Hasan Sammie Sias Passes
U.pcoming Mgglings
www.augustaga.gov
CALLED MEETING C9MMISSISN CHAMBER
July 1 1,2017
Augusta Richmond County Commission convened at 1l:00 a.m., Tuesday, July ll,2Ol7,the Honorable Hardie Davis, Jr., Mayor, presiding.
PRESENT: Hons. Jefferson, Sias, Frantom, M. Williams, Davis, Fennoy, D. Williams,Hasan and Smith, members of Augusta Richmond county commission.
ABSENT: Hon. Guilfoyle, member of Augusta Richmond County Commission.
Mr. Mayor: We'll call this meeting to order. The Chair recognizes Attomey MacKenzie.
1. LEGAL MEETING
A. Pending and potential litigation
B. Real estate
C. Personnel
Mr. MacKenzie: I would entertain a motion to go into an executive session to discusspending and potential litigation, real estate and personnel.
Mr. D. Williams: f so move.
Mr. Frantom: Second.
Mr. Mayor: Voting. Attorney MacKenzie, I think I'm going to need legal representation.My chair has been moved again.
The Clerk: We'll put your name on it.
Mr. Fennoy, Mr. M. Williams and Mr. Smith out.
Motion carries 6-0.
[LEGAL MEETING]
2. Motion to authorize execution by the Mayor of the affidavit of compliance withGeorgia's Open Meeting Act.
Mr. D. Williams: I so move.
Mr. Frantom: Second.
Mr. Mayor: We've got a motion and a second. Voting.
Motion carries 9-0.
Mr' Mayor:
.The-Chair recognizes the attomey from the 5ft for a motion. I,m sorry. Thecommissioner from the 5ft.
Mr. Jefferson: Ird like to make a motion to hirestormwater service Manager at a starting salary of $9,g75.05.
Mr. Sias: You want to say that again. Say that again.
Mr. Mayor: Would you repeat the salary, sir?
Mr. Jefferson: $90,875.05.
Mr. Sias: Second.
Mr. Mayor: We've got a motion and a second. Voting.
Motion carries 9-0.
Oscar Flite as Engineering
Mr. Mayor: Thank you. The Chair recognizes the commissioner from the 7e for a motion.
Mr. Frantom: I'd like to make a motion to authorize the purchase of the property
located at2820 OId Highway 1 in the amount of $137,500 and the granting of the peaesi.ian
easement for the property located at Alexander Drive.
Mr. Hasan: Second.
Mr. Mayor: We've got a motion and a second. Voting.
Motion carries 9-0.
Mr. Mayor: Okay. AU right. The Chairrecognizes the distinguished Engineering Services
Chair for a motion. Commissioner from the 1tt.
Mr. Fennoy: Yes. I'd like to make a motion to approve lease of a portion of theproperty and building located at 1546 Broad Street to Southeastern Stages and to authorizean amendment to the MacDonald Transit agreement to allow for utitity cost to be paidproportionately between MaeDonald Transit and southeastern Stages.
Mr. Hasan: Second.
Mr. Mayor: I've got a motion and a second. Voting.
Motion carries 9-0.
Mr. Mayor: All right. All right. The Chair recognizes the gentleman from the south side,commissioner from the 6ft.
Mr. Hasan: Thank you, Mr. Mayor. Motion to appoint Lori Videffo as InterimEnvironmental Services Director effective July 7r2017.
Mr. Fennoy: Second.
Mr. Mayor: A proper motion and a second. Voting.
Motion carries 9-0.
Mr. Mayor: The chair recognizes Attorney MacKenzie for a motion.
Mr. MacKenzie: I would entertain a motion to authorize the settlement of all claims
of John Johnson in the amount of $551000 and authorizing Corvell, the third party Workers
Comp administrator, to disburse this amount.
Mr. Sias: So move.
Mr. Fennoy: Second.
Mr. Mayor: All right. Motion and a proper second. Those in favor will vote yea and those
opposed vote no. Commissioner from the 6ft, we're waiting on you.
Mr. Hasan: Oh,I'm sorry.
Mr. Mayor: Stay with us. Stay with us.
Motion carries 9-0.
Mr. Mayor: The Chair recognizes Attorney MacKenzie.
Mr. MacKenzie: Finally, a motion to approve the settlement of all claims by plaintiffs
against Matthew Perkins in the amount of $501000 and authorizing the Administrator to
disburse this amount.
Mr. Hasan: Motion to approve.
Ms. Fennoy: Second.
Mr. Mayor: We've got a motion and a proper second. All right. We've got a motion from
the commissioner from the 6ft and a second from the commissioner from the l.t. Voting.
Ms. Sias: It's a good day today.
Mr. Mayor: Yeah, yeah.
Motion carries 9-0.
Mr. Mayor: Attorney MacKenzie, is there any additional business?
Mr. MacKenzie: That,s all.
Mr. Mayor: Okay, thank you.
IMEETING ADJOURNED]
Lena J. Bonner
Clerk of Commission
CERTIFICATION:
I, Lena J. Bonner, Clerk of Commission, hereby certify that the above is a true and correct copyof the minutes of the Called Meeting of the Augusta Richmond County Commission held on fUy11,2017.
Clerk of Commission
Commission Meeting Agenda
7/18/2017 2:00 PM
District 1 appointment
Department:
Department:
Caption:Motion to approve the appointment of Mr. Lowell Greenbaum to
the Augusta Canal Authority representing District 1.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
BE
EMAIL ADDRESS:
TALENT BANK INFORMATION QUESTIONNAIRE
BY PERSONS DESIRING TO VOLUNTEER THEIR SERVICES ON
, BOARD OR COMMISSION FOR AUGUSTA, GEORGIA
NOTE:ANY INFORMATION ENTERED ON THIS QUESTIONNAIRE WOULD BECOME PUBLIC INFORMATION UPON
YOUR SUBMISSION/APPOI NTMENT.
************************ *t** *** ************ ************ **** ******** *** ** ***** **** ***** **** *** *** ********** **t******** **** ******** t****** **
ko w LhL- t-^ , Gng4()frfr o t4
,3 lef f a o tzDATE:
1.NAME:l^ o WfZ ht Q naew'D r+0tn
HOME PHONE:
HoME ADDRESS: /3 J ltl+tzp.s EtsE*b ', KtoHt4ntt)b 6+ 3r,?o /
COUNTY
sEx,ffi\-/-
2.
3.
4.
5.
7.
L
9.
10.
11.
STATE
FEMALE
SEPARATED
ztP
DATE OF BIRTH:
REGISTERED VOTER:
VOTING DISTRICT
MARITAL STATUS:SINGLE
ENGAGED
EDUCATION:HIGH SCHOOL
NO_acL-D
RELATIVES WORKING FOR THE COUNTY:
occUpAloN: ft Ll rt(-e- o'1-^ <> €TZe9o
z--> ,:
RACE: ( WHITE AFRICAN.AMERICAN ASIAN AMERICAN
t---.z-
SPANISH SURNAMED AMERICAN INDIAN OTHER (specify)
LIST BOARDS YOU PRESENTLY SERVE ON:
SautaR tT ('7,8 N S u /d)C IL
7re e-oultiffTEF n1o O//7V
STREET
7
12.LIST ANY AREA IN ICH YOU HAVE A PARTICULAR INTEREST OR EXPERTISE.WH
{\(t/A t /Lt(:Pot'tT/a*
Rev. 6-2016
Commission Meeting Agenda
7/18/2017 2:00 PM
Alcohol Application
Department:Planning & Development
Department:Planning & Development
Caption:New Location Application: A.N. 17-21: A request by Kweli J.
Hall for a retail package Beer & Wine License to be used in
connection with Greene Street Grocery located at 1002 Greene
Street. District 1. Super District 9. (No recommendation from
Public Services Committee July 11, 2017)
Background:This is a New Location.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $665.00.
Alternatives:
Recommendation:The Planning & Development recommend approval. The R.C.S.O.
recommend approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Law
Administrator
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Foundry Place Project
Department:
Department:
Caption:Motion to adopt an Authorizing Resolution in connection with the
Laney-Walker and Bethlehem Redevelopment Plan to authorize
Augusta to enter into an Intergovernmental Redevelopment
Contract with the Urban Redevelopment Agency of Augusta and
to execute such other ancillary documents as approved by the
General Counsel which are necessary in support of the issuance of
bonds by the Urban Redevelopment Agency of Augusta in with
the construction of the Foundry Place project. (Requested by
Commissioner Sammie Sias)
Background:The commission has received several briefing on this project. The
last briefing was a work session on June 14, 2017 conducted by
the Community and Housing Development Department. At that
work session the Foundry Project was endorsed by the
Augusta URA, the Augusta Financial Advisor, the Augusta
Finance Department, and the Community and Housing Advisory
board. The contractor selected for the project was present and
had been vetted by all appropriate agencies to include the URA,
Procurement, and Finance. Models were ran on the project
feasibility by the Finance Department and all reflected
nothing negative concerning the project. The contractor has a
spotless record of successful projects. Future: It time to allow
this project to move forward and benefit this city to the extent that
we absolutely need this kind of engagement to move this entire
city forward by eliminating blight and despair of which we have a
sad abundance.
Analysis:
Financial Impact:
Alternatives:Cover Memo
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Lena Bonner
From:
Sent:
IO:
Cc:
Subject:
Ms Bonner,
Commissioner Sammie Sias
Thursday, July 13, 2017 8:00 AM
Lena Bonner
Janice Allen Jackson; Hawthorne Welcher
Foundry Project
Please add this item to the Commission Agenda for 18 July 2OL7. Additional supporting documents may be
provided by the Community H
Motion to adopt an Authorizing Resolution in connection with the Laney-Walker and Bethlehem
Redevelopment Plan to authorize Augusta to enter into an lntergovernmental Redevelopment Contract with
the Urban Redevelopment Agency of Augusta and to execute such other ancillary documents as approved by
the General Counselwhich are necessary in support of the issuance of bonds by the Urban Redevelopment
Agency of Augusta in with the construction of the Foundry Place project.
Background: The commission has received several briefing on this project. The last briefing was a work
session on June L4,2OL7 conducted by the Community and Housing Development Department. At that work
session the Foundry Project was endorsed by the Augusta URA, the Augusta Financial Advisor, the Augusta
Finance Department, and the Community and Housing Advisory board. The contractor selected for the
project was present and had been vetted by all appropriate agencies to include the URA, Procurement, and
Finance. Models were ran on the project feasibility by the Finance Department and all reflected
nothing negative concerning the project. The contractor has a spotless record of successful projects.
Future: lt time to allow this project to move forward and benefit this city to the extent that we absolutely
need this kind of engagement to move this entire city forward by eliminating blight and despair of which we
have a sad abundance.
Sammie L. Sias
Commissioner,
Augusta Richmond County
"Foilure is not an Option"
Please consider the environment before printing this email.
Commission Meeting Agenda
7/18/2017 2:00 PM
Suspension/Debarment of City Contractors
Department:
Department:
Caption:Discuss the suspension and/or debarment of contractors involved
in Environmental Services Department's use of ARC Equipment
in Lincoln County on private property in accordance with but not
limited to Procurement Section 1-10-80 of the Augusta Code.
(Requested by Commissioner Marion Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
ARTICLE 8
SUSPENSION OR DEBARMENT OF BIDDER OR PROPOSER
Sec. 1-10-76.Authority to suspend or debar from qualified
bidderiproposer list for consideration of contract award.
AuthoriQ to debar or suspend. The Procurement Director, after consulting with
the General Counsel, is authoized to debar a person for cause from participation in
any Augusta, Georgia procurements at any tier and consideration for award of
contracts. The debarment shall be for a period of not more than five (5) years. The
period of time during which the debarment will be imposed is to be determined by
the Procurement Director based upon the severity of the causes for debarment.
After consultation with the using agency and General Counsel, the Procurement
Director is authorized to suspend a person from participation in any Augusta,
Georgia procurement at any tier and consideration for award of contracts if there is
probable cause for debarment. The suspension shall not be for a period exceeding
the greater of: (1) three months; (2) the period during which administrative review
of the suspension is pending; or (3) the period during which judicial review of an
administrative decision that was adverse to the suspended firm is pending.
Sec. 1-10-77. Causes for debarment or suspension.
The causes for debarment or suspension include:
(b)
(a)
(c)
Conviction for commission of a criminal offense as an incident to obtaining
or attempting to obtain a public or private contract or subcontract or in the
performance of such contract or subcontract.
Conviction under state and federal statutes of embezzlement, theft, forgery,
bribery, falsification or destruction of records, receiving stolen property or
any other offense indicating a lack of business integrity or business honesty
which currently, seriously and directly affects responsibility as an Augusta,
Georgia contractor.
Conviction under state or federal antitrust statutes arising out of the
solicitation and submission of bids or proposals.
Page59oflll
(d)
(e)
(1)
Violation of contract provisions, as set forth below, of a character which is
regarded by the Procurement Director to be so serious as to justifz
debarment action:
Deliberate failure to perform in accordance with the provisions or
within the time limit provided in any Augusta, Georgia contract.
A recent record of failure to perform or of unsatisfactory perfornance
in accordance with the terms of one or more contracts, provided that
failure to perform or unsatisfactory performance caused by acts
beyond the control of the contractor shall not be considered to be a
basis for debarment. In the event that the contractor asserts in a
suspension or debarment proceeding that such recent failure to
perform or unsatisfactory performance in accordance with the terms
of one or more contracts was caused by acts beyond the control of the
contractor, the contractor must introduce documentation from the
applicable contract/project in which it provided notice of such acts
beyond its control and/or invoked its rights to equitable adjustment or
other similar remedies under the applicable contract as a result of
force majeure or other similar events; provided, however, that
Augusta, Georgia's determination on such issue will be independent
from the contract/project at issue. It is insufficient in a debarment
proceeding for the contractor to raise this issue for the first time
concerning a prior contract under which it failed to perform or
performed unsatisfactorily.
For violation of any ethical standards set forth in Article 3, Ethics in Public
Contracting.
Submission to Augusta, Georgia of a claim for additional compensation that
is without merit, including, but not limited to claims seeking to recoup:
(2)
(0
(1)
(2)
(3)
Costs incurred by\he contractor but not included in its bid or proposal
due to its own error;
Costs that it has already been paid or willbe paid under the contract;
Costs asserted simply for the purpose of forcing Augusta, Georgia to
consider a settlement at a reduced amount;
Page60of111
(4) Costs that the contractor has not certified pursuant to the contract
documents; and
Costs that the contractor would not be entitled to recover under the
contract documents, including, but not limited to attorneys fees and
interest on unpaid sums.
(5)
(e)Material misrepresentation of the composition of the ownership or work
force of a business entity registered with Augusta, Georgia as a local small
business.
Any other cause the Procurement Director, in consultation with the using
agency and General Counsel, determines to be so serious and compelling as
to affect responsibility, including, but not limited to, debarment by another
goveflrmental entity.
(h)
Sec. 1-10-78 . Notice.
The Procurement Director shall issue a written notice of the decision to debar or
suspend. The notice shall state the reasons for the action taken and the effective
date of the debarment or suspension and shall inform the debarred or suspended
person involved of the right to administrative review as provided in this division.
Sec. 1-10-79. Finality of decision.
A decision under this section is final and conclusive, unless fraudulent or any
person adversely affected by the decision appeals administratively to the
Administrative Services Committee in accordance with the appeals and remedies
of Article 9 of this Chapter.
Sec. 1-10-80. Board of Commissioner's initiated debarment.
The Board of Commissioners, by enactment of an appropriate resolution, may
request that the Procurement Director initiate an investigation into whether a
particular person should be debarred and/or suspended and, after consulting with
the General Counsel, the Procurement Director is authorized to debar or suspend
such person for cause from participation in any Augusta, Georgia procurements at
any tier and consideration for award of contracts.
Page 61 ofl1l
v
7 271
ORDINANCE NO.
THE AUGUSTA, GEORGIA COMMISSION ordains as follows:
ANORDINANCEToAMENDTHEAUGUSTA,GEORGIACODE,
ARTICLEoNE,CHAPTERTEN,RELATIN9ToTHEPROCUREMENT
OF GOODS iNU SERVIC;J'__iTTB L_OCAL SMALL BUSTNESS
OPPORTUNITIESpnocnalnlANDTHEDBEPROGRAMFoR
FEDERALLYASSISTEDPROJECTSSoASToPROVIDEUPDATES
AND TO ESTABLISH TOTTCiBS' PROCEDURES AND GUIDELINES
REGARDING TIIE PNOCUNNVTTNT PROCESS AND THE LOCAL
SMALL BUSTNESS Opponrfi',urlEs PROGRAM; TO REPEAL ALL
ORDINANCES AND PA.NTi OF ORDINANCES IN CONFLICT
HEREWITH;ToPROVIDEANEFFECTIVEDATEANDFoRoTHER
PURPOSES.
WHEREAS, it is the desire of the Augusta, Georgia commission to update code
provisions relating to the- p.o"rrr*;; "f goodJ and services so as to reflect
changes i, c"o.gil law and to improve the effrciency of the procurement process;
WHEREAS, it is the desire of the Augusta, Georgia commission to increase the
effectiveness of the Local Small Busiriess opportunities program and to broaden
the number of businesses eligible to farticip:" i" the program and to implement
race and general neutral ,n"urrrr", to .iAr,t iiscriminati'on in Augusta' Georgia;
*HEREAS, it is the desire of the Augusta, Georgia Commission to update and
improve its DBE Progr* f"i;.t;-."t 9r iransportatign (DoT)' Federal
Transportation Adminifuation efej, Federal A-viation Administration (FAA) u'd
other federaly funded projects una to'.rsure fu[ compriance with state and federal
regulations;
WHEREAS, the DBE Program for DOT, FTA and FAA funded projects is to be
approved uv tr,. o.pu,-'*"",. of Transportation before it is effective;
*HEREAS, based on the foregoing, the Augusta, Georgia Commission
recommerra, u-.rrding Article one, bt upt"t ten of the AUCUS14' GA COOr'
SECTION 1. Aucusra, GA' Conr
Aucusra, GA. CooE, re-adoPted JulY
Article one, Chapter ten as set forth in the
lA,2007,is hereby amended by striking this
chapter in its entirety. A new Chapter ten is hereby inserted to replace the repealed
Code Chapter ten as set forth in "Exhibit A" hereto.
SECTION 2. This ordinance shall become effective upon its adoption in
accordance with applicable laws. Lba,g*r 1Og (DBE Program) shall be effective
only following approval of the Department of Transportation.
SECTION 3. All ordinances or parts of ordinances in conflict herewith are
hereby repealed.
Adopted this 30 day of
1st reading June 21 zOlL
June 2011.
mmlsslon
CERTIFICATION
the foregoing Ordinance was duly adopted by the Augusta, Georgia Commission
on ? _ - . _) 2}ll and that such Ordinance have not been modified or-----Juft#U-
rescind6i ii of the date hereof and the undersigned further certifies that attached
hereto is a true copy of the Ordinance which was approved and adopted in the
Published in the Augusta Chronicle.
Date: July 14
bpenhaver
, Clerk of Commission
Commission Meeting Agenda
7/18/2017 2:00 PM
Joint Law Enforcement Center
Department:Augusta Judical Circuit Superior Court
Department:Augusta Judical Circuit Superior Court
Caption:Discuss the preservation of the Joint Law Enforcement Center,
401 Walton Way.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
AGENDA ITEM REQUEST FORM
Commission meetings: First and third Tuesdays of each month - 2:00 p.m.
Committee nreetings: Second and last Tuesdays of each month - l:00 p.m.
CommissionlCommittee: (Please check one and insert meeting date)
Dale of Meeting
Dale of Meeting
Date of Meeting
Date of Meering
Date of Meeting
Date of Meeting
Contact Information for Individual/Presenter Making the Request:
R.aw
Telephone Number:
Fax Number: Z
E-Mail Address;ry.300
*"{;rission
Public Safety ConT mittee
Public Seryices Comminee
Adrninistrative Services Committee
Engineering Services Commifiee
Finance Comminee
tionil'opic of Discussion
Please send this reguest form to the following address:
Ms. Lena J. Bonner
Clerk of Commission
Suite 220 Municipal Building
535 Telfair Street
Augusta, GA 30901
Telephone Nunrber:
Fax Number:
E-Mail Address:
706-821-1820
70682r-r838
nmorawski@augustaga.gov
Requests may be faxed, e-nrailed or deliveretl in person antl
Office no later than 9:00 a.m. on the Thursday preceding
meeting of the follorving rveek. A five-minute time limit will
must be received in the Clerk's
the Commission or Committee
be allowed for presentations.
Commission Meeting Agenda
7/18/2017 2:00 PM
Probation Services Order
Department:Clerk of Commission
Department:Clerk of Commission
Caption:Motion to approve revised Probation Services Order
(7.11.17). (Approved by Public Safety Committee Committee
July 11, 2017)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Page 1 of 21
IN THE STATE AND MAGISTRATE COURTS OF RICHMOND COUNTY
STATE OF GEORGIA
ORDER
Pursuant to the provisions of O.C.G.A. §42-8-101, the Judges of the State and Magistrate
Courts of Richmond County, with the approval of the consolidated government of Augusta,
Georgia, the governing authority of said County, do hereby continue the established county
system to provide probation supervision, counseling, collection services for all moneys to be
paid by a defendant according to the terms of the sentence imposed on the defendant as well as
any moneys which by operation of law are to be paid by the defendant in consequence of the
conviction, and other probation services for persons convicted in these courts and placed on
probation in Richmond County. These services of supervision, counseling and collection are to
be administered through a Probation Services Office (hereinafter “P.S.O.”) which is a division of
the Richmond County State Court.
The P.S.O. shall have probation and supervisory jurisdiction of all misdemeanor offenses
authorized by statute. The P.S.O. shall be authorized to provide any other such services as
deemed appropriate and as ordered by said Courts.
The P.S.O. of said Richmond County Courts is hereby authorized to collect a monthly
probation supervision fee of an amount set by the P.S.O. not to exceed the maximum amount
allowed by law, to be paid into the general funds of Augusta, Georgia, if such fee is authorized
by the sentencing judge and is contained in the sentencing order.
The P.S.O. is authorized by this Order to proceed with the supervision and enforcement
of any provisions of a defendant’s sentence by order of the courts, including the supervision and
Page 2 of 21
enforcement of a probated or suspended sentence, and to do any and all acts necessary and
proper to carry into effect the orders of these courts.
Richmond County Probation Services Advisory Board
There is hereby created the Richmond County Probation Services Board (hereinafter
“Board”). The Board shall be comprised of the Chief Judge of State Court, the Chief Judge of
Magistrate Court, the Augusta, Georgia Administrator and the Chair of the Public Safety
Committee. In the absence of said Judges, each court may, during said absence, substitute that
representative with another judge; and, any judge of said Courts may participate in discussions.
The Commission member’s term of service as a member of the Board will run concurrent with
the position as Chair of the Public Safety Committee. The Board shall have the following duties:
1. Prescribe the knowledge, skills and abilities required for Chief Probation Officer;
2. Recommend comments on the performance appraisal of the Chief Probation Officer
to the Chief Judge of State Court;
3. Approve the default supervision fee amount when such amount is not stated by the
sentencing court;
4. Review and approve standard operating procedures including supervision and other
procedures and make recommendations, including any changes, in that regard;
5. Review regular reports, such as those summarizing rates of compliance, fines and fee
collection, community service, and attendance at court-ordered programs; and
6. Consider and review requests from the Augusta, Georgia Board of Commissioners
regarding modifications to the probation services program or this Order.
Page 3 of 21
Chief Probation Officer and Probation Officers
There is hereby created position of Chief Probation Officer, as authorized and approved
by the governing authority of said county. The Chief Probation Officer shall be appointed by a
hiring panel and shall serve at the pleasure of the Chief Judge of State Court. The hiring panel
for the Chief Probation Officer shall consist of the Augusta, Georgia Administrator, the Augusta,
Georgia Human Resources Director, the Court Administrator of the State Court, and at least one
(1) outside consultant with probation expertise as agreed by the Chief Judge of the State Court
and the Augusta, Georgia Administrator. The Chief Probation Officer shall report directly to the
Chief Judge of State Court and as needed through his/her designee and shall serve at the will of
the Chief Judge of State Court. The Chief Probation Officer shall hire all Probation Officers,
Probation Office Supervisors and all support staff and such employees shall serve at the will of
the Chief Probation Officer. The Chief Probation Officer and other Probation Officers shall have
such duties, responsibilities, and authority as a probation officer under existing Georgia law,
except as may be inconsistent with this Order, the Official Code of Georgia Annotated, or except
as may be specifically modified from time-to-time, in writing by the Board. The Chief Judge of
State Court, in coordination with the Board and the Augusta, Georgia Human Resources
Department, shall establish a job description for the Chief Probation Officer, and other Probation
Officers and staff, which job description shall set out in such detail as deemed appropriate, the
duties, responsibilities, and authority of the Chief Probation Officer and Probation Officers and
staff.
Chief Probation Officer, Probation Officers and Staff
Officers and employees of the P.S.O. will at all times observe and comply with all laws,
ordinances, and regulations of the federal, state, and local governments which may in any
Page 4 of 21
manner affect the performance of this Agreement. Officers and employees of the P.S.O. shall
comply with the O.C.G.A. §42-8-101, et seq., as well as all standards and qualifications as set
forth by the DCS and/or P.O.S.T. and/or this Order and/or the Chief Judge of State Court, and
shall comply with any rules and regulations promulgated by the DCS Board, and/or P.O.S.T.
and/or the Chief Judge of State Court to include any amendments as may be made from time to
time. The standards and qualifications for officers and employees of the P.S.O. shall include:
1. Richmond County Probation Employee Requirements:
A. Administrative/Support Staff:
(1) Will be at least 18 years of age;
(2) Will receive training concerning and sign a confidentiality statement agreeing
to hold the identity of offenders and records confidential. A copy of the
statement will be maintained in the employee’s personnel file;
(3) Will sign a statement cosigned by the Chief Probation Officer that the
employee has received an orientation on the rules of the Department of
Community Supervision, (hereinafter “DCS”), as well as operations
guidelines relevant to that employee’s job duties. A copy of the statement will
be maintained in the employee’s personnel file; and,
(4) Consent to a criminal background check; and,
(5) The following persons are not eligible for employment as an administrative or
support staff person:
a. A person convicted of a felony;
b. A person with misdemeanor convictions sufficient to establish a pattern of
disregard for the law;
Page 5 of 21
c. A person with a conviction, guilty plea or nolo contendere to any
misdemeanor involving moral turpitude;
d. A person with an outstanding warrant; and,
e. A person with pending charges for felony, domestic violence or
misdemeanors involving moral turpitude.
B. Probation Officer Standards:
(1) Will be at least 21 years of age at time of appointment;
(2) Will be eligible to serve as a Probation Officer as defined in O.C.G.A. §42-8-
100, will be registered with DCS, approved by DCS and be in compliance
with all DCS training standards or have proof of successful completion of the
P.O.S.T. basic course of training for supervision of probationers and parolees,
or P.O.S.T. Certified as a peace officer. A Probation Officer terminated for
failure to maintain the ability to serve as a Probation officer is not eligible for
re-hire until they have obtained such designation.
(3) Will have completed a standard two-year college course of study (90 quarter
hours/60 semester hours) or have four years law enforcement experience at
the time of appointment;
(4) Documentation of education, law enforcement experience, P.O.S.T.
certification, and authorization to serve as a Probation officer pursuant to
O.C.G.A. §42-8-100 shall be maintained in the employee’s personnel file;
(5) Will sign a statement cosigned by the Chief Probation Officer that the
employee has received an orientation on the rules of the DCS as well as
Page 6 of 21
operations guidelines relevant to that employee’s job duties. A copy of the
statement will be maintained in the employee’s personnel file;
(6) Will receive training in and sign a confidentiality statement agreeing to hold
the identity of offenders and records confidential. A copy of the statement
will be maintained in the employee’s personnel file; and,
(7) Consent to a criminal background check; and,
(8) The following persons are not eligible for employment as a Probation Officer:
a. A person convicted of a felony;
b. A person with misdemeanor convictions sufficient to establish a pattern of
disregard for the law;
c. A person with a conviction, guilty plea or nolo contendere to any
misdemeanor involving moral turpitude;
d. A person with an outstanding warrant; and,
e. A person with pending charges for felony, domestic violence or
misdemeanors involving moral turpitude.
(9) Supervising Probation Officers: Probation Officers in positions where they
supervise other probation officers must be P.O.S.T. Certified as a Georgia
peace officer.
C. Chief Probation Officer:
(1) Will have a minimum of five years’ experience in corrections, parole or
probation services;
(2) Will be P.O.S.T. Certified as a Georgia peace officer at time of application.
Losing peace officer P.O.S.T certification while employed as a Chief
Page 7 of 21
Probation Officer will result in termination of employment as Chief Probation
Officer and such person is not eligible for re-hire as Chief Probation Officer
unless they have obtained P.O.S.T. certification as a peace officer;
(3) Be at least 21 years of age at time of appointment;
(4) Will sign a DCS provided confidentiality statement agreeing to hold the
identity of offenders and records confidential;
(5) Consent to a criminal background check; and,
(6) The following persons are not eligible for employment as Chief Probation
Officer:
a. A person convicted of a felony;
b. A person with misdemeanor convictions sufficient to establish a pattern of
disregard for the law;
c. A person with a conviction, guilty plea or nolo contendere to any
misdemeanor involving moral turpitude;
d. A person with an outstanding warrant; and,
e. A person with pending charges for felony, domestic violence or
misdemeanors involving moral turpitude.
2. Criminal Records Checks
Each employee of the Richmond County Probation Office will submit to a
criminal background check completed by the DCS in accordance with O.C.G.A. § 35-
3-34. Completed fingerprint cards will be submitted with the Probation Employee
Registration Form.
Page 8 of 21
The Chief Probation Officer will notify the DCS and the Chief Judge of State
Court in writing if that officer or other employee of the probation office has been
charged, arrested, or pled guilty or nolo contendere to, or has been convicted of any
misdemeanor or any felony. Notification will be made within ten (10) business days.
3. Training and Staff Development
A. General
All employees will receive training concerning and sign a confidentiality
statement agreeing to hold the identity of offenders and records confidential. A
copy of the statement will be maintained in the employee’s personnel file. All
employees will be trained in the “Open Records Act” as found in O.C.G.A. §50-
18-70, through 50-18-77. A review of said Act will be conducted yearly and will
be documented in the employee’s file.
All employees will be trained in Part 2, of Title 42, of the Code of Federal
Regulations governing confidentiality of alcohol and drug abuse patient records.
A review of said regulation will be conducted yearly and will be documented in
the employee’s file.
B. Probation Officer Training:
(1) Probation Officers will be required to be registered with DCS, approved by
DCS and comply with all DCS training standards as a condition of
employment; and
(2) Will complete 20 hours of annual in-service continuing education training
consisting of a curriculum approved by the DCS and/or P.O.S.T.; and
Page 9 of 21
(3) All P.O.S.T. certified Probation Officers will comply with all annual P.O.S.T.
training requirements; and
(4) Training records will be maintained in the employee’s file.
(5) Probation Officers desiring to become P.O.S.T. certified as Georgia peace
officers will be provided an opportunity to do so in accordance with the
guidelines established by the Probation Advisory Board.
C. Chief Probation Officer Training:
(1) The Chief Probation Officer is subject to all of the requirements of the
Probation Officer training above except that the Chief Probation Officer will
have current P.O.S.T. Certification as a Georgia peace officer upon hire.
Probation and Related Services Provided
P.S.O agrees to provide the following misdemeanor probation services for an on behalf of
the Court:
1. Attend regularly scheduled Court sessions for the purpose of obtaining sentencing
information and personal history information for each offender placed on probation
and provide information in regard to current probation status if relevant. Dates of
regularly scheduled court sessions will be made available to P.S.O. in advance.
2. Conduct an initial interview with each probationer at the time of his or her sentencing
or as soon thereafter as is practicable for purposes of explaining the scope of the court
order relative to fines, fees and/or restitution imposed. All requirements and
conditions of the sentence and probation supervision will be explained to the
probationer.
Page 10 of 21
3. Collect from probationers, court ordered fines, restitution and other costs associated
with the order of the Court.
4. Prepare referrals and lend assistance to probationers either ordered to receive or
desiring counseling or employment assistance. Probationers identified by the Court
as having special treatment needs will be referred to appropriate community programs
and their progress followed and noted in their case record.
5. Alcohol/drug testing will be provided to probationers identified by the Court as
having drug or alcohol related problems. Unless otherwise ordered probationers will
assume the cost of regular and random drug and/or alcohol testing.
6. Provide electronic monitoring and intensive probation services to the Court and at the
direction of the Court.
7. Coordinate community service work with agencies in Richmond County and other
locations when ordered as a condition of probation by the Court appropriate and
consistent with the skills of the probationers. Community service work programs
shall include, but not be limited to, Richmond County Correctional Institution and
other work clean-up programs.
8. Maintain information in case files for each probationer regarding compliance with the
terms and conditions of probation, reporting dates, contacts as they occur and the
amounts and dates of monies collected.
9. All reports, files, records, and papers shall be confidential and maintained as may be
required by the DCS, and shall all be available only to the Court, and to others as
specifically authorized by the Court or pursuant to O.C.G.A. §42-8-108, and
O.C.G.A. §42-8-109.2, as hereinafter may be amended.
Page 11 of 21
10. The following records must be maintained for a period of two years and records must
be available and accessible for inspection by the Augusta, Georgia government, any
Judge of State or Magistrate Court, Department of Audits and Accounts or the DCS
upon request:
a. Written contracts or agreements for probation services;
b. All court orders for all probationers assigned to the entity for
supervision;
c. All accounting ledgers and related documents;
d. All payment receipts issued to probationers for all funds received;
e. All probation case history and management reports and documents;
f. All other documents pertaining to the case management of each
probationer assigned to the entity for supervision;
g. The probation entity application for registration and supporting
documents submitted to the DCS; and,
h. The registration approval issued to the probation entity by the
DCS.
11. Provide the Clerk of Court with a monthly listing of cases for which all fines and fees
have been collected. In this manner, the Clerk will be notified as to when to remit
amounts owed to other authorities for which amounts are collected, including
restitution. Funds shall be disbursed on a monthly basis.
12. Provide to the Chief Judges of the Courts, the Board, and to the DCS a quarterly
report containing the information required by the O.C.G.A. §42-8-108, or as may be
required by the DCS. This information shall also be submitted annually to the
Page 12 of 21
governing authority of Augusta, Georgia through the Augusta, Georgia Clerk of
Commission.
Other reports shall be provided in such detail as Augusta, Georgia, the Chief Judge of
State Court, Department of Audits and Accounts or the DCS may require.
To the extent required by law, all records of the probation office will be open to
inspection pursuant to the O.C.G.A. §42-8-108(b).
The DCS may produce aggregate reports summarizing statewide probation activities.
13. Reconcile all records with the Clerk’s Office on a monthly basis.
14. Assist the Court and law enforcement authorities in tracking absconders through the
submission of a report that details the probationer’s personal history and employment
information, the circumstances of his/her violation and his/her last known
whereabouts.
15. If a determination is made that the probationer is lacking the resources to be able to
make weekly or monthly payments, every effort will be made to convert the
remaining fines or costs to community service hours. Probationers will be credited a
dollar amount determined by the Court for each one (1) hour of community service
performed and, the Court shall determine the procedure for determining eligibility.
16. All efforts will be made to deal promptly with indigent cases at the mid-point
juncture, if not earlier, in order that there will be enough time remaining on the
sentence for an appropriate disposition.
17. When the P.S.O receives confirmed notice or verifies information that a probationer
has committed a material breach in conforming to the conditions of probation, it shall
take appropriate contempt of court and/or revocation of probation action to bring the
Page 13 of 21
breaches to the attention of the Court. The P.S.O. shall receive from the Court an
executed court operating procedure that outlines the timelines associated with the
reporting of probationer non-compliance.
18. Make every effort to provide consistent supervision so that each probationer generally
has only one probation officer during the term of probation.
19. No Probation Officer or employee will engage in any employment, business, or
activity that interferes or conflicts with the duties and responsibilities of this
agreement.
20. No Probation Officer or employee shall have personal or business dealings, including
the lending of money, with any probationers.
21. Provide to the Court as requested written reports on defendants on probation that
appear before the Court for arraignment, trial or other hearings.
22. In the event criminal offenses are decriminalized by the Georgia Legislature, P.S.O.
will monitor and collect fines and/or fees in such cases as may be required by the
Court.
23. Provide the capability to accept payments by credit card and by any other method.
Any fees or costs shall be paid by probationers.
24. Maintain on its staff a Spanish speaking employee who is appropriately qualified to
communicate with Spanish speaking probationers/offenders to ensure that these
individuals fully understand their obligations to the Court.
25. Maintain sufficient staffing levels and standards of supervision including the type and
frequency of contacts that are in compliance with the agreed upon Court operating
procedures. As determined by the Court, supervision levels will be as follows:
Page 14 of 21
a. High Risk cases will be scheduled at a minimum of once a month for face to face
meetings. Probation officers will maintain an average caseload of 250 active
participants;
b. Standard cases will be scheduled at a minimum of once a month for face to face
meetings. Probation officers will maintain an average caseload of 325 active
participants;
c. Low Risk cases will be required to check-in via kiosk, telephone or mail-in on a
monthly basis and will be scheduled at a minimum of once every 90 days for a
face to face meeting. Probation officers will maintain an average caseload of 375
active participants;
d. Financial Services participants will be scheduled for payment on a monthly basis
and will not require face to face meetings unless non-compliant; and,
e. These levels of supervision may be modified by the Court as conditions may
require.
f. The Chief Judge of State Court and the Chief Judge of Magistrate Court may, by
order, designate additional criteria to be used for assessing the appropriate
probation risk level for their court.
26. The P.S.O. shall not require probationers to continue to address probation conditions
beyond the term established in the original sentence, or for a time period beyond that
which is provided under appropriate tolling procedures.
27. Supervise participants of a Pretrial Intervention and Diversion program as requested
by the Prosecuting Attorney and approved by the Court.
Page 15 of 21
28. Provide for the supervised release of pretrial defendants as ordered and directed by
the court.
29. Provide for the supervision of bond condition(s) and Temporary Protective Order
compliance as ordered and directed by the court.
30. Assist in the development, implementation and reporting for grants as appropriate.
31. Attend any and all sessions of various accountability court programs as directed and
supervise participants as directed.
32. Provide other services to the courts or county departments as permitted by law.
Service Fees
1. Each sentence shall provide for a probation or monitoring fee and technology fee
payable for each month of the probation or suspension period of the sentence. Other
fees and charges shall be charged and collected as provided in this Order. All the fees
and charges in this Order may be changed by the Probation Services Advisory Board
or the Chief Judge of State Court at any time. Unless otherwise adjusted by the
Board or the Chief Judge of State Court, starting April 1, 2018 and continuing
annually on each April 1st, all of the fees and charges contained in this Order shall be
increased by the annual Southeast Consumer Price Index for All Urban Consumers
(CPI-U) of the previous year. In the event that the Southeast CPI-U is a negative
number, the charges and fees shall remain the same for such year. The initial fees
from the time this Order is executed through March 31, 2018 shall be as follows:
a. One dollar ($1) per month technology fee.
b. Nine dollar ($9) one-time fee for the Georgia Crime Victim Emergency Fund.
Page 16 of 21
c. Thirty-two dollars ($32) per month in those cases in which the P.S.O. is collecting
fines, and surcharges ordered by the Court in a probated or suspended sentence.
The maximum fee imposed shall be as set forth in the O.C.G.A. §42-8-103.
d. Thirty-five dollars ($35) per month in those cases in which the P.S.O. is providing
probation supervision or monitoring services for conditions inclusive of victim
restitution. When all special conditions of the probated or suspended sentence,
other than payments of fines and surcharges, are completed, the supervision fee
shall then be reduced to Thirty-two dollars ($32) per month and limited as set
forth in paragraph “a”.
e. The P.S.O. may charge a one-time fifteen dollar ($15) enrollment fee to
defendants who require supervision of conditions of the Court’s sentence. The
enrollment fee may not be charged in pay only cases in which P.S.O. is only
collecting fines, and surcharges.
f. Probationers will pay for random drug and/or alcohol testing and the P.S.O. will
provide such testing at a rate of fifteen ($15) for initial on-site testing and twenty-
five ($25) for lab confirmations at the request of the probationer.
g. Probationers will pay for electronic monitoring services and the P.S.O. will
provide such services at a rate of six ($6), per day for house arrest, nine ($9) per
day for GPS tracking, eight ($8) per Portable Breath Alcohol test, six ($6) per day
for MEMS in-home Breath Alcohol testing, and eleven ($11), per day for
SCRAM.
h. Probationers will pay for enrollment fees for the electronic monitoring services
described in subsection (e) herein at the following rates:
Page 17 of 21
i. Electronic monitoring - $25.00;
ii. GPS tracking - $40.00;
iii. MEMS in-home Breath Alcohol testing - $25.00;
iv. BART - $40.00; and
v. SCRAM - $40.00.
These enrollment fees shall be due and payable for each instance that the
electronic monitoring services are ordered by the Court.
i. The P.S.O. shall transfer each case to an unsupervised status and all probation
supervision fees shall cease when all conditions of the probated/suspended
sentence that require supervision have been successfully completed, unless the
Court specifically orders otherwise. Pay only sentences shall be terminated upon
full payment of the amount owed by the probationer.
2. Probation and/or the monthly probation or monitoring fees may be modified,
suspended or terminated by the Court as determined necessary in the Court’s
discretion.
3. Payment of fines and fees will be set according to the sentencing order of the Court.
For those probationers requiring a payment plan due to financial inability to pay in
full, a payment plan will be set out for each probationer by the P.S.O. The P.S.O. in
establishing each payment plan will take into consideration the ability of each
probationer to pay.
4. After three months of noncompliance of the terms of probation, probation fees shall
cease, the P.S.O. shall advise the Court of said noncompliance by sworn affidavit of
Page 18 of 21
the probation officer. Probation fees shall recommence at the conclusion of any rule
nisi hearing based on the Court’s ruling.
5. The P.S.O. will complete a financial assessment on those probationers reporting
financial hardships and requesting assistance. The Court will be advised of any
confirmed financial hardships and appropriate sentence modifications will be sought
including addressing probation supervision fees.
6. The P.S.O. will not collect probation supervision fees in advance and will not collect
probation fees for any months not authorized by court order.
7. Probation supervision fees will be assessed on a monthly basis. Individuals, who are
being supervised by the P.S.O. via electronic monitoring, remote alcohol testing, or
GPS tracking, will not be charged a monthly probation supervision fee while on
monitoring. Previously paid fees will not be reimbursed to the probationer when a
conversion to community service occurs during the probated term.
8. P.S.O. fees collected from the probationer will be disbursed first toward the Georgia
Crime Victims Emergency Fund (“G.C.V.E.F.”), second in payment to restitution
recipients and the balance to the Augusta, Georgia consolidated government, to be
disbursed as provided by law.
9. The P.S.O. will collect the G.C.V.E.F. fee pursuant to O.C.G.A. §17-15-13, as
directed by the Court, from each probationer placed on probation as required by
Georgia law unless the Court exempts the probationer. The P.S.O. will remit all
collections on a monthly basis to the Georgia Crime Victims Compensation Board.
Department of Community Supervision
Page 19 of 21
The P.S.O. must be registered and in good standing with the Department of Community
Supervision. Further, the P.S.O. must adhere to all duly promulgated rules and regulations of
said Department established by DCS per O.C.G.A. §42-8-106.
Term, Default and Agreement Termination Procedures
Richmond County Probation Office records will be open to audit by the courts and the
Augusta, Georgia Finance Department (or their designees) with appropriate written notice to
ensure compliance with state law, Augusta, Georgia policy, and the rules and regulations of the
DCS. Probation records will be open to inspection and investigation by the DCS or its
designated representatives to determine and monitor compliance with requirements. The
probation office will diligently work to correct areas of noncompliance prior or subsequent to
their discovery by the DCS.
Augusta, Georgia understands that the DCS has the authority to impose sanctions, deny,
suspend, or revoke the registration approval of a probation entity for noncompliance with
registration requirements.
Augusta, Georgia further understands that the Chief Judge of State Court and the Chief
Judge of Magistrate Court may, by order, implement procedures consistent with the intent of this
agreement.
The said Courts of Richmond County have established the Probation Services Office,
with the approval and consent of the Augusta, Georgia Board of Commissioners, to directly
supervise participants and probationers as set forth herein as evidenced by its execution of this
agreement by its properly authorized official.
The Courts and Augusta, Georgia further agree that prior to termination or reduction of
the services contained herein, the party requesting such changes shall provide at least sixty (60)
Page 20 of 21
days’ notice of the intended action. Termination or reduction of services may be addressed by
one of the following actions:
a. By Commission formal action after discussions with the Courts or
b. By Order of the Court, with approval from the governing authority.
The Courts and Augusta, Georgia further agree that, in the event there is action taken by
the Georgia legislature causing probation services to no longer be a judicial function, this
agreement shall be reconsidered by both parties within sixty (60) days of the passage of such
legislation.
This Order shall be effective until December 31, 2021. This Agreement may be renewed
thereafter by mutual consent of the parties. This Order may be amended from time to time by
mutual consent of the parties.
Approvals
On behalf of the Courts of Richmond County:
____________________________________________
Richard A. Slaby, Chief Judge
State Court of Richmond County
____________________________________________
David D. Watkins, Judge
State Court of Richmond County
____________________________________________
Patricia W. Booker, Judge
State Court of Richmond County
____________________________________________
Kellie K. McIntyre, Judge
State Court of Richmond County
Page 21 of 21
____________________________________________
William D. Jennings, III, Chief Judge
Magistrate Court of Richmond County
____________________________________________
H. Scott Allen, Presiding Judge
Magistrate Court of Richmond County
On behalf of the Augusta, Georgia Government:
_____________________________________________
The Honorable Hardie Davis, Jr., Mayor
Commission Meeting Agenda
7/18/2017 2:00 PM
2016 Audit Report
Department:Finance
Department:Finance
Caption:Receive as information the results of the 2016 financial audit.
Background:As part of the annual financial audit process, the results of the
audit are presented to the commission by our audit firm - Mauldin
& Jenkins
Analysis:
Financial Impact:none
Alternatives:
Recommendation:Receive as information
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Revenue Street Lighting
Department:
Department:
Caption:Discuss/approve revenue source for Street Lighting.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Commission Meeting Agenda
7/18/2017 2:00 PM
Affidavit
Department:
Department:
Caption:Motion to approve execution by the Mayor of the affidavit of
compliance with Georgia's Open Meeting Act.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo