HomeMy WebLinkAbout2018-07-31 Meeting Minutes Engineering Services Committee Meeting Commission Chamber - 7/31/2018
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Hasan, Vice Chairman; Smith
and Frantom, members.
Absent: Hon. Fennoy, Chairman.
ENGINEERING SERVICES
1. Mr. Reginald L. Cotton regarding a sewer backup at 2820 King Street. Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve
receiving this item as
information.
Motion Passes 3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
2. Discuss the issue of an extension on the feasibility to clear vacant lots of
overgrown vegetation and debris of vacant homes.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve
receiving this item as
information.
Motion Passes 3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
3. Approve and award Preliminary and Final Engineering Design Consultant
Services Agreement to Cranston Engineering Group, Inc. in the amount of
$576,922.92 for the 9th Street (James Brown Blvd.) Improvements Project as
Item
Action:
Approved
requested by the AED. Award is contingent upon receipt of signed agreement.
RFP 18-171
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
4. Motion to authorize condemnation to acquire title of a portion of property for
permanent easement and temporary easement (Parcel 166-0-023-04-0) 4252-E
Windsor Spring Road.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to delete this
item from the
agenda.
Motion Passes 3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
5. Motion to authorize condemnation to acquire title of a portion of the property
for permanent easement (Parcel 166-0-023-05-0) 4252-A Windsor Spring
Road.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
6. Approve incorporating city parcel 045-1-066-00-0 into Adrian Street ROW
and accordingly accepting Adrian extended section in Augusta, GA Road
System as requested by AED.
Item
Action:
Approved
Motions
Motion
Type
Motion Text Made By Seconded By Motion
Result
Delete
Motion to
approve.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
7. Approve Award of Bid Item #18-160 for the construction of the Camp
Hancock Outfall Sewer Rehabilitation – Phase 1 project to Insituform
Technologies, LLC.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
8. Discuss Administrator’s recommendation regarding funding for street
lighting.
Item
Action:
Rescheduled
Motions
Motion
Type Motion Text Seconded By Motion
Result
Defer
Motion to refer this
item to the full
Commission with no
recommendation.
Motion Passes 3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
9. Motion to approve Memorandum of Understanding to include Augusta
Utilities Department’s water main, sanitary sewer main, and fiber optic cable
relocations in the Georgia Department of Transportation contract, through
competitive bidding, for GDOT Project PI 210327 I-20 at Savannah River,
Richmond County.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve Passes
Motion to
approve.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith
10. Motion to approve the minutes of the Engineering Services Committee held
on July 10, 2018.
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to
approve.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
11. Approve addition of two (2) Contractors to Current Approved On-Call
Concrete Repair, Concrete Construction, and Emergency Repair
Contractor-List and accordingly Approve award of On-Call Concrete
Repair, Concrete Construction, and Emergency Repair Contract to these
two contractors (i- DJ Construction Company, and ii- Sitec, LCC) as
requested by AED. Award is contingent upon receipt of signed contracts
and proper insurance Documents. RFP 18-155
Item
Action:
Disapproved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Deny
Motion to deny.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
12. Approve addition of four (4) Contractors to Current Approved On-Call
Drainage Easements and Ponds Cutting/Cleaning Contractor-List and
accordingly Approve award of On-Call Drainage Easements and Ponds
Cutting/Cleaning Contract to these four contractors (i-T Garrett
Enterprise, ii-Augusta Quality, iii-Lumber jack Landscaping, and iv-
Bulldogs Cuts) as requested by AED. Award is contingent upon receipt of
signed contracts and proper insurance Documents. RFP 18-157
Item
Action:
Disapproved
Motions
Motion Text Made By Seconded By
Motion
Type
Motion
Result
Approve
Motion to deny.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
13. Approve addition of four (4) Contractors to Current Approved On-Call
Maintenance Vegetation Control and Right-of-Way Mowing Contractor-
List and accordingly Approve award of On-Call Maintenance Vegetation
Control and Right-of-Way Mowing Contract to these four contractors (i-T
Garrett Enterprise, ii-Robert’s Professional Lawn Services, iii-Lumberjack
Landscaping, and iv-Bulldogs Cuts) as requested by AED. Award is
contingent upon receipt of signed contracts and proper insurance
Documents. RFP 18-152
Item
Action:
Disapproved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Deny
Motion to deny.
Motion Passes
3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
14. Discuss Storm Water Fee. (Deferred from the July 10 Engineering
Services Committee - requested by Commissioner Marion Williams)
Item
Action:
Approved
Motions
Motion
Type Motion Text Made By Seconded By Motion
Result
Approve
Motion to approve
receiving this item as
information.
Motion Passes 3-0.
Commisioner
Sean Frantom
Commissioner
Grady Smith Passes
www.augustaga.gov
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Attendance 7/31/18
Department:
Presenter:
Caption:
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
AGENDA ITEM REQUEST FORM
Commission meetings: First and third Tuesdays of each month - 2:00 p.m.
Committee meetings: Second and last Tuesdays of each month - l:00 p.m.
commission/committee: (Please check one and insert meeting date)
Contact Information for IndividuaUPresenter Making the Request:
t,Name:
Address:
Telephone Number:
Fax Number:
E-Mail Address:
of Disc to be placed
Please-send this request form to the following address:
Commission
Public Safety Committee
Public Services Committee
Administrative Services Committee
Engineering Services Committee
Finance Committee
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Date of Meeting
Telephone Number: 706-821-1820
Fax Number: 706-821-1838
E-MaiIAddress: nmorawski@augustaga.gov
the
le"
Ms. Lena J. Bonner
Clerk of Commission
Suite 220 Municipal Building
535 Telfair Street
Augusta, GA 30901
Requests may be faxed, e-mailed or delivered in person and must be received in the Clerk,s
Office no later than 9:00 a.m. on the Thursday preceding the Commission and Committee
meetings of the following week. A five-minute time limit will be allowed for presentations.
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Reginald L. Cotton
Department:Clerk of Commission
Presenter:
Caption:Mr. Reginald L. Cotton regarding a sewer backup at 2820 King
Street.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Overgrown lots of vacant homes
Department:
Presenter:
Caption:Discuss the issue of an extension on the feasibility to clear
vacant lots of overgrown vegetation and debris of vacant homes.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Augusta-Richmond County, Georgia
BE IT ORDAINED by the Commission-Council of Augusta-Richmond County,
Georgia that the following Capital Project Budget is hereby amended:
Section 1: The project change is authorized to CPB#371-041110-T15041218 James Brown Blvd Impvts
(9th St) Project to award the Final Engineering Design Consultant to Cranston Engineering
in the amount of $576,922.92 as requested by the AED. Funding to come from the
Transportation Investment Act project account.
Section 2: The following revenues are anticipated to be available to the Consolidated
Government to complete the project.
TIA Phase -1 109,978$
TIA Phase -2 640,022$
750,000$
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
Honorable Hardie Davis, Jr., Mayor
CAPITAL PROJECT BUDGET
CPB#371-041110-T15041218
Augusta Downtown Concept Plan
James Brown Boulevard Improvements
1.13.2012
Augusta-Richmond County, Georgia
CAPITAL PROJECT BUDGET
CPB#371-041110-T15041218
Augusta Downtown Concept Plan
James Brown Boulevard Improvements
CPB AMOUNT CPB NEW
SOURCE OF FUNDS CPB ADDITION CPB
TIA Funds ($109,978) ($640,022) ($750,000)
TOTAL SOURCES: ($109,978) ($640,022) ($750,000)
USE OF FUNDS
ENGINEERING
371-041110-5212115-$109,978 $640,022 $750,000
TOTAL USES: $109,978 $640,022 $750,000
1.13.2012
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:0
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:0
Cost Summary
By Phase / Discipline / Firm
Total Fee CRANSTON ISM CRANSTON JLA 787
Engineering,
LLC
- EPEI CRANSTON - TBD -
Enter all disciplines
provided by each firm
>>
Project
Management
QC/Utility
Coordination
Roadway
Design
Highway
Lighting &
Landscaping
Construction
Testing*
Traffic
Operations
Environ-
mental
Survey Aerial
Mapping
Utilities
Investigation
(SUE)
Geotech
Totals 576,922.92$ 63,034.30$ 126,417.06$ 330,027.21$ 33,514.14$ -$ -$ 14,809.39$ 9,120.82$ -$ -$ -$
1 Concept Development -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
2 Database Preparation 6,057.44$ 2,518.96$ -$ 3,538.48$ -$ -$ -$ -$ -$ -$ -$ -$
3 Environmental Document 16,445.89$ 1,147.73$ -$ 488.77$ -$ -$ -$ 14,809.39$ -$ -$ -$ -$
4 Preliminary Plans 316,810.02$ 30,717.49$ 68,798.40$ 201,070.01$ 16,224.12$ -$ -$ -$ -$ -$ -$ -$
5 Right of Way Plans 22,198.65$ 3,177.21$ -$ 9,900.62$ -$ -$ -$ -$ 9,120.82$ -$ -$ -$
6 Final Plans 215,410.92$ 25,472.91$ 57,618.66$ 115,029.33$ 17,290.02$ -$ -$ -$ -$ -$ -$ -$
7 Construction Services -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
8 Special Studies -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
9 Public Involvement -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Prime Fixed Fee 35,716.45$ 5,713.98$ 30,002.47$ -$
Tab Name>> PM1 PM1 Rd1 Rd2 Br1 Trf1 Env1 Srv1 Map1 SUE1 OMT1
DBE (Yes or No)No Yes No No No No Yes No No No No
DBE Participation 141,226.45$ -$ 126,417.06$ -$ -$ -$ -$ 14,809.39$ -$ -$ -$ -$
DBE %24.5%21.9%2.6%
Contract DBE Goal %15.0%
0-Jan-1900
Phase Phase Description
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Cost Summary Page 1 of 2
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:0
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:0
0-Jan-1900
CRANSTON ISM CRANSTON JLA 787
Engineering,
LLC
- EPEI CRANSTON - TBD -
Project
Management
QC/Utility
Coordination
Roadway
Design
Highway
Lighting &
Landscaping
Construction
Testing*
Traffic
Operations
Environ-
mental
Survey Aerial
Mapping
Utilities
Investigation
(SUE)
Geotech
Totals 10,048 527 588 8,285 358 - - 140 150 - - -
1 Concept Development - - - - - - - - - - - -
2 Database Preparation 101 26 - 75 - - - - - - - -
3 Environmental Document 162 11 - 11 - - - 140 - - - -
4 Preliminary Plans 5,805 250 320 5,061 174 - - - - - - -
5 Right of Way Plans 434 30 - 254 - - - - 150 - - -
6 Final Plans 3,546 210 268 2,884 184 - - - - - - -
7 Construction Services - - - - - - - - - - - -
8 Special Studies - - - - - - - - - - - -
9 Public Involvement - - - - - - - - - - - -
By Phase / Firm
Phase Phase Description Total Hours
Hours Summary
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Cost Summary Page 2 of 2
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Total Hours Total Cost
Total Other
Direct Costs Fixed Fee @
Total Labor
Cost
Direct Labor
Cost
Indirect Costs
(Overhead) @ FCCM @
Phase Description Assumptions / Notes 10%
TOTALS ==> 8,285 330,027.21$ -$ 30,002.47$ 300,024.74$ 300,024.74$ -$ -$
1 Concept Development -$ -$ -$ -$ -$ -$ -$
2 Database Preparation 75 3,538.48$ -$ 321.68$ 3,216.80$ 3,216.80$ -$ -$
3 Environmental Document 11 488.77$ -$ 44.43$ 444.34$ 444.34$ -$ -$
4 Preliminary Plans 5,061 201,070.01$ -$ 18,279.09$ 182,790.92$ 182,790.92$ -$ -$
5 Right of Way Plans 254 9,900.62$ -$ 900.06$ 9,000.56$ 9,000.56$ -$ -$
6 Final Plans 2,884 115,029.33$ -$ 10,457.21$ 104,572.12$ 104,572.12$ -$ -$
7 Construction Services -$ -$ -$ -$ -$ -$ -$
8 Special Studies -$ -$ -$ -$ -$ -$ -$
9 Public Involvement -$ -$ -$ -$ -$ -$ -$
Project Level Summary - Labor
Staff Type / Project Hourly Rates / Hours Hourly Rates Include Composite Escalation Over Current Rates of: 2.0%
Total Principal
Project
Manager
Senior
Engineer Engineer Technician
Clerical
Administrator
$59.92 $39.59 $36.72 $31.83 $19.76
TOTAL HOURS ==>8,285 247 1,930 3,132 2,900 76
TOTAL DIRECT LABOR COST==>300,025$ 14,800$ 76,409$ -$ 115,007$ 92,307$ 1,502$ -$ -$ -$
Project Level Summary - Other Direct Costs
Express/Mail
/Courier Lodging Meals Mileage Parking
Reproduction
/Printing Car Rental
Vendor Service
Right of Way
TOTALS ==>-$ -$ -$ -$ -$ -$ -$ -$ -$ -$
Cranston Engineering
Roadway Design
Other Direct Costs
Total Other
Direct Costs
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 1 of 8
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Cranston Engineering
Roadway Design
Staff Type / Project Hourly Rates / Hours Hourly Rates Include Composite Escalation Over Current Rates of: 2.0%
Total Hours Principal
Project
Manager
Senior
Engineer Engineer Technician
Clerical
Administrator
Phase Description $59.92 $39.59 $36.72 $31.83 $19.76
TOTALS ==>8,285 247 1,930 3,132 2,900 76
1 Concept Development
2 Database Preparation 75 15 40 20
3 Environmental Document 11 1 6 4
4 Preliminary Plans 5,061 129 1,180 1,972 1,720 60
5 Right of Way Plans 254 10 44 60 140
6 Final Plans 2,884 92 660 1,076 1,040 16
7 Construction Services
8 Special Studies
9 Public Involvement
Express/Mail
/Courier Lodging Meals Mileage Parking
Reproduction
/Printing Car Rental
Vendor Service
Right of Way
Phase Description
TOTALS ==>-$ -$ -$ -$ -$ -$ -$ -$ -$ -$
1 Concept Development -$
2 Database Preparation -$
3 Environmental Document -$
4 Preliminary Plans -$
5 Right of Way Plans -$
6 Final Plans -$
7 Construction Services -$
8 Special Studies -$
9 Public Involvement -$
Total Other
Direct Costs
Other Direct Costs
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 2 of 8
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Cranston Engineering
Roadway Design
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
1 Concept Development Assumptions / Notes
Discipline Management - Coordination
Meetings
Prepare / Contribute to Project Justification
Statement
Prepare Quality Assurance Plan
Internal Quality Assurance Reviews
External Peer Review
Prepare Concept Property Database
Compile/Enhance Concept Topographic
Database
Contribute to / Prepare Interchange
Modification Report (IMR)
Contribute to / Prepare Interchange
Justification Report (IJR)
Prepare Concept Layout # layouts/alternatives
Revise Concept Profiles
Revise Concept Typical Sections
Revise Concept Cross Sections
Revise Concept Construction Cost Estimate)
Contribute to Concept Right of Way Cost
Estimate
Prepare Concept Report
Validate Concept Report
Prepare Capacity Analysis Reports
Prepare Highway Safety Manual Analysis
Complete Concept Pavement Design
Prepare Design Data Book (design criteria)
Validate/Revise Design Data Book (design
criteria)
Prepare PAR Layouts, Attend Meeting
Prepare for, Attend, Document Initial Concept
Team Meeting
Prepare for, Attend Concept Team Meeting Dry
Run
Prepare for, Attend, Document Concept Team
Meeting
Provide Materials for Value Engineering Study
Participate in Value Engineering Study
Revise Concept Report per VE Study
Recommendations
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 3 of 8
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Cranston Engineering
Roadway Design
Concept Hydrology Study for MS4 Permit /
Infeasibility Reports
Coordinate Logical Termini Meetings and
Memorandum
Complete Streets Warrants and Design Memo
Assist / Coordinate Bridge Type Study
Assist / Coordinate PES and PTS Reports
Coordinate with USACOE (section 408)Task not typically required
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
2 Database Preparation Assumptions / Notes 75 15 40 20
Discipline Management - Coordination
Meetings 2 meetings 27 3 12 12
Prepare for / Attend Pre-Survey Meeting
Roadway QC of Survey Database 18 2 8 8
Coordinate submittal for 20% Check
Review/Submit Databases 30 10 20
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
3 Environmental Document Assumptions / Notes 11 1 6 4
Discipline Management - Coordination
Meetings # meetings 9 1 4 4
Agency meetings # meetings
Roadway QC of Environmental
Document/Studies 2 2
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
4 Preliminary Plans Assumptions / Notes 5,061 129 1,180 1,972 1,720 60
Discipline Management - Coordination
Meetings 6 meetings 129 9 60 60
Information Gathering 92 4 48 40
Conduct Site Visits 2 visits for Concept 30 2 16 12
Validate/Revise Concept Layout 88 4 44 40
Conceptual Drainage Design 208 8 80 120
Revise Concept Construction Cost Estimate) 62 2 30 30
Coordinate with Adjacent Projects 20 20
Coordinate with Railroads 140 80 60
Coordinate with USACOE (section 408)Task not typically required
Prepare RR Submittal 140 20 40 80
Coordinate with Utility Companies # companies 70 30 40
Prepare utility submittals # companies 60 20 40
Prepare Typical Sections 50 10 20 20
Prepare Pavement Designs
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 4 of 8
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Cranston Engineering
Roadway Design
Prepare Construction Layout/Stakeout Sheet 68 8 20 40
Prepare Corridor Location Map/Aerial Mosaic
(New Location)60 20 40
Prepare Roadway Plans, Profiles, etc.580 80 200 300
Prepare Demolition Plans 180 20 60 100
Prepare Utility Relocation Plans 360 40 120 200
Prepare Signing and Marking Plans 140 20 40 80
Prepare Sign Inventory Log 130 10 40 80
Prepare Signal Plans 30 10 20
Prepare ATMS Plans
Prepare Roadway Cross-Sections
Prepare Preliminary Driveway Profiles
Prepare Preliminary Drainage Design and
Layout 300 80 120 100
Prepare Preliminary Drainage Profiles/Cross
Sections 140 20 60 60
Prepare MS4 Analysis / Design including
Feasibility analysis 120 40 80
Prepare Hydrological Studies 160 40 120
Prepare Special Grading Plans (Intersection /
Roundabout Plans)
Prepare intersection sight distance study 70 10 20 40
Prepare Noise Walls / Barriers
Prepare Preliminary Staging Plans
Prepare Preliminary Staging Cross Sections
(critical cross sections only??)
Prepare / Contribute to Landscaping Plans 50 10 20 20
Prepare Prelim. Erosion, Sed. & Pollution
Control Plans 160 20 40 100
Prepare Drainage Area Map 40 20 20
Prepare Sediment Basin Design / Grading
Prepare Preliminary Right of Way and
Easements 170 10 60 100
Prepare Existing Utility Plans from Utility Co.
Markups 200 40 60 100
Prepare Existing Utility Plans from SUE
Database
Prepare Retaining Wall Locations and
Envelopes
Prepare Revised Concept Report 50 10 20 20
Prepare Detour Report
Prepare Draft Special Provisions
Prepare Special Construction Details 120 20 40 60
Prepare Design Exception Report # of exceptions
Prepare Design Variance Report Assume 1 variances 80 20 40 20
Prepare Prelim. Earthwork Qtys. by Stage
Construction 120 40 80
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 5 of 8
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Cranston Engineering
Roadway Design
Prepare Detailed Construction Cost Estimate 70 10 20 40
Contribute to Updated R/W Cost Estimate
Prepare for, Participate in Constructability
Review 88 8 20 40 20
Prepare PFPR Plans for Submittal 118 8 20 30 60
Prepare for, Participate in PFPR 60 16 24 20
Address PFPR Comments 168 8 20 40 80 20
Update / Maintain Design Notebook 60 20 40
Internal Quality Assurance Reviews 80 40 40
External Peer Review
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
5 Right of Way Plans Assumptions / Notes 254 10 44 60 140
Discipline Management - Coordination
Meetings # meetings 10 2 8
Prepare Location and Design Report
Prepare Easement Plats 96 6 30 60
Easement Plat Review Revisions 60 10 10 40
Internal Quality Assurance Reviews 18 8 10
Preparing Staking and Deed Data
Revisions during Acquisition 10% anticipated 70 10 20 40
Prepare displays for Propery Owners Meeting
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
6 Final Plans Assumptions / Notes 2,884 92 660 1,076 1,040 16
Discipline Management - Coordination
Meetings
6 meetings - one per month
during final design 84 12 24 48
Coordinate with Railroads 120 80 40
Prepare RR submittal 140 20 40 80
Coordinate with Utility Companies for
Relocations 72 8 16 48
Coordinate with USACOE (section 408)Task not typically required
Finalize Cover Sheet, Index, General Notes 40 10 10 20
Finalize Typical Sections 40 10 10 20
Finalize Roadway Plans, Profiles, etc.240 40 80 120
Finalize Signing and Marking Plans 70 10 20 40
Prepare TMP Report
Finalize Signalization Plans 30 10 20
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 6 of 8
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Cranston Engineering
Roadway Design
Finalize Signal Interconnect Plans
Finalize ATMS/ITS Plans and Details
Finalize Drainage Design, Profiles 180 40 60 80
Finalize Driveway Profiles
Prepare Detailed Plan Sheets
Finalize Special Grading Plans
Finalize MS4 Design 120 40 80
Finalize/Validate Pavement Design
Finalize Erosion, Sed. & Pol. Ctrl. Plans for
Staged Constr.380 60 120 200
Finalize Staging Plans and Details
Finalize Staging Cross-Sections
Finalize Retaining Wall Locations and
Envelopes
Finalize Utility Plans 300 60 120 120
Coordinate / Attend SUE Utility Impact
Adjustment Meetings
Prepare Special Construction Details 144 4 20 40 80
Prepare Special Design Box Culverts
Prepare Updated Culvert Plans for USACE
permitting
Prepare Special Provisions
Prepare / Contribute To Supplemental
Specifications 58 8 20 30
Finalize Detailed Construction Quantities, Cost
Estimate 44 4 10 30
Prepare / Submit “Lockdown” Plans for
Permitting 31 or 38 Weeks Prior to Let, as
Appropriate
Prepare FFPR Plans for Submittal 70 10 20 40
Prepare for, Participate in FFPR 48 16 16 16
Address / Implement FFPR Comments 70 10 20 40
Prepare Corrected FFPR Plans 50 10 20 20
Revise Construction Plans per R/W Acquisition
Revisions 64 8 16 40
Internal Quality Assurance Reviews 72 24 48
Address Final Corrected Plans
comments/revisions 140 20 40 80
Finalize Noise Wall / Barrier Plans
External Peer Review
Prepare / Submit Final Plans 44 4 20 20
Revise Plans, Prepare Amendments During
Bidding Process 68 8 20 40
Answer Design Inquiries during bidding prior to
construction 64 4 20 40
Coordinate Specs w/ City 70 2 20 40 8
Issue Addendum to the Bid 1 Addendum included 34 2 8 20 4
Preconstruction Meetings 28 8 8 8 4
Review Bids and issue a recommendation To be completed by City
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 7 of 8
Georgia Department of Transportation
COST PROPOSAL
Proj. No.:00-000-00(00)Project:9th Street (James Brown Boulevard) Improvements
PI No.:0011419/RC07-001218 County:Richmond Master Contract:
Prime:CRANSTON ENGINEERING Contract Type:Lump Sum Contract Expiration:
Date:5-Jun-2018 Fixed Fee %:10%Task Order No:
Discipline:Hours & Cost Estimate
Cranston Engineering
Roadway Design
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
7 Construction Services Assumptions / Notes
Discipline Management - Coordination
Meetings and Conversations
Answer Design Questions during Construction
Participate in Post-Construction Evaluation
Revise Plans for Use-On Construction and/or
Amendments
Complete Final Earthwork Coordination
Preconstruction / Construction Status Update
Meetings
Assist / Prepare 7-day inspection letter
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
8 Special Studies Assumptions / Notes
Total Hours Principal Project Manager Senior Engineer Engineer Technician
Clerical
Administrator
9 Public Involvement Assumptions / Notes
Discipline Management - Coordination
Meetings
Assist with Public Involvement Plan
Prepare for, Attend PIOH, Respond to
Comments
Prepare for, Attend PHOH, Respond to
Comments
Assist with Organizing a Citizen's Advisory
Committee (CAC)
Plan, Prepare for, Participate in CAC Meetings # meetings
Plan, Prepare for, Conduct Local Government
Meetings # meetings
Meetings, Conversations with Individual
Property Owners # meetings
Prepare for, Attend, Document Key
Stakeholder Meetings # meetings
Prepare for, Attend, Document EJ Community
Meetings # meetings
Prepare for, Attend, Document Neighborhood
Meetings # meetings
Prepare for, Attend, Document Special Interest
Group Meetings # meetings
Prepare for, Attend Detour Meeting, Respond
to Comments # meetings
Prepare for, Participate in Charrette
Prepare 3D Visualizations
Prepare 3D Animations
Assist / Manage Project Website # months
6/25/2018 2:56 PM
0011417_2018-06-22_MainCostProp_v8-9th Street Improvements_MAIN-REVISED Rd1 Page 8 of 8
Request for Proposal
Request for Proposals (RFP) will be received at this office until Tuesday, March 27, 2018 @ 3:00 p.m. for furnishing:
RFP Item #18-171 9th Street (James Brown Boulevard) Improvement Project for Augusta, Georgia – Engineering Department
RFP 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 $100.00.
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, February 15, 2018. Proponents 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. Proponents are cautioned that acquisition of documents through
any other source is not advisable. Acquisition of documents from unauthorized sources places the proponent at the risk of
receiving incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre Proposal Conference will be held on Tuesday, March 13, 2018 @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 Wednesday, March 14, 2018 @ 5:00 P.M. No Proposal will be accepted by fax, all
must be received by mail or hand delivered.
No RFP may be withdrawn for a period of sixty (60) days after RFPs have been opened, pending the execution of contract with
the successful proponent. A 100% performance bond and a 100% payment bond will be required for award.
Request for proposals (RFP) and specifications. An RFP 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 request for proposal 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 RFP 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 RFP number on the outside of the
envelope.
Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department
is not advisable. Acquisition of RFP documents from unauthorized sources placed the proponent 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 RFP will be accepted by fax, all must be received by mail or hand delivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle February 15, 22, March 1, 8, 2018
Metro Courier February 15, 2018
Cc: Janice Allen Jackson Administrator
Hameed Malik Engineering Department
Revised: 2/2/2016
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 6
Copies
Fee
Proposal
Compliance
Review
6% Goal
ATTN: MAUREEN O’BRIEN
1219 ASSEMBLY STREET
COLUMBIA, SC 29201
CRANSTON ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30901
YES 64684 YES YES YES YES YES YES
RFP Opening RFP Item #18-171
9th Street (James Brown Boulevard) Improvement Project
for Augusta, Georgia – Engineering Department
RFP Due: Thursday, March 27, 2018 @ 3:00 p.m.
Total Number Specifications Mailed Out: 24
Total Number Specifications Download (Demandstar): 9
Total Electronic Notifications (Demandstar): 328
Total Number Specifications Mailed Out to Local Vendors: 17
Mandatory Pre Proposal Conference Attendees: 2
Total packages submitted: 1
Total Noncompliant: 0
Page 1 of 1
CRANSTON ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30901
CRANSTON ENGINEERING
452 ELLIS STREET
AUGUSTA, GA 30901
Ranking of 0-5 (Enter
a number value
between 0 and 5)
Evaluation Criteria Ranking Points Scale 0 (Low) to 5
(High)
1. Completeness of Response
• Package submitted by the deadline
• Package is complete (includes requested
information as required per this solicitation)
• Attachment B is complete, signed and notarized
N/A Pass/Fail PASS PASS
2. Qualifications & Experience (0-5)20 4.6 92.0
3. Organization & Approach (0-5)15 4.4 66.0
4. Scope of Services
Ability to Provide Scope of Services
Project Deliverables
Cost Control and Budgeting Methodology
(0-5)15 4.1 61.5
5. Schedule of Work (0-5)10 3.9 39.3
6. References (0-5)5 4.9 24.7
Within Richmond County 5 10 5 50
Within CSRA 5 6 0
Within Georgia 5 4 0
Within SE United States (includes AL, TN, NC, SC, FL) 5 2 0
All Others 5 1 0
27.0 333.5
8. Presentation by Team (0-5)10 0
9. Q&A Response to Panel Questions (0-5)5 0
Lowest Fees 5 10 10 100
Second 5 6 0
Third 5 4 0
Forth 5 2 0
Fifth 5 1 0
Total Phase 2 10 100
37.0 433.5
Procurement DepartmentRepresentative:_______Nancy Williams______________________________________
Procurement Department Completion Date: 4/23/18
Phase 2 (Option - Numbers 8-9)
10. Cost/Fee Proposal Consideration
(only choose 1 line according to dollar value of the proposal in relation to all fee proposals - enter
Internal Use Only
Total Cumulative Score
(Maximum point is 500)
Evaluator: Cumulative Date: 4/23/18
Vendors
Total
Phase 1 Total - (Total Maximum Ranking 25 -
Maximum Weighted Total Possible 375)
Phase 1
RFP Item #18-171
9th Street (James Brown Boulevard) Improvement Project
for Augusta, Georgia – Engineering Department
Evaluation Meeting: Monday, April 23, 2018 @ 3:00 pm.
7. Proximity to Area (only choose 1 line according to location of the company - enter the ranking value for the one line
only)
Weighted Scores
Engineering Services Committee Meeting
7/31/2018 1:10 PM
9th Street (James Brown Blvd.) Improvements Design Services for Reconstruction
Department:Engineering
Presenter:
Caption:Approve and award Preliminary and Final Engineering Design
Consultant Services Agreement to Cranston Engineering Group,
Inc. in the amount of $576,922.92 for the 9th Street (James
Brown Blvd.) Improvements Project as requested by the AED.
Award is contingent upon receipt of signed agreement. RFP 18-
171
Background:The 9th Street (James Brown Blvd.) Improvements is a project
from the “Approved Investment List” of TIA that was approved
by voters of the CSRA in July 31, 2012 referendum. The 9th
Street is a Band 2 project. The project improvements consist of
improving roadway capacity and safety by resurfacing,
reconstructing the existing curb and gutter, replacing sidewalks
and improving the storm water system. The project will improve
pedestrian safety at intersections with new high visibility
crosswalks and organize the existing parallel parking. Bicycle
safety will be improved by providing pavement markings for
share bicycle use within the corridor. New street trees will be
provided, where possible, to enhance pedestrian use and
improvement roadway aesthetics. In September 2015,
commission approved award of the Augusta Downtown Concept
development project to Cooper Carry. Cooper Carry task is
completed and project is ready for engineering design phase. In
February 2018, Request for Qualification was released for
qualified firms to provide design services along the 9th street
corridor per the Project Concept Report.
Analysis:RFP’s were received on April 23, 2018 and were evaluated
based on qualifications, project approach, and experience. The
following firms submitted RFQs for evaluations: 1. Cranston
Engineering Group, Inc. Cranston Engineering Group, Inc. was
selected based on the evaluation procedures used for this project
Financial Impact:Funds are available in the TIA project budget.
Alternatives:1). Do not approve and find alternative to complete the project
and meet TIA project completion schedule.
Recommendation:Approve and award Preliminary and Final Engineering Design
Consultant Services Agreement to Cranston Engineering Group,
Inc. in the amount of $576,922.92 for the 9th Street (James
Brown Blvd.) Improvements Project as requested by the AED.
Award is contingent upon receipt of signed agreement. RFP 18-
171.
Funds are
Available in the
Following
Accounts:
Project TIA Funds 371-041110-T15041218-5212115
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Acquisition of permanent easement and temporary construction easement to Richmond County,
Georgia from the property of the Estate of Betty Jean Nixon.
Department:Law
Presenter:Andrew MacKenzie
Caption:Motion to authorize condemnation to acquire title of a portion of
property for permanent easement and temporary easement
(Parcel 166-0-023-04-0) 4252-E Windsor Spring Road.
Background: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 a portion of subject property.
The required property consists of 6,711 square feet of permanent
easement and 2,491 square feet of temporary easement. The
appraised value is $1,803.00.
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 514043490-5411120 J/L 81500100-5411120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Acquisition of permanent easement to Richmond County, Georgia from the Estate of Judy Willard
Gilmer
Department:Law
Presenter:Andrew MacKenzie
Caption:Motion to authorize condemnation to acquire title of a portion of
the property for permanent easement (Parcel 166-0-023-05-0)
4252-A Windsor Spring Road.
Background:Due to the property owner being deceased, the City seeks to acquire
title through condemnation.In order to proceed and avoid further
project delays, it is necessary to condemn the subject property. The
required property consists of 700 square feet of permanent easement.
The appraised value is $175.00.
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 514043490-5411120 J/L 81500100-5411120
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Augusta, GA Disclaimer
The data represented on this map has beencompiled by the best methods available. Accuracyis contingent upon the source information ascompiled by various agencies and departmentsboth internal and external to the consolidatedgovernment of Augusta, GA. Augusta, GA and thecompanies contracted to develop these dataassume no legal responsibilities for the informationor accuracy contained on this map. It is strictlyforbidden to sell or reproduce these maps or datafor any reason without the written consent of theAugusta Commission.Print Date Jul 19, 2018
Department of Information TechnologyGeospatial Information Solutions (GIS) Division535 Telfair St Bldg 2000 | Augusta, GA 30901www.augustaga.gov/gis | gis@augustaga.gov
Like, Follow, Share #AugustaGIS
µ
1 inch = 50 feetMap Scale
Augusta, GA
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Adrian Street Right-of-Way (ROW) Extension
Department:Engineering
Presenter:
Caption:Approve incorporating city parcel 045-1-066-00-0 into Adrian
Street ROW and accordingly accepting Adrian extended section
in Augusta, GA Road System as requested by AED.
Background:This parcel was purchased by the City Council of Augusta in
February 1914. The lot was a part of the Summerville Terrace
and Summerville Terrace Annex Subdivision. Deeds conveying
ownership to the lots on each side of subject parcel began
referring to this 50 foot wide parcel as Adrian Street or an un-
named road as early as 1925. However, there is no proof that the
City Council included this parcel in the road system. At present,
there are two houses using this parcel as primary access.
Analysis:This parcel is being used by the public as a public street.
Requested action will allow Augusta Engineering Department to
document this parcel as ROW and incorporate it in Augusta
Road System. This action allows establishing legal access for
adjoining parcels from this section of the street.
Financial Impact:None anticipated.
Alternatives:1). Do not approve.
Recommendation:Approve incorporating city parcel 045-1-066-00-0 into Adrian
Street ROW and accordingly accepting Adrian extended section
in Augusta, GA Road System as requested by AED.
Funds are
Available in the
Following
Accounts:
NONE
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
100Invitation to Bid
Sealed bids will be received at this office until Tuesday, March 6, 2018 @ 3:00 p.m. for furnishing:
Bid Item #18-160 Camp Hancock Outfall Rehabilitation – Phase 1 for Augusta, Georgia – Augusta 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 $100.00.
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, January 25, 2018. 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. Bidders are cautioned that acquisition of documents through any other
source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving
incomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre Bid Conference will be held on Friday, February 16, 2018 @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, February 20, 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 bidders’ qualifications; a 100%
performance bond and a 100% payment bond will be required for award.
Invitation for bids and specifications. An invitation for bids 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 January 25, February 1, 8, 15, 2018
Metro Courier January 25, 2018
Revised: 2/2/2016
OFFICIAL
VENDORS
Blair Construction
P.O. Box 770
Evans, GA 30809
NAPM
62 Hamby Rd., SE
Marietta, GA 30067
Vacvision
Environmental
29 Rushmore Dr.
Greenville, SC 29615
Layne Inliner
1441 Delta Dr.
Gastonia, NC 28052
Insituform
Technologies
6792 Business Park Bl
Jacksonville, FL 32256
Attachment B Yes Yes Yes
E-Verify Number 132184 442347 19959
SAVE Form Yes Yes Yes
Addendum 1 Yes Yes Yes
Bid Bond Yes Yes Yes
Compliance Review
10% Goal Yes Yes Yes
Base Bid $679,815.00 $606,735.00 $559,152.60
Alternate A $203,040.00 $254,905.00 $222,291.00
Alternate B $158,749.00 $196,728.00 $132,889.80
Base Bid + Alt A $882,855.00 $861,640.00 $781,443.60
Base Bid + Alt B $838,564.00 $803,463.00 $692,042.40
Base Bid + All Alternates $1,041,604.00 $1,058,360.00 $914,333.40
Total Bid Price $1,041,604.00 $1,058,360.00 $914,333.40
Total Number Specifications Mailed Out: 33
Total Number Specifications Download (Demandstar): 168
Total Electronic Notifications (Demandstar): 6
Mandatory Pre-Bid/Telephone Conference: 10
Total Number Specifications Mailed Out to Local Vendors: 3
Total packages submitted: 3
Total Non-Compliant: 0
Bid Opening Item #18-160 Camp Hancock Outfall Rehabilitation Phase 1
for Augusta, Georgia- Utilities Department
Bid Due: Thursday, March 15, 2018 @ 11:00 a.m.
Page 1 of 1
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
Camp Hancock Outfall Sewer
Rehabilitation - Phase I
July 2018
wKD #2U6A266.00.AG
Prepared For:
Augusta Utilities Department
City of Augusta Utilities Department
452 Walker Street
Suite 200
Augusta, GA 30901
Plans & Specifications
Prepared by
W.K. Dickson & Co.,Inc.
t450 Greene Street, Suite 225
Augusta, GA 30901
706-722-3479
,L#","%
CONFORMED DOCUMENTS
INTENTIONALLY LEFT BLANK
The City of Augusta Utitities Department
Crmp llancock Outfa[ Rehabilitation phase I
TABLE OF CONTENTS
Document 00 I I 16 Invitation to Bid
Document 00 21 14 Instructions to Bidders
Document 00 3l 00 Available project Information
Document 00 40 00 Affrdavit of Compliaoce forAugusta
Document 00 41 43 Bid Form
Document a0 42 L3 Memo of Negotiation of construction conhactDocument 00 43 13 Bid Bond
Document 00 51 00 Notice of Award
Document 00 52 15 Agreement Form
Document 00 55 00 Notice to proceed
Document 00 61 13 Performance Bond
Document 00 61 15 Payrnent Bond
Document 00 61 16 contractor's Affrdavit Related to Liens and claimsDocument 00 6275 Contractor,s Application for palment
Document 00 7215 Standard General Conditions
Document 00 73 L4 Supplementary Conditions
Document 00 80 00 Special Provisions
Documelrt 00 91 13 Addendum
Document 0094 63 Change Order
TECEMCAL SPECIT'ICATIONS
DMSION 01 - GENERAL REQUIRBMENTS
Section 0l 10 00 Summary
Section 01 20 00 Price and paymeot procedures
Section 0l 21 00 Measurement aud payment
Section 0l 30 00 Administrative Requirements
Section Al3216 Consfiuction progress Schedule
Section 0l 33 00 Submittal procedures
Section 01 40 00 Qualrty Requirements
Section 01 43 t3 References
Section 0l 50 00 TemporaryFacilities and Controls
Section 0l 70 00 Execution and Closeout Requirements
Section 01 71 13 Mobilization
The City of Augusta Utilities Departnent
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Bid Item #18-160, Addendum I
Table Of Contents
000110_1
DTYISION 03 _ CONCRETE
Section 03 60 00 Groutiug
DTVISION 3I - EARTEWORK
Section 31 10 00 Site Clearing
Section 3123 16 Excavation and Fill
Section3123 16.13 Trenching
Section 31 23 23.33 Flowable Fill
Section 3125 13 Erosion Controls
DIWSION 32 - EXTERIOR IMPROYEII{ENTS
Section 32 01 90 Landscape Maintenauce
Section 32ll 23 AggegateBase Courses
Section 321216 Asphalt paving
Section 3213 13 Concrete pavrng
Section 3217 23 Pavement Markings
Section 3291 19 Landscape Grading
Section 329219 Seeding
DTVISION 33 _ TITILITIES
Section 33 01 30.11 cleaning & ccrv Inspection of sewerpipelines
section 33 0l 30.72 cured-in-place pipe lining (water/stearn cured)
Section 33 01 30.73 Cured-in-place pipe Lining (tIV Cured)
Section 33 01 35 Manhole Grout Sealing
Section 33 05 05.13 Sewer and Manhole Testing
Section 33 05 13.15 Wet Well andManhole Lining
Section 33 05 13,16 Public Manhole and Stuctures
Section 33 05 23 Trenchless utility Installation - Jacking
section 33 05 23.23 sewer service connection seal & Lateral clpp
Section 33 31 00 Sanitary Utility Sewerage piping
END OF SECTION
The City of Augusta Utilities Departnent
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number 20 I 60266.00.AG
Bid Item #18-160, Addendum I
Table Of Contents
0001 t0_2
DOCUMENT OO 11 16
INVITATION TO BID
tnvitation to Bid
Sealed bids will be received at this office until Tuesdan March 6,2otg @ 3:00 p.m. for furnishing:
Bid ltem #18-160 camp Hancock outfall Rehabilitation - Phase I for Augusta, Georgia - Autusta 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 andsuppliers exclusively from ARC. The fees for the ptans and specifications which are non-refundable are S100.00.
It is the wish of the owner that all businesses are given the opportunity to submit on this project. To facilitate this poliry theowner is providing the opportunity to view plans online (www.e-arc.com) at no charge throuih ARC Southern (706 g21-0405)
beginning Thursday, January 25, 2018. Bidders are cautioned that submitting a package without procurement of a completeset are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that ismaterial to the successful completion of the project. Bidders are cautioned that acquisition of documents through any othersource is not advisable' Acquisition of documents from unauthorized sources places the bidder at the risk of receivingincomplete or inaccurate information upon which to base his qualifications.
A Mandatory Pre Bid conference will be held on Friday, February 16,201g @10:00 a.m. in the procurement Department,535 Telfair Street, Room G05.
All questions must be submitted in writing by fax to 7oG 821-2}llor by email to procbidandcontract@aususta*a.gov to theoffice of the Procurement Department by Tuesdan February 20,2ot7 @ 5:00 p.M. No bid wil! be accepted by fax, all mustbe received by mail or hand detivered.
No proposal may be withdrawn for a period of sixty (50) days after bids have been opened, pending the execution of contractwith the successful bidder. A 1ioYo Bid Bond is required to be submitted along with the bidders, qualification s; a 100%performance bond and a roo% payment bond will be required for award.
lnvitotion for bids ond specificotions. An invitation for bids shall be issued by the procurement office and shall include specificationsprepared in accordance with Article 4 (Product specifications), and all contractual terms and conditions, applicable to theprocurement' All specific requirements contained in the invitation to bid including, but not limited to, the number of copiesneeded, the timing of the submission, the required financiat data, and any other requirements designated by the procurementDepartment 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 appropriatecommittee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. please mark BID number on theoutside of the envelope.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the procurement Departmentis not advisable' Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete orinaccurate 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 505
Augusta, GA 30901
F ax: 7 06-g2l_291 1 or Email : procbidandcontract@ a ugustaga.gov
No bid will be accepted by fax, ail must be received by mair or hand derivered.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle
Metro Courier
Revised: 2/2/2OL6
January 25, February t, g, lS, 21lg
January 25,2OLB
DOCUMENT OO2I 14
INSTRUCTIONS TO BIDDERS
IB-OI GENERAL
All proposals must be presented in a sealed envelope, addressed to the oWNER. The proposal must be filed wittrthe owNER on or before the time stated in the invitation for bids. Mailed proporul. will be treated in everyrespect 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 proposalmay 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 ofcontract with the successful bidder.
IB-02 EXAMINATION OF WORK
Each bidder shall, by careful examination, satisfu himself as to the nature and location of the work; theconformation of the ground; the character, quality and quantity of the facilities needed preliminary to and duringthe prosecution of the work; the general and local conditions; and all other matters which can in any way affectthe work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, oremployee of the oWNER, either before or after the execution of tle contract, shall affect oimodi$r any of theterrns or obligations therein.
IB-03 ADDENDAANDINTERPRETATIONS
No interpretation of the meaning of plans, specifications or other pre_bid desrrments will be made to any bidderorally.
Every request for such interpretation should be in writing addressed to the Geri A. Sams, Director ofProcurement; Procurement Department; Room 605; 530 Greene Street; Augusta, GA 30901 and to be givenconsideration must be received at least ten days prior to the date fxed for the opening of bids. Any and all suchinterpretations and any supplemental instructions will be in the form of writtin addenda to the specihcationswhich, if issued, will be sent by facsimile or U.S. mail to all prospective bidders (at the respective addressesfurnished for such purposes), not later than five days prior to trre aate rxea for the opening ofbids. Failure ofanybidder to receive any such addendum or interpretation shall not relieve such bidder hom iry obligationunderhisbid as submitted. All addenda so issued shall become part of the Contract Documents.
IB-04 PREPARATION OF BIDS
Bids shall be submitted on the fonns provided and must be signed by the bidder or his authorized representative.Any corrections to entries made on bid forms should be i*tialea by the pe.son signing the bid.
Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on thebid form, or in the special specifications allow for partial bids. Faiiure to quote on all items may disqualify thebid' 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. Modific-ations to bids already submitted will be allowed if submittedbytelegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall notreveal the total amount of either the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of corporations willbe signed by an ofiicer of the firm and his signature attested by the secietary thereof who will affix the corporateseal to the proposal.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20 I 60266.00.AG
Instructions To Bidders EpMS
0021 14 _ 1
NOTE: A l0% Bid Bond is required in all cases.
IB.O5 BASIS OF AWARD
The bids will be compar-ed on the basis ofunit prices, as extended, which will include and cover the furnishing ofall material and the performance of all labor requisite or proper, and completing of all the work called for underthe accompanying contract, and in the manner set forth and described in the specifrcations.
Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparingbids' While they are believed to be close approximations, they are not guaranteed. It is the responsibility of theCoNTRACToR to check all items of construction. In case of error in extension ofprices in a iroposal, unit bidprices shall govern.
18-06 BIDDER'S OUALIFICATIONS
No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in workof a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred incarrying out the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIALEXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working capiral available,plant equipment, and his experience and general qualificati,ons. The OWNER may make such investigations asare deemed necessary to determine the ability of the bidder to perform the work and the bidder shall frrnish tohim all such additional information and data for this purpose u, rnuy be requested. The oWNER reserves theright to reject any bid if the evidence submitted by the bidde. or investigation of him fails to satisfu the owNERthat such bidder is properly qualified to carry out the obligations oithe contra.t -a to "o-ilete the workcontemplated therein. Part of the evidence required above shill consist of a list ofthe names and addresses ofnotless 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 theoWNER and all persons doing work or furnishing skill, tools, .nu.Lii"ry o, materials under or for the purpose ofsuch contract, conditional for the payment as they become due, of all jusi claims for such work, tools, ,ou.-hir"ryskill and terms, for saving the owNER hannless from all cost and charges that may accrue on account of thedoing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for theamount 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 thepower 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 satisfactorybids are received. The right is reserved, however to waive any informalities L bidding, io reject any and allproposals, or to accept a bid other than the lowest submitted if such action is deemed to be in the best interest ofthe OWNER.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20 I 60266.00.AG
Instructions To Bidders EpMS
0021 14 -2
END OT'SECTION
1.1
DOCUMENT OO 3I OO
AVAILABLE PROJECT INFORMATION
SUMMARY
A. Document includes information available for bidders:l. Plans for "Camp Hancock Outfall Rehabilitation phase I,,
B. Related Documents:
l. Document 00 2l 13 - Instructions to Bidders: Site Examination.
SI.IBSURFACE INVESTIGATION REPORT
A. No geotechnical report was performed for this project.
TOPOGRAPHIC SI'RVEY
A. A copy of a topographic survey is included in the plans, titled "Camp Hancock OutfallRehabilitation Phase I", as prepared by W.K. Dickson & Co., Inc.
B. This survey identifies grade elevations prepared primarily for use of Engineer in establishing
new grades and identiffing natural water shed.
EXISTING CONDITIONS SURVEY
1.2
1.3
1.4
A.
B.
4 cgpy of an existing conditions survey is included in the plans, titled "Camp HancockOutfall Rehabilitation Phase I", as prepared by W.K. Dickion & Co., Inc.
This survey identifies conditions of existing construction prepared primarily for use of
Engineer in establishing extent of new versus existing work. Proposed *ork, by Georgia
Regents University (GRU), currently under way in the project area was included in thisurvey drawing as an aid to the Engineer to represent site improvements planned by theoutside entity. These improvements were last updated per thi August ld, zots GRIJ phn
revisions. The extent of improvements completed by GRU is rrup.t to change as timi
passes and subsequently, so will the conditions of the site.
End of Section
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Available Project Information
00 31 00 _ I
INTENTIONALLY LEFT BLANK
Yog Mqgt comploro 3nd Rgtura lle-2 panog ol Athgh$oq! B w$h your submlttaL pqcunre{l Murr Ba },lotarLe4.
4fgy:tr Georgia Augusta procurement Department
ATTN: Procurcment Dlrector
635 Telfah Streel, Sutte 605
Augusta, Georgla 30901
Name of Propo,lsnl; lnsituform T
Street Address: 17988 Edison Avenue
Cl9, State, Zp Code:MO
phone: (636) 530-8000 Fax:
Do You Havc A Budner Llccnrc?
doartridoe@aeoion.com
Bld 18-160 Camp Hancock Outfall Sewer Rehabllltatlon
Bid Due: Tuesday, March 6,2OIg @ 3:00 p.m.
Page 5 of lE
Butlncer Ltccnrc # for your Company (Musl&ovldol: UC300736-Company must be ilcansed in.the Governmdtii?ifffiffiffi_rn ,. o,Local) doas nol requlre " b-TlTf:,,P3:,tg,lt_frfnt-tlt'bo ,!ui"!_i.;_iiirri" Rtd;;il Cilnry Eismcea ltcmae lr ewarded a Btd,Far fi rr{har lrtah-ll^- --.For tudher lnlbmadon oontad the tlconsCi,io lnrp"il"ribliiat irij rb-io'o'g1';;b51]""rrur, L'eu'rlv eugrtrcsE
'DonEo r 8warooo a Eld
State of Georoia
Acknowledgoment of Addenda: (#tl_(: (trz!-z(#g)_: (#aL -,
Stelemcnl of llon.Dhcrlmlnetton
Tha undenslgned urderauusrnesswrrr-r;r-d'i";'ffiifliifi$3,3iJH.'lf.afilrffiHi:"Jtr1[#ll,;l'.trfr',i:*ffiJH::,ty,,i:l:lffix'"ff1ffi
orlgln or elhnld.ty-, rvrlhfg:rdjqrm: conrradng, ruucondaffi,iprrt rr:16 opportrnruee.lno unooElg|rod mvsnants and.agrees t9 mlkt good faflh efiori tb-sneure maxtmum prac0cauo pg]ldpaum of local smalbuslnsssos on lha Ud ortu"vfi ,iltuliliiffi -,;mf rrffi*r,':"#ffi r#rsBi,m,ffi*g;;rr,rlrmr"'rffi ,",ft iLiilErrv'no
Tho undenlgnod turlheicovenantr and agreee not to-engaoo n arrrcrrmrnironj;nei;ff;ny iipo agatnet tocal smal bustnsss*,ln oonbmlty wfih Augusts, Georgte'e Loel SmetiBudnelJ Oiifirrlnliir-Frograr, 6er-forrrr--6iow.ls,rhe olgnaturc of rn oficer ot thepropose/oontracdng en0ty wl$r hCauhorlty to blnd ho en[ty.Ths undorshncd adrnowl^odge eid waranl lhal.uria.compa4y hae been made anare of underatrande end agrreee to take effirmauveacllon lo provlde euclr oompanles wllhihe mardmum practlcabls onffinlue"t6 ao 6u;inooiilth'oi"-co-rip"nv;Thal thls promhe of non{lscrlmlnallon as mado and e"iiorrii rreriri-ddflt; ilili,ft"fi;irii.no ahaltrmratn tn fu1 torce andeffecl wltroul lnlonupUon;
Thal lha pmmbes of non'dlscrlmlnallon aa made -on! rcl loilr hereln shall be and- arc iereby dcemed lo be made ae parl of andlncorporatgd bv referenoe lnto anv contract or portton th+Fft4u[irii;ii6iiiiiiv m"v heraafter obtatn and;That lhe hllun of thls company lo iauehdorlly dlsddte!;ny;i-uti-rtoni,ro ot nonJt*rlmrniflon as made and set fodr hsretnshell conetltute a malerlal breadr of'contract entuhe AufiiJ'o*r6r. r,i'iia"re 0re ciiiuirdil,i'o'ir"rn and to oxerctse any and a,applicaHe dghb lqnedlee lndudlng but not llmlted b-can&ffarfin-of ifiJce-ni"ot t"*tnrton oi itre conuoct, suepenslon and dobsrmonlfrom future contncdng opportunlllei, ano wfihtrJlding ano oriorrilture oicorirleirsaton due and owlng on a contract.
Non.Collurlon of Prlme prooonenl
By submleelon of a bld. lhe- vgrldor 6n{s: uMer ponalty ol p.[ury, hat to the besr of [s knowtedge and beltef:(a) The prloes ln ttre ud have been anlveri ei tnoripenodnuviiiriiii brirrinnl Lnsutranon, ;;il;ndirns, or asreemeni, for the purposeof reeflcung contpellUon, as to.any mater retatnsibiuoh prtcd fiIi il;ffi;;il;;;l,ih;ry ffi;[lrr.(b) unlcso olherulse requlred bv llw, the prlo"s ftiicrr navlioJon iiibr.ii t-, fi; LE h;r;;;r iI,# ffiffi;i tlsdosed by rhe vendor prlor to,"Lr$q.9]r*Iy or lndkeclly, toany olher rrondor or to sny oompeft'Oi. ' "'- -
(c, No altempl has becn n
it[Tff3y,,g,*.Hi*]jl*uyF"ffill#:3tffif,i:xt%"#,i,["niBfli3l;,[fl;r,ir.T#r,T,yli,:,,1,.r5%]1!l:
Gonlllct ol lntcrccl
By.aubmlaslon of a bld, the respondtng llrm cer{fcs.,
,ffi mmn#;m"$t*h,Hfi*t{fr s##iili'"ff #'*ffi,#,ffiffi #*,*,,,,*r*,*
41fl:TH,fffH#i",J:H.:flXH:lfl3#l%Tf.ffir,hTif,ff'#*i',,Hfm.,;;:,1g,:"Jfl,
asreqnon,,,or he purposeil,tx1i:yff:ffii*m:1";u'l*r**gml*:'m,tl,l"fi##rff1,#,rxffim*t,1,**by,revendorp,orro
:ffi lli3i:IT1l^:'10]{1tr,r"-v;.ffi ;,ffi""I#"Lnp*ro,.s, rru Ergflrpt nE6 Doan made, -or Wll bc made, Oy ne,vcnCoi to lnducs eny olh
nllffi fl il:,%ll:,,ffi",T*Hr'-rfr fr"#T#,il#Iffi ,#:liFdffi ?ffi ;t8ffi,#:fHH#*iamount of eudr fee, oommleston, piLrtigi'gffiJy.*t o, oor,"u"r"ton.
Conlmclor Atfldrylt lnd Aor.€ment
'?Ifi
f, fr ";:*,tf JH""T,.,'#;H#"ff ffi,fffi :f "ff ffi*m,S#Ji"ffi #li,#ffi ,ffi,ffiffia fcderal work auhoitzal*-n'*ffi-mts[*m*,: s
r**ltim,t:fffi$-Et#ffiffi iiffiWr#Iffi .mr*l'l#i1*mi.r'**ilEdnnffi9fi3#r*;ffi$roflf""fgj,qU-fiil.;i'J;H;,ffi';ffiff''u,cru,iii -sri,i,;i';XyAffi#,$##T,'r:
Groryb lrw rcqulrcr your oomPlrry to hlur an E'vcrlfy'urcr ldmtlflcrtlon l{umbrr {comprny l.D.t on or rftcr July 1r 20ol.For addr,onar rnformatron or to enroil your company, vrslt the st.to of G.o'rr webrlte:
httos://e.verifv.uscls,qov/eoroll/ .nd/o,
r +C.Vcrlfy . Urrr tdtntlflotlon t{umb:r (Gomfrny t.O.; J 9959l!QIE:E.VERlFYU'ER1DrNflFlcA'lorlalur.aaenrc;-ffiDlTloI\,,THERgcoMMENoED
3firHiffi::rfirirtt BE RIQUTRTD 7o PRovroE A copy or xoMerano srcuRrw,s r,nrrr,lonrrvounn or
The underslgned fufther agrees to submlt a notarhed copy of Atiachrnent B and any requrred documentsron noted as part o, theAususta' Geo6la Board of commlsslons rperrn.atroir wr,dr, gov"ro ihi;;;;;;; T .9dtrpl, rhe undersrgned asrees ro 3ubmlt a,Hff.'"lTHj!,:1Tilffi[:1T'J;ilS:"".0 and or riqutrea. idir,*,,dc..nd ti* iv i,i,iirrwur be dermcd iron.
Contracting and Attesting Officer
Tltle of Authorhed Offlcer or Agent of Contraaoi
Dian ePartridge
Prlnted Name of Authorlzed Offi.., "rng"nt
ME oN THrs rHE 6th DAy oF March 2ojg
,,r*,, u /ll/c o
Ys$-f!4vrt c-c,prgtc arr tsrur n the 2 prrreror arl!$!u*x! p urLrh yourlcb,dllar gsr,orlr! r!!-uj!
,{OTARY SEAI.
JANETIt H.r..:
NotaryPublic . Nt-.rary S;al
St louis Counly . 5t.rte of Mi. ]ouriCommisslon Nu;ltir:r I 2i,29::M
istinn E>..rirr'. -..rv 2., 1020
18-160 Camp Hancock Outfall Sewer Rehabllltaflon
Bld Due: Tuesday, March 6, ZO1S @ g,0O;.;.
Page 6 of l5
JANET W HASS
-. . Norarypublic - Notaiy Seal
:t-:#H,!ff I'r;,;'i:; ijli F;#',My C9lmlrston eloiiii iov U, zozo
ew,slclzot
Affldavlt verlfylng.status for Augusta, Georgla Beneflt Appllcatton By execusng thrs affrdavrtunder oath' as an applicant for an Augusta, Georgla Buslness Llcense or occupagon Tax certlflcate, Alcohol
ljr,ffii;J'"' tj,lr,r .::,::i or other n1,rr. o.::.0,.ri"i"i"n.. ii o.c.e.a. section so-36-1, r am statrng the
yA[Mull Como,AElod ilGturn wfrtryeurlCu!0llaLlegoenl !!gst 8e No-tarired
$ystematrc lllen lerrflcatlon for fntrtlements (savEl program
lnB ptdBct Numbu ontl ptottr/. NctrntDiane Partridge, Contracling and Attesting Officer
ltulntfiyp: Nornc oln*urot pcrsonoe
^tWlnsituform Technologies, LLC
lklmfiypt: Nomo o! buttnes, *rpwotton, p@
1) { I am a ciflzen of the Unlted states.
OR
2.)
-
I am a legal permanent resldent 1g years of age or older.
OR
3')- I am an otherwise quallfied allen (8 5 usc 1641) or nonimmlgrant under the Federal lmmlgratlon
and Natlonallty Act (8 usc 110x etseg.) 18 years of age or older and lawfully present ln the Unlted states.*
ln maklng thc above rcprcsentoilon under ooth, I undentand thot ony person who knowlngly ond wllffulty:::S: !:,:Z!f::!::1^":!:::o:*!,, !:rr.^ent or rcprcsentatton tn an atfidovtt shoil bc suilty ot a vtotartonol Codc Sectton t6-t&20 o! the Olflctal Code ol Georgio,
*Atlea Retlstratlon Number for Non-Cltlrens
Note: THrs F0RM tvfiJsr BE coMpLETED AND RETURNED wfi-H you{ suBMtrrALREv,2lt7l1ot6
Diane Partridge, Contracting and Attesting Oflicer
Prlntrd t{rmc
Bld 18-160 Camp Hancock Outfall Sewer Rehabilltatton
Btd Due: Tuesday, March O ,Or, flj;Tj;ll
ME ON 1915116 - 6th DAY OF
NOTARY SEAL
DOCUMENT OO4I43
BID FORM - I.JMT PRICB
Proposalof lnsitrfot.f"chnologies.LLc
(Bidd*) -
Bidder acknowledges reccipt of the following Addenda:
(hereiaaft er called',Bidder,);
organized and existing under the laws of tho state of Georgia, doing business as 67f,".[*!*tion, ( ) apartnership, ( ) an individual for The city ofAugustr utifiiiir o"prn *t, (lerelon"r called ,,owner,,).
In compliance with your Invitati*:o.Bid.l Pidder hereby prqposes to perform all work for theconstruction of the camp Hancock outfall Rehauiiitationphasei project, in strict accordancc with thecontract Documents, within the time sct forth th"*h-;;J"tG prir* stated betow.
By submission of this Bi4 each Biddercertifies, and ia the case of a joint Bid each party theretoccrtifies as to his own organization, that this Bid has been *ira rt rndependently, without consultation,communication, or agreemcnt as to any matter relating to this Bid with any otno ixaJ", or with anycompetitor.
Bidder hereby agrees lo commence work under this polrtlact on or before a date to be specified in theNotice to hocced and to fully complete the project with* lX5- consecutive calendar days thereaftcr.Bidder further agroes t9- pay as liquidated damages, the sum-fFiro0o.00 for eacbro*."utin, calendar daythat the contractor lails n comilete the worh katuea trt r*h"r. contract Documents - Are defined in theAgreement Form @ocument 00-52 15) and standard a""r"uri"iaitions @ocument 00 T2ls).
A{dcndum No. l, dated 2127118 , Signature
Addendum No. 3, dated
-,
sigr"tr.Addendum No. 4, datea
-,
sigmt rAddendum No. 5, dated _, Sigo"rrr"
Dirnchrtidgc
Gourui4 & Aucsting Oficrr
T" Ci! of Augusta Utiliries Deparrnetrr
Camp Hancock Outfall Rehabilitation phase IWKDProjoctNumber: 20l60ZeO.OO.aC -
Bid Item #18-t60, Addendum I
Bid Form - Unit price
004t 43 - I
ITEMI,ZDD PROPOSAL f,'ORM
t'
I
I
t_
Unit
Price
Unit
Atv.
7
2
3
4
!+1
!s-2
I^S-4
ls-7
L$8_.
$22 Installation of Cured-in-place pipe
_Li+ing (cxpp)
2t5_ch_cryT L_ining-
Removal of Protruding Servicc
ConnectiorE
$i11!1!racur:!s,i_g lf!_o4
L-*n,uo-t\a}.too 9HoX.xo
|Hrrts"
7
t2
I
8
720
I
9
10
f -- --- lb*""ui G"mbi, i*tai.a or, Service72 I s-zt I'.-..- i ilaterals
l___-
MANHOLE REHABILITATION
''l_'_ _- '_'19 j - q:?q Lqr."qqgous Mortar Li"i"B
_14 ) *29 i neUuitd Bench and ftnverril .l _.>29 | Rebuild Bench and Invertrl_-.__. J.. .-._ .__......_____l_
G-RAVITY II{AIN POrNr NNPINs
I
IS g3O I Point Repairs to lvlainSewere (lGFeet
i in Length)
The City ofAugusta Utilities Dcprtncat
pamp Haocock Ortfall Rchabilitation phasel
IVKD Projoct Numba: 2016@66.00.A0 -- -
.to )b. os
\grt.ro
Bid It€m#lt-l6e Addcndum I
Bid Form - Unitprice
o04t43-2
- MGF'
Section
(01 21 00)
ItemNo.
27
22
The City of Augusta Utitities D4artsncnt
Camp thncock OurfElt Rchebilitation phrsc IWKD Projcct Numbfi 20t 60j66.00.Ac
?
b
Btd IItem I
uo.l
I
- _ .t__
I
I
I--i-
!--i.
ItemDeectlptlon Unir
Qty.
Unit
Pde
1_
_1
7
I
,6urluj uqu"o.
\5,8 I
t\\.r. oo
i4Repair
BASE BTD TOTAT:
ADDITTVB ATTERNATE A%Ertend Rehabilitation ltmits to SfrH m fiolly St)
Item Deocrfi*ion Unit
Oty.
1
1
7
I1_
7
Unit
Pdce
l-_-t
i
,us.tJsl f,t\o.o.*
$b:\o."p
ulro".o
-\5ft8 *-
$19,900.005r\Kh'^
$loro,wi
:5!o,e,
\rrq.E
irg,goo.oo I
Iq,u$_':,
Bid ltem #18-160, Addadum I
Bid Form - Unir pricc
004t 43 - 3
Conhact Time: I45 Calcndar Days
M&P
Section
(01 21 0o)
ItmrNo.
i :&tr
PAVEMBNT STRUCTT.IRES
P-U
u :!4:i1g! Iv! nryl!.t':_lg'deep)
c I 4{q foq2!-inch DIP (any depth)
Item Deoctipdon
Add for 2&indr DIP Tee within point
d / Re2air
. Reinstate Active Service tateral
r $IPP Product Tests
--l
I
1
)r )o
I
40 bla,*
!
so_ E^)-o\s
Bid
Item
No.
;I ffi,
1
4
\5lrI
5\-,gh.Eol\,Ur)-,S
5.ts-e;o.
Asphalt Roadway pavement
, Restomtiory B" Concrete cap and 2"
I ifrf--1g€ 99lrs:F9e D.gtail {,1-,2
Asphalt Overlav
| ,urunnert e fOrer,
lhc CiU of Augueta Utilitios Dopartmurr
Carnp Hancock Outfail Rchabilitation pbase IWKD Project Nurnbcr: 20 I 602OS.OO.AA
E'e$,$dFs5,our,ol s},ou.O_
n,trr,eis)6qtooqItrrJ' -j oot-\vv-t
I
lF+{*.Ihspl-
Us)rr.bc
[t]sto.*
Bid Itcut #l t-l60, Addqrdum I
BidFonn - Unir pricc
00 4t 43 - 4
SY
Untt
Ptlce
Unit
Qg.
Btd
Item
No,
M&P
Secdon
$t21W)
ItemNo.
Item Dercription
IN WORDS:
Contact Tine: 20 Calendar Days u'\\t5'<q.b
7
7
1
Is
Is
Is
LS
)$ur.ot
Tgry. _Epsion and Sediment C-onhoi
Traffic Conhot
Orunels Allowance
41".h Diameter lv{ain Sewer
M,t=$\*+l\oE,\s,f,\a-5\.6S
P" Cig of Augusta Utilities Ocparrrrart
-$y_n _IIanmck Outllrlt Retrabifn Uon phle fIYKD Prcject Number: 20t602Oe.OO.eil''
Bid ltem#18-160, Addcndum I
Bid Form - Llnit price
004t43_5
I5
!Isj
ItemDeacripdon Unlt
qry.
tpl
Bid Iiern #l E-160, Addcndurn I
Bid Form - Uait hice
0041 43 - 6
Unit
PAVEMENT SII'UCTURES
P-11
P-1
' Asphalt Roadway pavement
j Restoration, S" Concrete cap and 211,,
I surfact course
lput"it+.rr
SY
------t ---isY 400
ii IN WORDB:
' C.onbactTlme 20 Calerrdar Days
) o^,\.
TOTALBIDPRICE
Haviag examined the contact DocumcnB for the above aentioned projccq wg the undcrsigned, hereby ofrerto enter irro a conhact to perfora the work for the folowingiorur gfr'prio, on
rsh}}}}-,S-r
Thc undersigned hereby agreos that, qrcn written acceptance of this bid, he will within l0 days of receip ofsuch notice ex@ute a.formal *or"dt agrecment wia tne owner, and that he will provide the bond orguarantecs re.quircd by the confrac.t documents.
,,$\
lhe Citf of aueuea Utilitics D€ptuart
9amp Hancock Outlbll Rdrabilitetion phasc IWKD Pmju Numbcc 20160266.00.Ac
- The undersigned hereby agroes that, if awarded the sontracf he will commence the work inaccordance with required contract perfornrance. dates based upon a written notice to proceed per eachqualilied task order' The undersigned hercby also agrces tnaithe work will ue comptaea within a timefiame reasonabte to accomplish the work, oi that wftch has been mutually agreed upoa by the Augustautilities Department, based on the scope for work for the task order as assigned.
Enclosed is a bid guarantee eonsisting of
the
Bid Bond
Amount of Ten percent of Amount Bid
Respectfir I ly submitted:
lnsituform Technologies, LLC
Businass Name
Diane Partridge
Printed/Typed Name
Contracting and Attesling Officer
Title
State of Georgia - UC300736 N/A
Name of Liccnsing-State and Lic"r6e Number Corporate (Parranhipi Aadress
(636) 530-8000 Delaware
Telephone Number State oflncorporation
(636) 530-8000Seal - If Bid is by a Corporation
TelephoneNumber
Note: For a valid bid, rhe Bid Form and Bid Bond must both be pmperty sigped by the president of the f'm or anofticer authorized to sign contacls for the firm.
The City of Augusta Utilities Departnenr
Camp Hancock Outfall Rehabilitation phase IWKD Project Number 201602dd.00.AG
Bid ltern #18-160, Addendum I
Bid Form - Unit price
0041 43 - 7
17988 Edison Avenue, Chesterfield, MO 63005
March 15,2A19
DOCUMENT OO 4213
MEMORANDUM OF NEGOTIATION OF CONSTRUCTION CONTRACT
GENERAL (attach to executed contrac)
(for proposed contract award less than bid amount)
OWNER: City of Augusta Utilities Department CONTRACTOR: Insituform Technologies. LLC
CONSULTANT: W. K. Dickson & Co.. tnc.
CONTRACT # 18-160 BID AMOUNT: $853.333.40 BID DATE: March 15.
2018
BRIEF DESCRIPTION OF CONTRACT AS BID: Camp Hancock Outfall Rehabilitation Phase I
The Owner and Contractor acknowledge and agree that the bid(s) received on the above project have resulted
in the project budget being exceeded and that a contract(s) cannot be awarded based on the amount ofthe
bid(s) received. This memorandum documents that both parties to the contract entered into and completed
negotiations in order to arrive at a mutually acceptable amount on which the construction contract(s) is to be
awarded. It is hereby agreed that the terms and conditions as stated in this document shall be binding on all
parties and it shall become a part of the terms and conditions of the contract, subject only to the Owner beine
The following changes in the contractor's bid and the following changes in the terms / provisions of the
contract are hereby incorporated into the proposed contract award.
See below "Summary of Mutually Agreed Cost Reduction Items,,.
PROPOSED NEGOTIATED CONTRACT AWARD AMoUNT: $ 9]4I33]CI
It is further understood and agreed by all parties that should additional funds become available within the
contract time or extension thereof, the Owner shall have the right to add back to the project any items deleted
above or to otherwise revise the contract as originally bid based on the same prices for deletions / revisions
as noted above, subject only to any additional costs to which the contractor is entitled to per the terms of the
contract.
This memorandum shall be valid and binding up to and inclusive of 6111/18 (date).
we agree to the terms and conditions of this document:
OWNER date CONTRACTOR date
ENGINEER date
City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20 I 60266.00.AG
Mernorandum of Negotiation of Construction Contract
00 42 13-l
CAMP IIANCOCK OTITFALL REHABILITATION PHASE I
AUGUSTA. GEORGIA
*t***
SUMMARY OF MUTUALLY AGREED COST REDUCTION ITEMS
FOR ATTACHMENT TO THE
Prepared: Date
GRAND TOTAL OF COST REDUCTION FOR ALL ITEMS, [1] TIIROUGH t2] ABOVE:
finsert above amount spelled out]
llnsert Option Herel:
1. [Description of Change]
2. [Description of Change]
City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20 I 60266.00.AG
DEDUCT: $
DEDUCT: $
Memorandum of Negotiation of Construction Contract
00 42 t3_2
-t_@r*r*rr*rtqgr"tu*t
%.&*@*,u,qt*e"
EIiAILED dpartrido e@aep ion.con!
Diane Partrldge
I nsituform Tech nologles
6792 Business Park Bl
Jacksonvllle,FLS22SA
Ref: Bid Openlng ltem #18-160 Camp Hancock OutFal! Rehabllitation Phase 1
for Augusta, Georgia- Utilities Department
Bld Due: Thursday, March 15, 2018 @ 11:00 a.m.
Dear Ms. Partridge,
Thank you for your submittal in response to bld item #18-160, Camp Hancock Outfall Rehabilitation
Phase 1 for Augusta, Georgia- Utiltties Department. Afler the department reviewed your package, il was
noted that the qlmulative total that you have listed on the bld sclredule form that was submltted is
lnconect. The otmulative base bid total should be $559,152.60 lnstead of the amount which is listed as
$498,152.60. This will result in a revlsed cumulative totat lncludlrig Aternate 1 and 2 of $914,333.40. I
have attached a copy of the Extended Tabulation Sheet for your revlew. I wish to call your attention to
Artlcle 6, 1-1tr50 (h) (3) of the Augusta Rlchmond County Code as it relates to the submission of lour
brd.
...(3) A{ter the bld opaning, correcflons to blds shall be permtttsd only as to bld prlce andonly to the extent that thc bldder can show by clear and convinclng euldence that i mlrtaksof a non-Judgtttorrtsl clraractar was made, the naturs of the mlalake, and the bld prlca
actually lntendad. Othetwlse, no c{rangec ln bid prloes or olher provlslona of blds etri[ Upermtttad.
Please be advlsed that the clty would like to give you the option to approve or reject tfre change to theContractot's Bid Tab to reflect the revised amount of $914,333.40. Please be advteed thls ig not a bldawald We are requesling- that you reply to thls request by slgnlng below and faxing this page back to
706-821-2811 by Wgflncc{ay, June 13, Z0l8 @ 3:00 p.m.
Date:
the rev$ed total
Contracting and Attesting Officer
Any Correspondence concerning thls mattsr or questions concernlng future procurements must be
submitted vla mall, fax or email as follows:
Augusta ProqrBment Departnent
Ath: Geri A Sams, Dkec{or of Proarremont
535 TelfairStreet, Room 605, Augush, GA A0901
Or Fax 70G821-2811; Emath procbidandmntract@augustaga.gov
"ff{&wo*,,
Procurement Department
GAS/nw
Attachments (as indicated)
cc: Tom Wledmeier, Utilltles Department
Room 605 - 535 Telfair Street, Augusta Georgia 30901
(706) 82t-2422 - Fur (706) 82r-28l r
\1 R/\\'. 3 U! USl.its t..-l ()\/
Register al www.demandstar.com/supplier for automatic bid notification
Scan tNs QR ode with your
snar$honc or camera cqulpped
tablet to vasit lhe Augusta. Geogia
June 11,2018
ffi
BIDTABT'IJ\TION
Camp Hancock Outfall Rehebllltation Phaee I
BID Item No. 18-160
BID DATE: Marc[1s,2018
wKD# 2fi16t255r10-Ac
ktsituf orrr Tedrnologiee
17988 EdlsonAve
Chersbrftel4MO6Sq)5
ticenseNo. Gll7O75' lilm Iteur Irnit Ouadifcr
GENEN.AL CONSTBUCTION. LT'MP ST'M ITEMS
1 L^9l ItvtoUttizaUur (not to ex@d 3% of base Bid)LS 1 $10,725.00
s570.00
$1i2s0.00
s61,oo0.oo
$90,260.oo
2 W2 Bondsrlnsurane LS 13 lS-4 TraIficConhol LS 14 L97 OwnersAllowance _!p
LS
15 I,$B Bvoase Pumoine Iegt
$21
ISPECTION
ia"* &CCntlr"p".tio *t*iuting Sewereprfor to
lRehabiliation6
a
b
'indr Diamebr Maln Sewet LF 1,380 @ ss.eol $F6o.o0
w826A.W
$5,408r0
03,260.40
w849.60
$rr7
awCleanlnc, add to 1a above LF 400
PtrtsLINING (CIPP)
s-22 fnstalation of Crrled-in-pd Pi
.-pe
f,t ir,c f@I
I
i'8
a
923
24-indtCIPPLhing LF 1780
Removd of Protnrding Sertie Cormectiono BA 7
9
10
s-24
s-G
Reinstate Acdve Semice Lateral EA t9
8-CIPP Product Teetg EA
11 *26 Lateml CIPP with curnecdon repatr
a lateral cornection repair with the first Fft of Iaterat CIPI EA I
b Ea& additiqral foot of lateral CIPP LF u0
iSAMTARYSEI1TBR
- lr--T 9r? lCf"*,o"terr*,Ufvfr"tafuaorrSort""t turat,EA 10 $1,051.101
$221.001
$5oe.sol
$10,611.00
$2sps7.00
92,+39.20
$2"880.001
$xe{o.o0l
$1000.001
0z115.ool
$30s.001
$46.r01
$83.801
$247.001
$2,880.00
$3,940.00
f,5,000.00
$2115.00
$6/100.00
$375.20
$838.00
$1,235.00
MANHOLBREHABruTATION
t3 $28
929 "Cementitiors Itrtortar Lining
Rebuild Bench and Invert
__tr
EA - ]77
474
GBAvTry!
_ lll
--]
I
AVEMENT,-l
t7
18-
19
LAINPOINT
ETRUCflN-1,
P-11 l,
.RBPAIBS
l"Ttr"Pry9l9@[-r"r' PvC ni" fo-rO a""pl EA
EA
EA
EA
,ES
fspir"ft n*a*ay Pavement Resto.id*, -o.utu C"p
8" thick) and Asphatt Surfaces Couree (2" thicl) Detail
,.72
-sYlEsY---.l - 10IsY I- s
nreete Drivenray Repalr
for 24-indr DIP Tee within Polnt Repair
BIDTABT'LATION
Canrp Hancock Ouffall Rehabilitation Phaee I
BID Item No, 1&160
BIDDATE:March 15.2018
wKDf 2n60256.00.AG
Comr,ete Cutb & Gutter
INWORDS:
ConkactTime: 145 Calendar Days
Insihrbrrr Tedrnologiee
17988 Edison Ave
Chereterfiel4 MO 63005
UenseNo. G717075
BID TABUTATION
Camp Hancoc.k Outfall Rehabilitation Phase I
BID Iten No. 1&160
BID DATE March lt 2018
wKDf 20150266.00.AG
lnsihrlomr Tedrnologies
17988 Edison Ave
Chersterfid4 MO 63005
LictnseNo Cl77U75
Item
ADDITTVE
Extend Rehabilitation limite to SMH MC059M0I94
GEMRAL CONSTRUCTION. LUMP sUM ITEMS
L$l lt{obilization (not to excc.ed 3% of Alt A total}
L9,2 Bonds,Insurane
[S.il Temp. Erosiur and Sediment Cmtrol
I"S.t TrafficCurtrol
L*7 OwnedsAllowance
I.S-8 BypassPumplng
GNAvTry MAIN POINT REPAIRS
$30 Point
Add for 24-indr DIP Tee within Point
AddittuBl l(epatu tength (Over l0-feet);Add to itsr A$
1 above.
lZ+in t f,VC np" (O'-10' d".p)
[z+*a, wc np" dor - rs' a*pl _-.=- ]@-- t29 992 ReplaeExisting Servicelateral
a 6in& Service Iateral (any depth) I{eplaceurent
b Add for DIP Service Lateral
CLEAMNG & CCTV INSTECTION
o0l
001
001
001
ml
0ol
IS
LS
rs
LS
LS
LS
21
22
23
24
25
26
I
I
1
1
1
1
$4000,
fi70.
$eo.
$4,550.
s19,900.
$14f60.
$4000.00
$67000
$s60,00
$4,55000
$1%9oo.oo
$14,860.00
$2,880.00
$3,940.00
$5,0m.00
$28,460.00
$6,o80.oo
$16640.00
$25,400.00
s2260.00
$625.00
$3,551.00
$51,087.50
$1,063.00
$605.00
$2210.00
$2,034i0
$1o.60l
EA
EA
EA
BA
LF
LF
LF
1
L
1
4
2
1
5
$2,880.00
$3,%0.00
$1000.00
s2115.00
$3,040.00
$4160.00
05280.00
LF
LE
100
28
335
f72.60l
szs.ool
q_r1 Clean & CCTV Inspectior of Exlsting Sewers prio,r to
Rehabilitation
a 24-lnch Diameter Main Sewer
CI,RED-IN-PLACts PIPS LINING (CIPT)
31 S-22 kratallationofCured-in-PlacePipelining(Clpp)
a 2&in&CIPPLining
3.2 S.21 ReinstateActive Senricelateral
33 S25 CIPP Product Teste
MANHOLE REHABILITATION
34 $28 C-emmtitious Mortar Lining
MIsCBLLAMOT'S CONSTRUCTION
35 M-{ Select Backfi\ GA DOT l}pe t Class I & tr
LF
LF
EA
EA
I
il
:ll s152s0
$212.fr
$60s.00
$22l.oolVF
CY $1301
EIDTABUIJ\TION
Canp Hancoc& Ouffall Rehabilitation Phase I
BID lhn No. 19160
BID DATB March 15,2018
wKDf 2an50266.00i.c
Ineifu forrr Technologiee
17988 EdisonAve
ChssErffel4 MO 63005
LtangeNo. c117075
PAVBMBNT STAUCTT'RES
35
37 P-l AsphaltOverlay
rr_11 Asphalt Roadway Pavement Restoration, 8" C-ontrete
Cap and 2" surlace ourse. See Detail 4.1.2 s]r
sY 350
ADDTITYE ALTENNATB A GRAND TOTAL!
$322.001
$2o.1ol
$12,880.00
$7p3s-oo
iry2etfi
INWORDS:
C;onhact Time: 20 CalerrdarDays
ADDITIVE ATTERNATE B
Item Deecription
GENERAL CONSIRUCIION - LIJMP SUM IfEI\,IS
L$1 lMobiti",6ot ,to, to o<ceed 3% of Alt B
ConEoL
Allowance
L$8 BypassPum-ping
GBAWIY MAIN TOINT RBPAIBS
U S€0 Point Repairs to Main Sewers (I0-feet in leneth)
a fzl-inarrvcprpe (up to 1s'dery) ----l
CLEANING & CCTV INSPECTION
45 921 Clean & CCTV krspection of Existing Sewere pr{or to- Rehahilitattur
a 24-in& Dameter Main Sewer
CTJRED.IN.PIJICB PIPB LINING (CIPP)
# *n Ineta[a6e1 olGrred_in-placapipe Lining (CIpp)
a 2,kin&CIPPLining
47 *24 Reinstate Active Service Lateral48 925 CIPP Product Tests
MANHOLE REHABILITATION
49 $28 CementitiousMortarlining
MISCETLANEOUS CONSTRUCTION
50 M4 Select Backlilt GA DOT Type I, Ctass I & tr
EA
LF
$l.oM.20 $d04d.20
s3,800.00
$570,10
$ss850
841750.70
$18,000,00
$20,96350
s3,800,00
$670.10
$ss8.50
w76,o.zo
$18,000,00
$20,96350
$2,899.30
$41'214.r0
$947.40
$3,029.00
$10,166.00
30 $7.eol
367
6
5
LF
EA
EA
\{F II
il
$112.30
$157.90
$60580
$22r.ool
Brosion and Sediment Control _1
1
CY 30 $3130J
BIDTADULATION
Curp Hancoc& Ouffall Rehabilitation Phaee I
BIDIten No. 18-160
BID DATE: Mardr 15,2[}18
wKD# 20150256J0-A.G
Insituform Tedmologies
17988 Edison Ave
Chersterfield lvfO 63005
LicenseNo. G117075
PAVEMENT STAUCTT'RXS
P-11 Asphalt Roadway Paveurent Restoration, 8" Concrete sr
9Y
C-ag aad2-112" sudacr course. $ee Detail4.12
AsphaltOverlay
ADDITTVB ALTERNAIT B GNAND TOTAL:
$rrrrl $le868.00
$8,040.00
$134889A{'
400P-152
INWORDS:
Cqrtract Tlme: 20 Calendar Days
BaeeBldGr*dTrhll I
AltemateA:l I
Nternate B:l Iqffi F PIP . +! ILTEIN4IESII
$s59,152.60
$2A2e7,N
$132,889.80
$914,333.40
$8s3,333.40
DOC[ MENToo43 13
BID BOND
KNOW ALL MEN BY TIIESE PRESENIS, that ri,e, the Indtuforrn Technolosiec. LLC
Travclerr Carurlty rnd Surety C.ompanyl79tt Edison Avcnuc, therterfigld, Mo 63005 , . as Priacipal, ofAm*{ca, one Tower Squere 8nd as Surcty,
Hertford, CT06tE3
ar€ heroby held and fimly bound uoto the Augueh, Gcorgia Commission of Augusta,
Oeorgia as Owner in thc pend 6um o@
for the palment of which, well and tnrly to be made, we hereby
jointly and severally bind ourselws, our heirs, executors, adminielrators, suooessors and asrigrs.
Sigpad this e day of ,,20 l8_.
The condition of the above obligation ic suc.h that whereas the Prinoipal has $bmitted to the
Augueta, Georgia Coomission of Augustq Georgia, a sertain Bid, attaclred hereto and
hcreby made a part hereof to enter into a contract in writing for the Camp Hancock Outfall Rebabilitation Pl[
forAugusta, Georgia in accordance withplans and speoifications of tho AUGUSTA UTILITtsS
DEPARTMENT.
NOW, THEREFORB,
(a) If said Bid shall be rejected, or in the altcnrate,
(b) If said Bid shall be acceptod and the Principal shall exccute and deliver a contract in
the Form of Contract attached hpreto (properly completed in accordance with said
Bid) and shall firnrish a bond for hic faithful performance of said mnhact, and for
tho payment of atl pcrcons perforning labor or firmiehing materials in connection
therewith, and shall in all other respecte perfonn the agreement crcated by the
acseflance of said Bid, then thie obligation shall be void otherwise the eame shall
remain in force and effect; it being expessly understood and agrccd thqt the liability
of the Surety for any and all claims hereurder shall, in no evenL expeed the pcnal
amount of this obligation as hcrein etated.
Augusta tlt llities f)qrannrcnt
Caurp tlnncrxk Outlbll Mrohilitorioo Phaso I
\4'1il) Prcjcct Nunrbcr: 20I60266.00.AG
Bid Bond
0043 13. r
The Surety , for value r@eivc, hereby stipulates and agrees that thc obligations of said Suety
and its boad shall be in no way impaired or affocted by any cxtcnsion of the time within wbich
thc Owner may accept such Bid; and said Surety does heraby waive notise of any such extension.
IN W|1NIiSS WIJI'IRF,OF, lhe l'rincipal and the Surcly have hersunlo set thoir hands arrd
seals, and sucb of tlretn as ale cotporalioru havc causctl lhcir corporatc seals lo bc herclo aflixed and
llrcsc presents to be signed by lheir propff oflicers, the day and year first set forth above,
Signed and sealcd this _ o __day of _March A. D,20 ts .
lnrituform Technologier, LLC (Seal)
(Principal)
,, ,,i*or.QA4*.,,
Diane Pertridge, Contractint & Attesting Offfcer
Travelers Casudty and Surety
C.ompany of America (Scnl)
(Surety)
Attest
(Title)
Donna Robson, Ailorney-in-Fact
AsNcyMiller, Witness
.Atlguslu I ltilitics I )cpartnrorrl
('ant;r lJ611soc1 ()rrtlirll ltc'lmbilitrrinn Phosc t
\\'K D I'rojcct Nurnlle,r': 20 I 6t,206.00.AG
Bid Bond
0043 13-2
manda L. trYilliams, lyitncss
State of Missouri
County of St. Louis
On 310612018' before me, a Notary Public in and for said County and State, residing therein, dulycommissioned and sworn, personally appeared Donna Robson known to me to be Attoriey-in-Facr of
TUvnLERS casu.l,LTy ANn sunprv coupaNy oF,Aunnrca
the corporation described in and that executed the within and foregoing instrurnent, and known to meto be the person who executed the said instrument in behalf-of Juia .orporation, and he dulyacknowledged to me that such corporation executed the same.
IN WITNESS WHEREoF, I have hereunto set my hand and affixed my official seat, the day and yearstated in this certificate above.
My Commission Expires:
Amanda L. Williams, Notary public
TRAVELENJT
Travelerc Caouatty anaTurety Offiffi
lgyelerc Casualty and Surety CompanySt Paul Fire and Marine fnsurance bompany
POWER OF ATTORT{EY
#,?H,}}y=#f,,: lffi:="fff|]"l #:*9;,:.!1r,:kf-s^1g_,"_Tfqt "of:nicl.rrav€l9p casuany and surery company, and st.tSffHfJi l:ilii"",iH:Effi"f,g::,"."f":*":,P*:1":ly^iifll9],*:'-,ffio'T"xeEffi'H;e1lH ir#:$"?*ffi"r,ffi';:;?Hfff:;HT:13:1",3Tf"*:,.:,'g::rji*:,*:*9";is"_E{E;ilf"HoT,ii'"Hj':,.}ffi:[:]l.;T,l:fi31#?'jl*,jhfrfi.."[fl#i[*Jt#ffijr,,ii.*#,1mim,.m*f:ji*lgr*:qriir;;?.&"rfii[Ei,il:x,1";,ffi'.#txislffillo"S'r3ffiri,?j,*"!,:"11f'#,m*#,,1,*1i$*={*EiE;tff,i#?.,f-,if'HHfl,H""ffilffin"fr""Sff"HXl$Siffilgtland ero,ung or suarant€erns oono" andunoertarins;;ilffi;;;'ffiil:"d;ri[I3t"J,ffi.13frlt#itll1"?l
lNWTilEssWHEREoF'lhocompanieshavecausedthlslnslrumentlobeslgned,andtheircorporatesearstobehereroaftred,rhlss
iltdayotFobrurry,2017.
State of Coflneclicut
Cily of Hartfod ss.
In wlhesr $Jtrereof. t hereunlo sel my hand antl oftohl seal.
My Conmlssion erpires the S0th day of June.202l YY\qur C trnau,;kMarfuc.rer@
ilitffiifl-IX?ii3i:T:rXJ,llit*l'flff"s:l#.:1,ffif:'H[3ffi3f8ffi*itT,gil3,Hl'Jjt**-nJ:8"::casuatvandi,",,'flffiffiTffii?l;l',il:1tr c**rili,csilil'dffi;i.l.Ii''sffi;lliEiHffit'?.3;[,ffi'.X,?:ff3ilJ35"[*Tf'ffiil
Daled lhis oo day o( r{ardr , 2orr
on th's lhe Srd day of February,2a1,, before me persooallyappealod Roos.r L. Reney, wio acknowtedged himseilto be lhe senior vrc6 Ftesaded dTravel€rs casualtv and sucty companv ot lrnerrin, rravei"ri6il,[y ;;i'sr]"rib;p"ny, and st. piri i-rr" "ro Martne rnslrrance company, and[],"1,I1.1ii131ffffi:H.g#rflro io. executeo'heioregotng lns.;.ent biG; irrrces trerern contarned by srgnins on beharrorrhe coiporations
RESOLVED, that the Chaarman,-tF^I?ridTf,.".nyVlce Chatrman, arry Executive Mce prestden! any Sentor Vlce predden!.any Vlce ftesadent, anysecond Mce Preddent' lhe T.reasurer, any Assistanl rreasurer, rhe coiporere air"t ry or rny aigirnt-s"i*try may appoint Attorneys.i*Facl a,rdAgents lo ac{ br and on behalf.of ue comianv-ano rji.sF;r6;;pp"fiil;;;'r"rr,ny as rirs oi-r,eiceiriiii oraunoriry may prescrr6 ro sign *,rhthe canpanfs name and T.:l wP ttt" clti"nit;aib",d.' rffiil;-il;;'ffirg^"r or rroem.ity, ffi';rfi wflrngs oblssrory rn rhe nature or arfJ|ffi,lffffi' $ #,'jlfl,iiJnoertarin6' aiJ"=,v or*u im."E "' n "Ei.LIilr Direclors ar aryume may remo,e any srch appoinreo ad revor€
FURTHER REgoLvED' lhat lhe chairman, the Ptesldent, iny vice chairman, anv lxecuriye Mce preddenr, any senior vrce presrdenr o. any vicePresidentmay delegate a,l rI' in *ii,,g;d ;;;iffi,i$[Iffi[,f;i::?#1??,:Hfljlffi;'nT.* "** oremprovees oru,i'-6ii,ii i, p'.o,ro"o ri,,ieaiiisuirioereearion
FURTHER REgoLvED' that any.bond, recognizance, contract of indemnhy, or wiling ouigaory In ttc nature of a bond, r€cognizanca, or condnronarunderlaklns ehalr b€ €l'd and bi'iolng uion urE i,*ip"itv ,,tt* t3i 9,iii- iiini' eiliiioir.ti,],1 vi,icfiffi,;il-Erecrnive Mce prcsrdenr, any seniorMce pr.stdenr or any Mce prestdoir, ;r, s-6ilU[ presirieiri -rrre-r-,iasrr"l, Ly egslanr rre"*r"i in-".ilrpor.te secrerary or any Assasrantsecrelary and outv attesteo-1y- ++;i'ff;ii"frr. .or ti " S"i-,Gilli i*;,c".iii#"r;rr ,rtffid exocured (under sear, I r6qurred) uy.fli i:il,ffi11T1ffi;fi[i"1##?Hf"1ffi'#,t lt;trH; it';ffi fri ilT' n", ceruncate # u,"iiti,riiicik;;i#,i;;ily'#L ,o,.
FURTHER RESoLVED' that the slgnature of each of the !9!g*p. orygn: Precdent, any Executrve Mce p€ddfit,.any senior vre p.suent, any wsP'esidenl' anv Asslslant uce nq'cioe.1r i.v s*rit"rv,
"rv 4lsrient s*r.t"rv, "ni'rie';il;1i; c;ii^i'iii r" "m*d by facdmire ro any poreror AttortEv or lo anv certlficate retating tfedto-a-ppotnir,ie R"uudi viL- i-rii,iiiiiiri, i ir,aenr asssunr diE "rlnd.'. nnorneys.rn-Facr for purpoles on ryorexecullru and attes[ns bondc and utdertakh6S
""J-dil*.yq,rgs obr6rfrHil'"ii"trre.uBre"]:;,rd ;ry-#-ilrer of eflorney or cerriricite bearingsuch facsimile signaturt or facslmlle seal shafl 6- rrlio
"no unoin-s ,#G;'d;;i and any such po*J,;";rt"d and certiried by such racsrmiresisnature and facsim,e s€6r sha, be rra'o ano t"di"d;rdCff#fi iii iltr1* #ir,, *rp*r .o
";ry
bJio ir?*.r"ndtns to whlch tr ts atracied.l' Kevln E' Hughss' the undersigned, Asslstant s.o.q11 of rrawters c,asualty and surety ?pp"ny of America, Trarchm casuarty and suretyf,#il'#:l ff3:,'J6"'Ji"Tf,T;^[tg;"gr,ru,X ffi;L;rvTi],,L
"0o," il-r,"o;";'d;;;. ad cor.ocr copy orirre porcr or
By:
ro rcrlly tltc authenWty dthls Power otAttqrtey, paasc calt as at l-i(D421-3g&tHe'se tElts't to the ebow'nemd ltiuney'n-rii ato ae *itis a un ut a a whldt ttn pwer ts eltadrc.r,
DOCUMENT OO 5I OO
NOTICE OF AWARD
DATE:
CONTRACTOR:
ADDRESS:
lnsituform Technologies, LLC
17988 Edison Avenue
Chesterfield MO
State
PROJECTNO:
dey of
63005
City
PROJECT: Camp
Phase
Z$Code
Hancock Outfall Rehabilitation
I
At a meeting of the
you were awarded the Contract for the following Project:
held on (Date)
Enclosed please find copies of the Contract Documents for your execution. Please complete the necessary
pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and retum to this office within
l0 days from the date ofthis letter, excluding Legal Holidays.
The Certificate of Insurance must be complete.
Power of Attorney must be submitted in triplicate; an original and two copies are permissible.
Very truly yours,
Augusta Program Managernent Team
Project Engineer
Receipt of this NOTICE OF AWARD is hereby acknowledged this, the ,20
Contractor By
Please sigrl and retum one copy of this Notice of Award Acknowledgement to:
Augusta Utilities Department
Attn: Program Managers
452 Walker Street, Suite 200
Augustg GA 30901
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation - Phase I
WKD Project Number: 20 I 60266.00.AG
Notice Of Award
00 51 00 - I
INTENTIONALLY LEFT BLANK
DOCUMENT OO 52 15
AGREEMENT
AGREEMENT
This AGREEMENT, made on the _ day ot_,2018, by and between
AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COI]NTY
COMMISSION, party of the fust part, hereinafter called the OWNER, and Insituform Technologies, 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:
CAMP HANCOCK OUTFALL RETIABILITATION PHASE I
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 - LIOUIDATED DAMAGES
The work to be performed under this Contract shall be commenced within 10 calendar days
after the date of written notice by the Owner or the Contractor to proceed. All work shall be fully
completed within the number of calendar days from the date of the Notice to Proceed, as indicated below, based on
the portions of the work awarded. The contract durations for each portion of the project in the bid package are listed
below:
1. Base Bid - 145 calendar days2. Bid Altemate I - 20 calendar days3. Bid Alternate 2 -20 calendar days
The contract duration will be established based on the amount of work awarded. The contract duration shall reflect
the above listed amount of calendar days for the respective project scope of work. Therefore, the contract duration
shall be 185 calendar days.
All work shall be fully completed within this number of calendar days from the date of the Notice to Proceed with all
such extensions of time as provided for in the General Conditions.
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 areESSENTIAL CONDITIONS of this contract. Contactor agrees that said work shall be prosecuted regularly,
diligently, and unintemrptedly at such rate of progress as will ensure full completion thereof within the time specifiei.
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 thi average
climatic range and construction conditions prevailing in this locality.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Agreement Form
00 52 15 - r
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE
WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contactor does hereby agree, as a part of the
Consideration for the awarding of this contract, to pay the Owner the sum of one thousand and no/100s (S1000.00)
Dollars, not as a penalty, but as liquidated damages for such breach ofcontract 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.
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 worlg the new time limit fxed 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) Prosress 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 9Oo/o of the amount of the estimate on units accepted in
place. The l0% retained perceniage may be held by the Owner until the final completion and acceptance of all work
under the Conffact.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall withinl0 days made such inspection, and when he finds the work acceptable under the Contract and the Contact 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 Confactor ,including the retained percentage, shall be paid to the Contractor by the Owner within
15 days after the date of said final certihcate.
(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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Agreement Form
005215-2
(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 Engineero and without
terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted.
Eich payment shall be made under the terms and conditions governing final pal,rnent, except that it shall not
constitute a waiver of claims.
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.
OWITIER: AUGUSTA. GEORGIA
ATTEST:SEAL
By:By:
By:By:
The Ilonorable Hardie Davis
Mayor
Date:
APPROVED AS TO FORM:
Attorney
Date:
CONTRACTOR: INSITUFORM TECHNOLOGIES. LLC.
Name:
Title:
Date:
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Lena J. Bonner
Clerk of the Commission
Date:
DEPARTMENT APPROVAL:
Thomas D. Wiedmeier
Director, Augusta Utilities Departrnent
Date:
ATTEST:
Name:
Title:
Date :
SEAL
By:By:
Agreement Form
00 52 15 - 3
INTENTIONALLY LEFT BLANK
DOCUMENT OO 55 OO
NOTICE TO PROCEED
TO: Insituform Technologies, LLC.
DATE:
Attn:Firm Contact
17988 Edison Avenue
Chesterfield, MO 63005
PROJECT: Camp Hancock Outfall Rehabilitation Phase I PROJECT NO:
You are hereby notified to commence woRK in accordance with the Agreement dated
on or before , and you are to complete the WORK within 185
consecutive calendar days thereafter. The date of completion of all woRK is therefore
Very truly yours,
Project Engineer
Receipt of this NOTICE TO PROCEED is hereby acknowledged
This, the
Contractor:
day of , 2018
By:
Title:
Please sign and return one copy of this Notice to Proceed Acknowledgement to:
Augusta Utilities Department
452 Walker Stree! Suite 200
Augusta, GA 30901
The City of Augusta Utilities Department
Camp Hancock Ouffall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Notice To Proceed
005500-l
INTENTIONALLY LEFT BLANK
DOCUMENT OO 6I 13
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 TTIESE 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 frmly bound unto AUGUSTA, GEORGIA BY AND
THROUGH THE AUGUSTA COMMISSION as Obligee, herei
amount of
nafter called the Owner, in the penal
Dollars ($ ) for the
payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors,
and assigns, jointly and severally, frmly 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 Camp Hancock Outfall Rehabilitation Phase I 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) Complete the CONTRACT in accordance with its terms and conditions, or(2) 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
The City of Augusta Utilities Department performance Bond
Camp Hancock Outfall Rehabilitation Phase I 60 6l 13 _ t
WKD Project Number: 20160266.00.AG
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 GoNTRACT 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 (Seal)
(Title)
By
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Performance Bond
00 6l 13 - 2
DOCUMENT OO 6I 15
LABOR AND MATERIAL PAYMENT BOND
NOTE:THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND
ON PAGE PB-I, IN FAVOR OF T}IE 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
Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND
TIIROUGH THE AUGUSTA, GEORGIA COMMISSION, as Obligee, hereinafter called the Owner, for
the use and benefit of claimants as herein below defined in the amount of
Dollars (S__________J
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 forthe Camo Hancock Outfall Rehabilitation Phase I 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:
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, gos, power, light, heat, oil, gasoline,
telephone service or rental of equipment directly applicable to the coNTRACT .
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
(l)
(2\
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Payment Bond
00 6l 15 - I
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 ofany such suit.
(3) 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 .
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.
(b)
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Payment Bond
0061 ls-2
Signed and sealed this
Witness
Attest
Witness
Attest
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
day of A. D.20
(Contractor)
By (Seal)
(Title)
(Surety)
By (Seal)
(Title)
Payment Bond
00 6r 15 - 3
(Seal)
(Seal)
INTENTIONALLY LEFT BLANK
DOCUMENT OO 6I 16
CONTRACTORS AFFIDAVIT RELATED TO LIENS, CLAIMS
STATE OF GEORGIA
COUNTY OF RICHMOND
On this day,, being duly sworn, deposes and says that he is the
of (Contractor) who
entered into a contract, Cantp Hancock Outfall Rehabilitation Phase I dated
, with The City of Augusta Utilities Department (Owner) for furnishing materials and labor in the erection
and construction of facilities defined in the Contract Documents, such erection and construction having been
completed.
Further, that in accordance with the Contract Documents and applicable Statutes of the State of Georgia the
undersigned hereby declares that the claims of all subcontractors, materialmen, laborers, and all other
persons and parties furnishing labor and materials with respect to the above mentioned Contract have been
paid in full except as follows:
Affiant further states that, by execution of this affidavit, he agrees to indemnifr and save harmless the Owner
from any liability for payment of said deficiencies in the stated amounts or any part thereof.
Contractor
Subscribed and sworn to before me
this
-
day of
Notary Public
My Commission Expires:
20
The City of Augusta Utilities Departrnent
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
Contractors Affidavit Related To Liens, Claims
00 6l 16 - r
INTENTIONALLY LEFT BLANK
DOCUMENT OO 6275
CONTRACTORS APPLICATION FOR PAYMENT
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Contractors Application for Payment
006275-1
Contractor's A lication for Pa t No.
{pplication
)eriod'
Application Date:
nt
rrom (Contractor):Via (Engineer):
rabilitation Project - Phase I lontract:
lonfractor's Project No. :Ensineer's Proiect No.:20160266.00.AG
Application For Paymenl
o the best of its knowledge, the following:
eived from Owner on account ofWork done under the Contract
rge Contractor's logitimate obligations incurred in connection with
s for Paymentl
ipment incorporafed in said Work, or otherwise listed in or
,ass to Owner at time of payment fre€ and clear of all Liens,
:xcept such as are covered by a bond acceptable to Owner
Liens, security interest, or encumbrances); and
cation for Pa),rnent is in accordance with the Contract Docum€nts
)artment
ltion Phase I
;.00.AG
a.
b.
Work Completed..........
Stored Meteriel.......-.....
$
$
$
$
$
$
c. Total Retainage (Line 5.r + Line 5.b).......
AMOUNT ELIGIBLE TO DATE (Line 4 - Line 5.c)...........
LESS PREVIOUS PAYMENTS (Line 6 from prior Application)..........
AMOUNT DUE THIS APPLICATION...
BALANCE TO ['INISH, PLUS RETAINAGE
(Column G totel on Progress Estimates + Line 5.c above)....................... $
Payment of
is recommended by
Payment of:
is approved by:
Approved by:
(Line 8 or other - attach explanation ofthe other amount)
(Engineer)(Date)
(Line 8 or other - attach explanation ofthe other amount)
(Owner)(Date)
Funding or Financing Entity (ifapplicable)(Date)
Contractors Application for Payment
006275-1
x
x
Contractor's Application
)artrnent
ltion Phase
;.00.AG
EJCDC@ C-620 Conbacto/s Application for Payment
@ 201 3 Natronal Socrety of Professional Engineers for EJCDC. All righs reserued
Page 2 of3 Contractors Application for Payment
006275-2
Contractor's Application
Hancock Outfall Rehabilitation Project - Phase I
Description ofMaterials or Equipment Stored
EJCDC@ C-620 Contractor's Application for payment
O20l3NationalSocietyofProfessionalEngineersforEJCDC. Allnghtsreserued.
Page 3 of3)artment
rtion Phase I
r.00.AG
Contractors Application for Payment
00627s_3
INTENTIONALLY LEFT BLANK
DOCUMENT OO 72 15
STANDARD GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-1
Revision DateAugu6t 2001
GENERAL CONDITIONS
ARTICLE I-DEFINITIONS
Wherever used in these General Conditions or in the other Conhact Documents the following terrns 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.
Applicationfor Paymenf-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-T\e offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work
to be performed.
Bonds-Bid, perforrnance and payment bonds and other instruments of security furnished by CONTRACTOR
and its Surety in accordance with the Contract Documents.
Change Order- I 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-T\eAgreement: 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 Conffact 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.
CONTMCTOR-T\e person, ftrm 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, Georgia 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
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-2
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 modifuing the word Work, refers to Work that is unsatisfactory, faultyor
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 pa)ment, unless responsibility for the protection thereofhas been
assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10).
Drawings-Tlte 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 ifno
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 andlor orders.
Notice of Award-Tlte 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 copyto 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, Georgia 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,lor 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.
Proiect 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-T\e professional in charge, serving OWNER with architectural or engineering services, his
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20 I 60266.00.AG
Standard General Conditions
007215-3
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 Conkact.
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 specificallyprepared
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.
Specificatio,ns-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-Amanufacturer, 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 ll'ork-Work to be paid for on the basis of unit prices.
lVork-Tlte 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 byPROFESSIONAL, ordering an addition, deletion orrevision 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 ChangeDirective 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 subsequentiy issued
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-4
Change Order following negotiations by the parties as to its effect, if any, on the Contract price or ContractTime as provided in Article 10.
llritten 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-5
AugusE 2001
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. Aftet the award of the Contract, OWNER shall furnish CONTRACTOR, at no cost, one (l)
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 nrrnisnia by COUNTy
upon CONTRACTOR's requestand aTCONTRACTOR's expense, which will be OWNER's standard charges
for printing and reproduction.
Commencement of Contrarct 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.
B efo re S tarting C o n stru ctio n :
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully studyand compare the
Contract Documents and check and veriff 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 Sampre submissions, and
2.6-3. apreliminary schedule of values for all of the Work which will include quantities and prices ofitems 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
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-6
of overhead and profit applicable to each item of Work which will be confirmed in writing by CONTRACTOR
at the time of submission.
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-constru ctio n C o nference :
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
payrnent 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
Standard General Conditions
007215_7
Revision DateAugust 2001
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 asif called for by all. The Contract Documents will be construed in accordance with the law of the State of
Georgia.
3.2. lt 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. AnyWork, 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 ofthe Contract Documents shall be issued byPROFESSIONAL
as provided in paragraph 9.4.
3.4. Reference to standards, specifications, manuals or codes of anytechnical 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. Il during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity
or discrepancy within the Contract Documents or between the Contract Documents and anyprovision 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 notbe liable to
OWNER or PROFESSIONAL for failure to report any conflict, error, ambiguity or discrepancy in the Conhact
Documents unless CONTRACTOR had actual knowledge thereof or should reasonablyhave 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:
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-8
AugusE 2001
3.6.1. aformal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
3.6.3. a Work Change Directive (pursuant to paragraph 10.4).
As indicated in paragraphs 1 1.2 and l2.l,Contract Price and Contract Time mayonlybe 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.I. 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.
The City of Augusta Utilities Departrnent
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-9
ARTICLE 4-AVAILABILITY OF' LANDS, PHYSICALCONDITIONS; REf,.ERENCE PoINTs
Availability of Lands:
4' 1' owNER shall furnish, as indicated in the contract Documents, the lands upon which the work isto be performed' rights-of-way and easements for access thereto, and such other lands which are designated forthe use of coNTRAgfo.R^I""essaryeasements orrights-of-waywill be obtained and expenses will be borneby owNER' If coNTRACToR and bwNBR -" u"u'ur" ,o us"e on entitlement to or the amount or extent ofany adjustments in the contract Price or the contract ri*",
^-u result of any delay in owNER,s furnishingthese lands' rights-of-way or easements, the coNTRACion -uv make a claim therefor as provided inArticles I I and 12' The coNTRACToR shall provide ro. u[ uaaitonal lands ura u"L.. thereto that mayberequired for temporary construction facilities o. .torug" oi*""ii"r, and equipment.
Physical Conditions:
4'2'l ' Explorations and Reports:Reference is made to the supplementaryconditions for identificationof those reports of explorationt u,d tests of subsurface "onaiii*, at or contiguous to the site that have beenutilized in preparing the contract Documents and those drawings of physlar conditions in or relating toexisting surface or subsurface structures at or contiguous to the site (except underground Facilities) that havebeen utilized in preparing the Contract Documents.
4'2'2' coNTRACToRmayrelyupon the general accuracyof the "technical data,'contained in suchreports and drawings' Such "technical datai' is idenlified in the iupprementary conditions. Except for suchreliance on such "technical data," coNTY9Igl -uv o., ,"rv upon or make any claim against owNER,PR.FESSI.NAL, or any of pRoFESSI.NAL's consultants #tn respect to:
4'2'2'l ' the completeness of such reports and drawings for coNTRACToR,s purposes, including butnot limited to' anyaspects of the means' metlods, tech;i;:."qrences and procedures of construction to beemployed 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 orindicated in such drawings, or
","n aur?,?lr.,|fffi:X:ffif* ili:H:l?:f: oror concrusion drawn rrom any ,,technicar data,, or any
4'2'3 ' rf conditions are encountered, :T"-lullq existing utilities, at the site which are (l) subsurface orotherwise concealed physical conditions *t i"t difier mat#uiry r.oo, those indicated in the contractDocuments or (2) unknown physical conditions or * urr.rui **.", which differ materially from thoseordinarily found to exist and generally recognized as inherent in construction activities of the characterprovided for in the conhact Documents, then coNTRACToRshall give owNER;";;;" thereof promptlybefore conditions are disturbed and in ," "** later than +s hours after first observance of the conditions.
4'2'4' The owNER and PRoFESSIoNAL shall promptly investigate such conditions, and, if theydiffer materially and cause an increase or decrease in ioNinacroRf ,ori.i-"r',ime required for,performance of any part of the work, the owNER *d pRoFEisIoNAL shalr recommend an equitableadjustment in the contract Price or contract Time, or both rr,t " ciwi.rER and PRoFESSIONAL determine
T" Ciry of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase IWKD Project Number: 201 60266.00.AG
Standard General Conditions
007215_10
August 2001
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 notiff CONTRACTOR of the determination in writing. The Work shall be
performed after direction is provided by the PROFESSIONAL.
Physic al Co nditio ns-Undergroun d F acilities :
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-l-1. OWNERand PROFESSIONAL shall not beresponsible forthe accuracyorcompleteness 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 theOWNER'S of such Underground Facilities during construction, for the safety and protection thereof asprovided in paragraph 6.20 and,repairing anydamage thereto resulting from the Work, the cost of all ofwhichwill 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,identifu the OWNER of such Underground Facility and give written notice thereof to that OWNER and toOWNER 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 conse-quences 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. CONTRAifOn shall be allowedan increase in the Contract Price or an extension of the Contract Time, or both, to the extent that they areattributable to the existence of any Underground Facility that was not shown or indicated in the ContractDocuments and which CONTRACTOR could not reasonably have been expected to be aware of. If the partiesare unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor asprovided in Articles ll and,12.
Reference Points:
4'4' OWNER shall provide Engineering surveys to establish referencepoints forconstruction which inPROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the W;.k.CONTRACToR shall be responsible for laying out the Work (unless otherwise specified in the GeneralRequirements), shall protect and preserve the established reference points and shill make no changes orrelocations without the prior written approval of OWNER. CONTRACTOR shall report to pROFESSIONAL
whenever any reference point is lost or destroyed or requires relocation because ofnecessary changes in gradesor locations, and shall be responsible for the accurate replacement or relocation of such referenie poiit, by
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
00 72 15 - I I
professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
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 ttre 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) notifr 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) specifuing that such
condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifuing any
special conditions under which such Work maybe 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-12
Revi6ion DateAugust 2001
ARTICLE s-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at least equalto the Contract Price as Security for the faithful performance and payment of all CONTRACTOR's obligationsunder the Contract Documents. These Bonds shall remain in effeciat least until one year after the date whenfinal paYT nent becomes due, except as otherwise provided by Iaw or Regulation or by tire Contact Documents.CONTRACTOR shall also furnish such other Bonds as are requirea Uy ttre Supplementary Conditions. AllBonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents and be executed bysuch 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. Alf Bonds signed by an agent must beaccompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bold_s and insurance required bythe Confact Documents to be purchased and maintained byCoNTRACToR shall be obtained from surety or insurance companies that are duly licensed or authorized inthe State of Georgia to issue bonds or insurance policies for the iimits and "or".uj", so required. All bondssigned by an agent must be accompanied by a certified copy of authority to act. iuch surety and insurancecompanies shall also meet such additional requirements and qualifications as may be irovided in theSupplementary Conditions.
5'2'2' CONTRACTOR shall deliver to OWNER, with copies to each additional insured identified in5'3, an original or a certified copy of the complete insurance policy for each policy required, certificates ofinsurance (and other evidence of insurance requested by OWNnn or any other additional insured) whichcoNTRACToR is required to purchase and mainkin in accordance with 5.3.
5'2'3. If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomesinsolvent or its right to do business is terminated in any state where any part of the project is located or itceases to meet the requirements ofparagraph 5.1, CONTRACTOR shall within five days thereafter substituteanother 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 otherinsurance as is appropriate for the Work being performed and furnished and as ,uilifroria" protection fromclaims set forth below which may arise out of or result from CONTRACToR's performance and fumishing ofthe Work and CoNTRACToR's other obligations under the Contract Documents, whether it is to beperformed or furnished by CONTRACToR, by any Subcontractor, by anyone directly or indirectly employedby any of them to perform or furnish any of the work, or by anyone fo, wlose acts any of them may be liable:
5'3'l' Claims under workers'or workmen's compensation, disability benefits and other similaremployee benefit acts;
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215_13
5-3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death ofCONTRACTOR's employees;
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of anyperson other
than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by anyperson as a result of an offense directly or indirectly related to the employment of such p"r.o" UyCONTRACTOR, or (b) bV any other person for any other reason;
5.3.5' Claims for damages, other than to the Work itself, because of injuryto or desffuction oftangibleproperty 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 ordeath of any person or for damage to property; and
5'3'7. Claims for damages because of bodily injury or death of anyperson or property damage arisingout 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 lessthan the limits of liability and coverage's provided in the Supplementary Conditions, or required by law,whichever is greater. The comprehensive general liability iosu.ance shall include compleied operationsinsurance. All of the policies of insurance so required to bepurchased and maintained (or the certificates orother evidence thereof) shall contain a provision or endorsement that the coverage afforded will not becanceled, materially changed or renewal refused until at least thirty days prior writte;otice has been given toOWNER, PROGRAM MANAGER, and PROFESSIONAL by certified mail. All such insurance shall remainin effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing orreplacing defective Work in accordance with paragraph l3.lz.In addition, CONTRACTOR shall maintainsuch completed operations insurance for at least two years after final payment and furnish OWNER withevidence of continuation of such insurance at final payment and one year thereafter.
C o ntractu al Liability f n s u ran c e :
5.4. The comprehensive general liability insurance required byparagraph 5.3 will include contactualliability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33.
OWNER's Liability fnsurance :
5'5' OWNER shall be responsible forpurchasing and maintaining OWNER's own liabilityinsurance,and/or Risk Retention Program, and, at oWNER's option, may purchase and maintain such insurance as willprotect OWNER against claims which may arise from operations under the Contract Documents.
Property Insurance:
5.6. Unless otherwise provided in the Supplementary conditions,maintain properfy insurance upon the work at thssite to the full insurable
The City of Augusta Utilities Departrnent
Camp Hancock Outfall Rehabilitation phase IWKD Project Number: 20160266.00.AG
OWNER shall purchase and
value thereof (subject to such
Standard General Conditions
007215_14
deductible amounts as may be provided in the Supplementary Conditions or required by I-aws andRegulations). 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 provideJ in the Supplementary
Conditions, and shall include damages, losses and expenses arising out of or resulting from anyinsured loss oiincurred in the repair or replacement of any insured property (including but not limited to fees and charges ofPROFESSIONALs, architects, attorneys and other PROFESSIONALs). If not covered under the "all risk"insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase andmaintain similar property insurance on portions of the Work stored on and offthe site or in transit when suchportions 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 propertyinsurance as may be required by the Supplementary Conditions or Laws and Regulations which will includethE iNtCTEStS 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 purchasedand maintained by owNER in accordance with paragraphs 5.6 and 5.7 will "ortui, a provision orendorsement that the coverage afforded will not be canceled or materially changed or renewal refused until atleast thirty days prior written notice has been given to coNTRACToR by certified mail and will containwaiver provisions in accordance with paragraph of 5.11.2.
5'9. owNER shall not be responsible for purchasing and maintaining any property insurance toprotect the Interests of CONTRACTOR, Subcontractors or others in the Work to the exteni of anydeductibleamounts that are provided in the Supplementary Conditions. The risk of loss within the deductible amount willbe borne by CONTRACTOR, Subcontractor or others suffering any such loss, and if any of them wishesproperty insurance coverage within the limits of such amounts, "u"h *uy purchase and maintain it at thepurchaser's own expense.
5'10' IfCONTRACTORrequestsinwritingthatotherspecialinsurancebeincludedintheproperty
insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will Ue cnargeO toCONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work atthe site, owNER shall in writing advise CONTRACToR whether or not such other insurance has beenprocured by OWNER.
lVaiver of Righ*:
5' l 1' l ' owNER and CoNTRACToR waive all rights against each other for all losses and damagescaused by any of the perils covered by the policies of insuru*" pr*ia"d in response to paragraphs 5.6 and 5.7and other property insurance applicable to the Work, and also waive all such lgt ts again.t the Subcontractors,PRoFESSIONAL, PRoFESSIONAL's consultants and all other parties named as insureds in such policies forlosses and damages so caused. As required by paragraph 6. I I , each subcontract between CONTRACToR anda Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER,CoNTRACToR, PRoFESSIONAL, PROFESSioNAL's consultants and all otherpartiesnamed asinsureds.None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds ofinsurance held by owNER as trustee or otherwise payable under any policy so issuid.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215_15
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.
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 mayappear,
subject to the requirements of anyapplicable mortgage clause and ofparagraph 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 byCONTRACTOR in accordance with paragraphs 5.3 and 5.4 on the
basis of its not complying with the contract Documents, owNER shall notit, coNTRACToR in writing
thereof within ten days of the date of delivery of such certificates to OWNER in accordance with p*ugruph
2.7. If CONTRACTOR has any objection to the coverage afforded by or other provisions of the folicies 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 notifu OWNER inwriting 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 informationin 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 Utilizatio n-P rop e ret Insurance :
5.15. If owNER finds it necessary to occupy or use a portion or portions of the Work prior to
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215_16
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.
Indemnifrcation
5.16.1. CONTRACTOR shall indemniff and hold harmless OWNER, PROGRAM MANAGER" 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 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 properfy, 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 at y 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 parly 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 indemnifu 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AC
Standard General Conditions
007215-17
*;ili:i 3ili
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 solelyresponsible 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, metlod, 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 orthe 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 willnot permit evening work or the performance of Work on Saturday, Sunday or any legal holiday withoutowNER's written consent given after prior written notice to pROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish andassume full responsibility for all materials, equipment, labor, transportation, construction equipment andmachinery tools, appliances, fuel, power, light, heat, telephone, watei, sanitaryfacilities, temporaryfacilities
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 qualityand new, except as otherwise provided in the
Contract Documents- If required byPROFESSIONAL, CONTRACTOR shall fumish satisfactoryevidence(including reports of required tests) as to the kind and quality of materials and equipment. All materials andequipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with theinstructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no pro-vision of any such instructions will be effective to assign to PRoFESSIoNAL, or anyofpRoFESSIoNAL'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 oiparagraph 9.14 or
9.15.
A dj u sting Prog re ss S c h edu le :
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated inparagraph 2.9 adjustments in the progress schedule to reflect the impact thereon of new developments; thesewill conform generally to the progress schedule then in effect ind additionally will comply with any
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
00 72 15 _ l8
Revision Date
AugusE 2001
provisions of the General Requirements applicable thereto.
Substitutes or "Or-Equal,, ftums:
6.7.1. Whenever materials or equipment are specified or described in the Contract Documents byusing the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended toestablish the t1pe, function and quality required. Unless the name is followed by words indicating that nosubstitution is permitted, materials or equipment of other Suppliers maybe accepted bypRoFESSIoNAL ifsufficient information is submitted by CONTRACTOR to allow PROFESSIONAL to determine that thematerial or equipment proposed is equivalent or equal to that named. The procedure for review byPROFESSIONAL will include the following as supplemented in the General Requirements. Requests forreview of substitute items of material and equipment will not be accepted byPROFESSIONAL from anyoneother than CONTRACTOR' If CONTRACTOR wishes to fumish or use a substitute item of material orequipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof,certifuing that the proposed substitute will perform adequatelythe functions and achieve the results called foiby the general design, be similar and of equal substancJto that specified and be suited to the same use as thatspecified' The application will state that the evaluation and acceptance of the proposed substitute will notprejudice CoNTRACToR's achievement of Substantial Completion on time, whither or not acceptance of thesubstitute for use in the Work will require a change in any of the Contract Documents (or in the provisions ofany other direct contract with OWNER for work on the Project) to adapt the design to tLe proposed substituteand whether or not incorporation or use of the substitute in ionnection with the Work i. subiect to payment ofany license fee or royalty. All variations of the proposed substitute from that specified will be identified in theapplication and available maintenance, repair and replacement service will be indicated. The application willalso contain an itemized estimate of all costs that will result directly or indirectly from acceptance of suchsubstitute, including costs of redesign and claims of other contractors affected Uyitre resulting change, all ofwhich shall be considered byPRoFESSIoNll!. In evaluating the proposed substitute, pRoFESSIouai *uyrequire CONTRACTOR to furnish, at CONTRACTOR's expinse, additional data about the p.opo."i
substitute.
6.7 .2. lf a specific means, method, technique, sequence or procedure of construction is indicated in orrequired by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,sequence' technique or procedure of construction acceptable to PRoFESSIoNAL, if coNTRACToR submitssufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to thatindicated or required by the contract Documents. The procedure for review ty rirornssloNAl will besimilar to that provided in paragraph 6.7.1 as applied uy rnornsSloNAr and as maybe supplemented in theGeneral Requirements.
6'7'3' PROFESSIoNAL will be allowed a reasonable time within which to evaluate each proposedsubstitute' PRoFESSIONAL will be the sole judge of acceptability and no substitute will be ordered, installedor utilized without PROFESSIONAL's prior written acceptance which will be evidenced by either a ChangeOrder or an approved Shop Drawing. OWNER may requiie CONTRACTOR to furnish, at CONTRACTOR,sexpense, a special performance guarantee or other surety with respect to any substitute. pROFESSIONAL willrecord time required by PROFESSIONAL and PRoFESSIoNAL's consultants in evaluating substitutionsproposed byCoNTRACToR and in making changes in the ContractDocuments occasioned thereby. Whetheror not PROFESSIONAL accepts a proposed substitute, coNTRACToR shall reimburse owNER for thecharges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed substitute.
Concerning Subcontractors, Suppliers and Others :
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
0072ls_19
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 ernploy any Subcontractor, Supplier or other person or organization to
fumish or perform any of the Work against whom CONTRACTOR has reasonable objection.
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 Workunder a direct or indirect confactwith CONTRACTORjusI 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.
6.1 l. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subconkactor which specifically binds the Subcontractor io 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. I I . CONTRACTOR shall pay each Subconffactor ajust share of any insurance moneys received by CONTRACTOR on account of losses under policies issuedpursuant 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 ordevice which is the subject of patent rights or copyrights held by others. CONTRACTOR;ha[ indemnify andhold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either ofihemfrom 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 theWork or resulting from the incorporation in the Work of any invention, design, process, product or device not
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-20
specified in the Contract Documents, and shall defend all such claims in connection with any alleged
infringement of such rights.
Permits:
6. 1 3. CONTRACTOR shall obtain and pay for all construction and encroachment 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 permiuing
process will be considered for time extensions only and no damages or additional compensation for delaywill
be allowed.
Laws and Regulations:
6.14.1 . CONTRACTOR shall give all notices and comply with all I-aws 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 notifu 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 bythe 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 attemptto 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, indemniff 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-21
6.17. During the progress of the Worlq 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-22
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 in red 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.
S"feU 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 necessaryprecautions 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 otherpersons and organizations who maybe 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 Iaws and Regulations of any public body having jurisdiction
for the safety ofpersons 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 notifii OWNERs ofadjacent property and of Underground Facilities and utility OWNERs when prosecution ofihe Work may
affect them, and shall cooperate with them in the protection, removal, relocaiion and replacement of their
property. All damage, injury or loss to any property referred to in paragraph 6.20.2o1 6.20. j caused, directly orindirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or
organization directly or indirectly employed by *y of them to perform or fumish any of the Work or anyone
for whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage oilos
attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER orPROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may beliable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CbN-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 organ izationwhose duty shall be theprevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise
designated in writing by CONTRACTOR to the project Manager.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-23
Emergencies:
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
PROFESSIONALpTompt written notice if CONTRACTORbelieves thatanysignificantchanges in theWork
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 notifu PROFESSIONAL of all events involving injuries to
anyperson on the Site, whether or not such person was engaged in the consfuction ofthe 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 ofthe 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 veriffing all field measurements, CONTRACTOR shall promptly submit toPROFESSIONAL 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 crite;a, 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 orsample may have from the requirements of the contract Documents.
6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review andapproval shall be only for conformance with the design concept of the Project and compliance with theinformation given in the Contract Documents. The approval oi a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTORwiI1 make anycorrections required byPROFESSIONAL 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 andoWNER that CONTRACTOR has determined and verified all quantities, dimensions, field constructioncriteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed orcoordinated 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 hasbeen approved byPRo_FESSIONAL. A copyof each approved submittal and each approved sample shall bekept in good order by CONTRACTOR at the site and shatt be available to pROFESSIONAL and OWNER.Any delays associated with the submittal process will be considered for time extensions only, and no damagesor additional compensation for delay will be allowed.
6'24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determinedand verified all quantities, dimensions, specified performance ..it".iu, installation requirements, materials,
The City of Augusta Utilities Departrnent
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
0072 t5 _24
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 ofeach submission, CONTRACTOR shall givePROFESSIONAL specific written
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 noktion 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 consfuction (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 submiffal will be at the sole expense and
responsibility of CONTRACTOR.
Continuing the ll/ork:
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 orpostponed pendingresolution ofanydisputes 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 dailybasis 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 underthe 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 Confract Documents.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 1 60266.00.AG
Standard General Conditions
007215_25
Indemniftcation:
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemni$ 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)
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, anyperson ororganization directlyorindirectlyemployedby
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. InanyandallclaimsagainstOWNER,PROGRAMMANAGERorPROFESSIONALoranyof
their consultants, agents or employees by any employee of CONTRACTOR, any Subconfactor, anyperson or
organization directly or indirectly employed by any of them to perform or fumish 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 organi zationunder 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-26
Revision Da[e
Augu6r 2001
ARTICLE 7-OTHER WORI(
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 thereol CONTRACTOR may make
a claim therefor as provided in Articles ll 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-27
Revlsion DateAuqust 2001
ARTICLE 8---OWNERIS 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. OWNERshallfurnishthedatarequiredofOWNERundertheConfactDocumentspromptlyand
shall make payments to CONTRACTOR promptlyafter theyare 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
identiffing and making available to CONTRACTOR copies ofreports of explorations and tests of subsurface
conditions at the site and in existing structures which have been utilized byPROFESSIONAL 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-28
Revision Dale
AuquEt 2001
ARTICLE 9---PROFESSIONAL'S STATUS DURING
CONSTRUCTION
O WNE R'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.
Wsi* 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 desigr PROFESSIONAL, PROFESSIONALwiII keep OWNER
informed of the progress of the Work and will endeavor to guard OWNER against defects and deficiencies in
the Work.
Proj ect Rep rese ntatio n :
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will fumish 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 maybe determined necessary, or as reasonablyrequested
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 Conhact Price and/or Contract Time, CONTRACTOR may make a claim as provided for in
Articles ll 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 maybe accomplished by a Field Order and
will be binding on OWNER and also on CONTRACTOR who shall perform the Work involved promptly. If
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
Standard General Conditions
00't215 - 29
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 1l or 12.
Rej eaing D efective Wo rk :
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. ln 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 Payrnent,
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:
9.1 1. 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 1 1 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 afterthe 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 9.1 0 and 9. 1 1 , PROFESSIONALwill not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
0072ls-30
interpretation or decision rendered in good faith in such capacity. The rendering of a decision by
PROFESSIONAL pursuant to paragraphs 9. l0 and 9. 1 I 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 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.
Limitatio n s o n P RO F E S S IO NAL's Re sp o n sib ilitie s :
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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
00 72 ls - 3r
Revision DaEeAugusr 2001
ARTICLE Io.-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, identifoing 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 byPROFESSIONAL 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 I 1.3. The Work Change Directive will speciff 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 1l 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 diligentlywithperformance ofthe Work as directed byOWNER,
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 bythe 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-32
Revlslon DateAugust 2001
ARTICLE 11.CHANGE OF CONTRACT PRICE
1 1.1. The Contract Price constitutes the total compensation (subject to written authorized adjustments)
payable to CONTRACTOR forperforming 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 parfy
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 occulrence (unless
PROFESSIONAL allows an additional period of time to ascertain more accurate data in support ofthe 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 byPROFESSIONAL in accordance with
paragraph 9.1 1 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.
1 1.3. 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.
1 1.3.3. 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.
ll-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.
I 1.3.5. If the pricing methods specified in 1 1.3 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 I I .4 and 1 1 .5. OWNER shall then process a unilateral Change Order, specifoing the said reasonable
price, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 1 60266.00.AG
Standard General Conditions
007215-33
Augu6! 20ol
Change Order.
1 1.3.6. 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 I 1.5:
ll.4.l. Payroll costs for employees in the direct employof CONTRACTOR in the performance of the
Work under schedules ofjob 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 fumished 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 CONTRACTORunIess OWNERdeposits fundswith CONTRACTORwith whichto
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 deterrnines, 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.
ll.4-4. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attomeys and accountants) employed for services specifically related to the Work.
11.4.5. Supplemental costs including the following:
I 1.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of CONTRAC-
The City of Augusta Utilities Departrnent
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-34
Rewislon Da!eAugust 2001
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,
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.
I 1.4.5.5. 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 maybe 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 fumishing ofthe
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 ofthe Workforthe
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 ilsurance required because of changes in the
Work and premiums of properly 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:
I 1.5.1. 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 otherpersonnel 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
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-35
referred to in paragraph I 1.4.1 or specifically covered by paragraph 1 1.4.4-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.
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 1 1.4.5.9 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.
I 1.5.6. Other overhead or general expense costs of any kind and the costs of any item not specifically
and expresslyincluded in paragraph 11.4.
CONTRACTOR's Fee:
I1.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be determined
as follows:
I I .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:
ll .6.2.1 . for costs incurred under paragraphs I 1 .4. I and ll .4.2, CONTRACTOR's Fee shall be fifteen
percent,
11.6.2.2. for costs incurred under paragraph I 1.4.3, 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 ofoverhead and profit ofall Subcontractors shall be fifteen percent,
ll .6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 1 1 .4.4, I I .4.5 and
I 1.3,
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-
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-36
TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1
through | 1.6.2.4, inclusive.
1I.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
Manager, plus the applicable reduction in overhead and profit. When both additions and credits are involved
in anychange, the combined overhead and profit shall be calculated on the basis ofthe net change, whetheran
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 byunits 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:
I 1.8.1. 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 ofWork covered by allowances, and the Contract Price
shall be correspondingly adjusted.
Unit Prtce Work:
I 1.9.1. 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 byPROFESSIONAL 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
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-37
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 1l if the parties are unable to aglee as to the amount
ofany such increase.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-38
Revision DateAugus! 2001
ARTICLE I2.CHAIIGE 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. lf CONTRACTOR is delayed at any time in the performance, progress, coilrmencement, or
completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an ernployee of either, or
by uny 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 conhol 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 intemrption, 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 intemrption, 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.
The City of Augusta Utilities Deparhnent
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-39
Revision Da!eAuqu6r 2001
ARTICLE I3-WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORI(
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 byPROFESSIONAL. All defective work, whether or not in place,
may be rejected, corrected, or accepted as provided in this Article.
Access to ll'ork:
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. IftheContractDocuments,laws,ordinances,rules,regulationsorordersofanypublicauthority
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 WorD 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 awayfrorn the site, CONTRACTORwiII fumish PROFESSIONALwith therequired 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 maybe 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 anypublic 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 coveredwithout written conculrence of PROFESSIONAL, it must, ifrequested byPROFESSIONAI-, 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
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-40
not acted with reasonable promptness in response to such notice.
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or
approvals bypersons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform
the work in accordance with the requirements of the contract Documents.
Uncovering lYork:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto without theprior written approval of PROFESSIONAL, or if any Work is covered cooirury to the request ofPROFESSIONAL, 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 byPROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's request, shailuncover' expose or otherwise make available for observation, inspection or testing as PROFESSIONAL may
require, that portion of the Work in question, fumishing all necessary labor, material and equipment. If it i;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 notlimited to fees and charges of PROFESSIONALs, architects, attorneys and other pROFESSIONALs), andOWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable toagree
as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. If, however, sirchWork is not found to be defective, CONTRACTOR shall be allowed an increase in the Contract price or anextension 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 ll and, lz.
Orl/NER May Stop the Work:
I 3. I 0. When Work is defective or when CONTRACTOR fails to supply sufficient skilled workmen orsuitable materials or equipment or make prompt payments to Subcontractors ioi labor, materials, or equipmentor if CONTRACTOR violates any provisions of these Contract Documents, OWNER may orderCONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right ofOWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for thebenefit of CoNTRACToR or any other party. CONTRACTORshaII have no right to claim an increase in theContract Price or Contract Time or other damages for a stop work order under this paragraph.
Correction or Removal of Defective lVork:
l3.ll. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost toOWNER 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, asspecified in a written notice from PROFESSIONAL, OWNER may have the deficiency corrected. All directand indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment toCONTRACTOR. CoNTRACTOR will also bear the expense of correcting or removing and repiacing all
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215_41
Work of others destroyed or damaged by the correction, removal, or replacement of the defective Work.
One Year Conection Period:
13.12. If, after approval of final palrnent and prior to the expiration of one year after the date of
substantial ssmpletion 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. IfCONTRACTORdoesnotpromptlycomplywiththetermsofsuchinstructions,OWNERmayhave
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, attomeys and
other professionals) will be paid by CONTRACTOR.
Acceptance of Defective ll/ork:
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 oiingineers,
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 1 l. If the acceptance occurs after such recommendation, an appropriate amountwill be paid by CONTRACTOR to OWNER.
OWNER May Conect Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written notice ofPROFESSIONAL to
proceed to correct defective Work or to remove and replace rejected Work as required byPROFESSIONAL in
accordance with paragraph 13.11, or if CONTRACTOR fails to perforrn 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 iomall 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 machineryat the
site and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paidCONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER'srepresentatives, agents and employees such access to the site as may be necessary to enable OWNER toexercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of OWNER
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-42
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 necessaryrevisions
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 I l. 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 and all
costs of repair and replacement of work of others destroyed or damaged by correction, removal orreplacement
of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed an extension of the Conffact 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 Confact 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 clarged
against CONTRACTOR. A Change Order shall be issued incorporating the necessaryrevisions in the Contract
Documents, including an appropriate reduction in the Confact Price. Ifthe payments due CONTRACTOR are
not suffrcient 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-43
Revi6ion DaleAugu6! 2001
ARTICLE I4.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 Payrrent acceptable to Project Manager.
Progress payments on account of Unit Price Work will be based on the number of units completed.
Application for Progress Payrnent:
14.2. At least twenty (20) calendar days before the date established for each progress palnnent (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 dateof 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 Workbut
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 OWNBR 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 the.iir, all
of which will be satisfactory to OWNER. Payment is subject to a ten percent (l0o/o)retainage that will be held
until the final payment or acceptance by OWNER. The amount of retainage with respect to progress pa)mentswill be as stipulated in the Agreement.
CONTRACTORTs Waruanty 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 nolater than the time of payment free and clear of all Liens.
Review of Applicationsfor Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application forPayment, either indicate in writing a recommendation of palanent and present the application to OWIIIER, orreturn the application to CONTRACTOR indicating in writing PROFESSIONALIs reasons for refusing torecommend payment. ln the latter case, CONTRACTOR may make the necessary corrections and resubmit theapplication. OWNER shall, within thirty-one calendar days of presentation to him of the application forpayment with PROFESSIONAL's recommendation ofthe amount for payrnent, pay CONTRACTOR amount
recommended.
14.5. PROFESSIONAL's recommendation of anypayment requested in an Application for payment
will constitute a representation by PRoFESSIONAL to OWNER, based on pnOi-BSSIoNAL's on-siteobservations 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 Workhas progressed to the point indicated; that, to the best of PRoFESsIdNeys knowledge, information andbeliei the quality of the Work is in accordance with the Contract Documents subject to in evaluation of the
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-44
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
Work under paragraph 9.10, and to any other qualifications stated in the recommendation; and that
CONTRACTOR is entitled to palrnent 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 CONTRACTORTo bepaid additionallybyOWNERorOWNER
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 pa5rment, or, because of subsequently discovered
evidence or the results of subsequent inspections or tests, nullifu 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 occurence of any of the events enumerated in
paragraphs I 5.2. 1 throu gh 15.2.9 inclusive.
OWNERmayrefuse to make payment of the full amountrecommended byPROFESSIONALbecause 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 Co mpletion :
14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR
shall notifu 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 acertificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR andPROFESSIONAL shall make an inspection of the Work to determine the status of completion. IfPROFESSIONAL does not consider the Work substantially complete, PROFESSIONAL will noti$rCONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially
The City of Augusta Utilities Deparhnent
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
Standard General Conditions
0072 15 - 4s
*ffi:i H;;
complete, PROFESSIONAL will prepare and deliver to owNER a tentative certificate of SubstantialCompletion which shall fix the date of Substantial Completion. There shall be attached to the certificate atentative list of items to be completed or corrected before final payment. OWNER shall have seven days afterreceipt of the tentative certificate during which to make writien objection to PROFESSIONAL as to anyprovisions of the certificate or attached list. If, after considering such obiections, PROFESSIONAL concludesthat the Work is not substantiallycomplete, PRoFESSIoNAiwill, wiihin fourteen days after submission ofthe tentative certificate to oWNER notifu CONTRACToR in writing stating the reasons therefor. If, afterconsideration of oWNER's, objections, PROFESSIONAL considers the Work substantially complete,PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR adefinitive certificate of Substantial Completion (with a revised tentative list of items to be completed orcorrected) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified afterconsideration of any objections from OWNER. At the time of delivery of the tentative certificate of SubstantialCompletion, PROFESSIoNAL will deliver to OWNER and CONTRACTOR a written recommendation as todivision of responsibilities pending final payment between owNER and coNTRACToR with respect tosecurity, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER andCONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to pROFESSIONAL,s
issuing the definitive certificate of Substantial Completion, PROFESSIONAL's aforesaid recommendation willbe binding on OWNER and CONTRACTOR until final payment.
l4'9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date ofSubstantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete or correctitems 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, andCoNTRACToR agree constitutes a separately functioning and usable part of the Work that can be used byOWNER for its intended purpose without significant interference with CONTRACTOR,s performance oftheremainder of the Work, maybe accomplished prior to Substantial Completion of all the Work subject to thefollowing:
14' 10. I . owNER at any time may request CONTRACTOR in writing to permit OWNER to use anysuch part of the Work which owNER believes to be ready for its intended use and substantially complete. IfCONTRACTOR agrees, CONTRACTOR will certifu to OWNER and PROFESSIONAL that said part oftheWork is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completionfor that part of the work. coNTRACToR at any time may notifu owNER and PRoFESSIoNAL in writingthat CoNTRACTOR considers any such part of the Work ready ior its intended use and substantially completland request PROFESSIONAL to issue a certificate of Substantial Completion for that part of the Work. withina reasonable time after either such request, owNER, coNTRACToR and PRoFESSIONAL J;ll ;"[;;inspection of that part of the work to determine its status of completion. If pRoFESsIoNAL does notconsider that part of the work to be substantially complete, pRoFESSIoNAL will notiff owNER andCONTRACToR, in writing, giving the reasons therefor. irpRorBssIoNAL considers that part of the workto be substantially complete, the provisions of paragraphs 14.8 and 14.9 willapply with respect to certificationof Substantial Completion of that part of the Work and the division orr".ponrilility in respect thereof andaccess thereto.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-46
Augu6! 2001
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
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 paynent 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:
l4.ll. 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 andwill notifu 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 deficiencies.
Fin al App lic atio n fo r P aym e nt :
14.12. After CONTRACTOR has completed all such corrections to the satisfaction ofPROFESSIONAL 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, certifrcates of inspection, marked-up record documents and other documents, CONTRACTOR rnay 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 asapproved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit ofCONTRACTOR 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 withthe Work for which OWNER or OWNER's property might in any way be responsible have been paid orotherwise satisfied- If any Subcontractor or supplier fails to fumish such a release or receipt in full,
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
0072t5-47
*ffii:: r;i
CONTRACTORmayfurnish abond or other collateral satisfactoryto OWNERto indemnifyOWNERagainst
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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215_48
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 payrnents 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
nonpa)ment by him. CONTRACTOR agrees to defend and resolve all claims made by Subconhactors,
indemni$ring 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 indemnifyOwNER 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 ofthe 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 accompanyrng documentation, in
appropriate form and substance and with PROFESSIONAL's recommendation and notice ofacceptabilrty, 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 fumished as required in Article 5, the written consent of the surety to the paynent 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 finalpayment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor
any payrnent 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
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
00't215 - 49
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
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 payrrent 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 l4.l I, 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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-50
Revi6i,on DateAugu6t 2001
ARTICLE Is-SUSPENSION OF WORI( AND
TER]VIINATION
OWNER May Suspend l{ork:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period ofnotmore than ninetydaysbynotice in writing to CONTRACTORandPROFESSIONALwhich 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 ofthe 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. f . 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 apetition is filed against CONTRACTORunderanychapteroftheBankruptcyCodeasnow
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 underapplicable 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 suffrcient skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under paragraph 2.9 asrevised 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,
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-51
Revision Da!€Augu6t 2001
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
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.
Terminatio n for Convenicnce
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. ln 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 suchWork;
15.4-2. For expenses sustained prior to the effective date of termination in performing services andfurnishing 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 willnot affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafteraccrue. Any retention or payment of moneys due CONTRACTOR by OWNOn will not release
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20 I 60266.00.AG
Standard General Conditions
007215_52
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 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 CONTRACTO& including interest thereon. The provisions ofthis
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 carryr on the Work in accordance with the
progress schedule and without delay during disputes and disagreements with OWNER.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
007215-53
Revision DaEeAugu6r 2001
ARTICLE I6.DISPUTE RESOLUTION
16. I . 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 identifu 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 ( I 0) 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 Iaw
in the Superior Court of Richmond County, Georgia. CONTRACTORbyexecution of the Confact consents tojurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to contest
same.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215-54
Revision Da!€August 2001
ARTICLE IT.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:
I 7.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of
any elror, omission or act of the other party or of any of the other parfy'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. T\e 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
andobligationsimposeduponCONTRACTORbyparagraphs 6.32,13.l,13.l2,13.l4,l4.3and15.2andall
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 ripeated
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 Confact 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 Conffact. OWNER shall have the right to
audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during tfreperiod of the Contract and for a period of five (5) years thereafter provided, however, such activity shall beconducted only during normal business hours. OWNER, during this period of time, shall also have tle right toobtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the
aforesaid records and supporting documentation.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Standard General Conditions
00 72 15 - 55
Revision DaEeAugus! 2001
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-l I -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 confary, 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 anyprovision 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 OverJlow Prevention :
17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction:
1 7.9. I 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. Thisplan 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 .9.3In the event by,pass pumping is required to facilitate new sewer conskuction, bypassing plans
and supporting calculations must be submitted to the Augusta Utilities Department for rivie* prior to
establishment of the blpass. All bl,pass 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 Blpass 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 towaters of the State.
17 .9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following
actions:
l. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.2. Immediately notiff the Utilities Department dispatcher (706.796.5000) and the RESIDENT
PROJECT REPRESENTATTVE (contact information will be provided at the preconstruction
conference).
3. Maintain a chronicle of relevant information regarding the incident including specific actions
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215_56
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
appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATTVE 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 ofuntreated wastewater, a downstream inspection will be conductedby
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 Augusta Utilities Department, Engineering
Division.
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 authoritytoexercise anycontrol
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 ofPROGRAM MANAGER's personnel atthe construction site is forthe purpose ofprovidingto
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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Standard General Conditions
007215_57
END OF SECTION
INTENTIONALLY LEFT BLANK
DOCI]MENT OO 7314
INDEX TO SI]PPLEMENTARY CONDITIONS
SECTION
SC-01 Scope of the WorkSC-02 List of DrawingsSC-03 BondsSC-04 Contractor's Liability InsuranceSC-05 Project SignSC-06 Protection of the EnvironmentSC-07 Temporary ToiletsSC-08 Plans and Specifications FurnishedSC-09 Record DrawingsSC-10 Shop Drawings
SC-l l Existing StructuresSC-12 Salvage MaterialSC-I3 Referenced SpecificationsSC-14 Traffic ControlSC-15 SurveysSC-16 Construction Order and ScheduleSC-17 Consulting EngineersSC-18 lnspection and Testing of WorkSC-19 Site AccessSC-20 Tree SaveSC-21 Georgia Prompt Pay ActSC-22 City AcceptanceSC-23 DisputesSC-24 Specified MaterialsSC-25 Interest Not Earned on RetainageSC-26 Basis of PaymentSC-27 Compliance with Laws, Codes, Regulations, Etc.SC-28 Equivalent MaterialsSC-29 After Hours InspectionSC-30 Supplement to the Agreement
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Supplementary Conditions
007314-t
DOCT MENT 00 73 14
ST]PPLEMENTARY CONDITIONS
-01. SCOPE OF THE WORK:
The project consists of rehabilitation of approximately 2,450 LF of 24-inch diameter gravity sewer line via
Cured-In-Place Pipe (CIPP). The project also includes trenchless lateral rehabilitation, open-cut repairs,
limited service lateral improvements, installation of cleanouts, and all associated surface restoration.
.02. LIST OF DRAWINGS:
The following drawings, prepared by The Augusta Utilities Department comprise the plans for the project.
-03. BONDS:
The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance
and payment bonds.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 201 60266.00.AG
Supplementary Conditions
007314-2
SHEET LIST TABLE
SIIEET
NO.SHEET TITLE ORIGINAL
/ REVISED
DATE
REVISEI)
G-01 COVER SHEET
G-02 GENERAL NOTES AND LEGENT
G-03 BYPASS
G-04 GRAVITY MAIN AND MANHOLE REPAIR TABLES
CEOl SEDIMENT AND EROSION CONTROL DETAILS
c-01 PLAN A AND B
c-02 PLAN C AND D
c-501 CIVL DETAILS
c-502 CNIL DETAILS
c-503 GDOT CONSTRUCTION DETAILS
c-503 TRAFFIC CONTROL DETIALS
-04. CONTRACTOR'S LIABILITY INSI]RANCE :
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
General Aggregate
Products
Personal & Adv Ioj,rry
Fire Damage
Automobile Liability (any auto) Combined Single Limit
Excess Liability (any auto) Each Occurrence
Workers Compensation
Employer Liability
-05. PROJECT SIGN:
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
$ 1,000,000
$ 2,000,000
$ 2,000,000
$ 1,000,000$ 500,000
$ 1,000,000
s 5,000,000
Statutory Limits
$ 1,000,000
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-hourphone 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.
-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 minimi ze thetransportation 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, pol5rmer, 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 *ith prirrted instructions.
-07. TEMPORARY TOILETS:
Contractor shall provide temporary toilet facilities on the site for workrnen employed in the construction
work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean andsanitary 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. PLAITIS AITID 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 ofplans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his writtenrequest.
-09. RECORD DRAWINGS:
Supplementary Conditions
007314_3
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 in red 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 confonnity 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 (10) days of the receipt by the Engineer thereof.
-11. EXISTING STRUCTTIRES:
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 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. REF'ERENCED 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 (MLIICD) 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, Police Department, Emergency Medical Services, and the
Augusta Traffic Engineering Department of any street closures.
-15. STIRVEYS:
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
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Supplonentary Conditions
0073 t4 - 4
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 AITID SCHEDT]LE:
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.
D. Progress Schedule Requirements
(l) 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) Identiff: (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) Identifu the critical path on the schedule.
(2) General:
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
Supplementary Conditions
007314-5
(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 mayprepare
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 if 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 a Change Order.
Use offloat suppression techniques such as preferential sequencing or logic, special
leadllaglogic restraints, and extended activity times are prohibited, and use of float
time disclosed or implied by use of altemate 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.
-1 7. CONST]LTING 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, W.K. Dickson & Co.. Inc. is authorized to
represent the Director of Utilities within the limits ofthe various duties delegated and assigned to the frm 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 ofinspecting, noting, observing, correcting, or
reporting on health or safety deficiencies of the Contracto(s) or other entity or any other persons at
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Supplernentary Conditions
007314-6
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.
.I8. INSPECTION AND TESTING OT'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 sufftcient 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 fumish 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 for which service no additional
allowance shall be made. The inspector shall, at all times, have fulI 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 shallpay 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 behalfthe quality of materials and work, and to perform such test. ur *uy
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 201 60266.00.AG
Supplernentary Conditions
007314-7
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 ar€a 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:
ln 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 SAVEI
Prior to beginning grading operations, the Contractor is to notifu 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 Agreemeniis
inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control.
-22. CITY ACCEPTAITICE:
Notwithstanding any other obligations of the Contractor, he shall complete the work to the full satisfaction ofthe Augusta Utilities Department and the Engineer. This provision ihall not relieve the Contractor of hisresponsibilities for guarantees.
-23. DISPUTES:
All claims, disputes and other matters in question between the Owner and the Contractor arising out of orrelating to the Agreement, or the breach thereof shall be decided in the Superior Court ofRichmond 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 Ri"h*orrd County, Georgia.
-24. SPECIFIED MATERIALS:
Attention is drawn to the specification of certain brands or manufacturers of construction materials on thedrawings. Unless the phrase "or equal" appears in the specification thereon, no substitution or deviation fromthe product specified will be allowed. Notwithstanding any provision ofthe general conditions, there shall beno substitution of materials that are not determined to be equivalent to those indicated or required in thecontract documents without an amendment to the contract.
-25. INTEREST NOT EARNED ON RETAINAGE:
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20160266.00.AG
Supplernentary Conditions
007314-8
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 "lnstructions 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. REGT]LATIONS. ETC.:
Supplementing the provision ofthe 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 andrequirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments andregulations 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 andRegulations 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 tlie 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 inwriting as to the amount of voltage carried by the aforesaid lines.
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 thecompletion of the safety measures which are required by Section 3 of the high voitage act beforeproceeding with any work." The Contractor agrees that prior to the completion of piecautionary
measures required by the high voltage act he will neither bring nor permit the bringing of anyequipment onto the site (or onto any area or areas onto which the contract documents require orpermit the Contractor to work, to store materials, or to stage operations) with which it is possible tocome within ejsht feet of any high voltage line or lines pursuant to operations arising out ofperformance of the Contract. The foregoing provisions apply to power lines located (a) orithe siteand (b) on any area or areas onto which the contract documents require or permit the Contractoreither to work, to store materials, or to stage operations, or (c) within working di.t n"" for equipment
or materials, being used on (a) and (b) above. These provisions of the Contract do not limit orreducethe duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractoragrees that the foregoing provisions supplement provisions of the General Conditions. The
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation phase I
WKD Project Number: 20 I 60266.00.AG
Supplernentary Conditions
007314-9
Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall
not only be a violation oflaw but shall also be a breach ofcontract and specific violation ofthe
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. EOUTVALENT 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 HOI]RS 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, Righrof-way Encroachment
Guidelines, Part E, Outside of Normal Working Hours," of the Augusta-Richmond County Planning
Commission Development Documents dated Septemb er, 7999, or latest version. If inspectors of Augusta-
Richmond County are needed to work outside normal business hours, Augusta-Richmond Countyneeds to be
notified in advance.
.30. SUPPLEMENT TO THE AGREEMENT
a) Defective nricins
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 delav or non-nerformance
CONTRACTOR is not responsible for delay in performance caused by hurricanes, tornadoes, floods, and
other severe and unexpected acts ofnature. ln 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 acknowledsement bv all parties contractins with Aususta. Georsia as follows:
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
Supplernentary Conditions
007314-10
"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 characteized, 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 Aususta. Georsia 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 Prosram
All contractors and subcontractors entering into contracts with Augusta, Georgia forthe physical performance
of services shall be required to execute an Affidavit verifoing 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 authoization program. All contractors and
subcontractors must provide theirE-Verifunumberandmustbe incompliancewiththe electronic verification
of work authorized programs operated by the United States Department of Homeland Security or any
equivalent federal work authorization progrcm operated by the United States Department of Homeland
Security to veriff information of newly hired employees, pursuant to the Immigration Reform and Control
Act of I 986 (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 subcontracto(s) each subcontractor's E-VeriS number as evidence of
verificationofcompliancewithO.C.G.A. $ 13-10-91onthesubcontractoraffidavitprovidedinRule300-10-
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.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Supplementary Conditions
007314-ll
h) Owner Insoections
All contracts shall provide that Augusta, Georgia may, at reasonable times, inspect the part ofthe 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.
D Local Small Business:
ln accordance with Chapter l0B 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 $ l-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 forrnat 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.
END OF SECTION
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 1 60266.00.AG
Supplementary Conditions
0073 t4 - l2
2.
3.
l.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20 I 60266.00.AG
DOCUMENT OO 80 OO
SPECIAL PROVISIONS
CONSTRUCTION SAFETY
In order to protect the lives and health of his employees under the contract, the Contractor shall
comply with all pertinent provisions of the Contract Work Hours and Safety Standards Act, as
amended. This Act is commonly known as the Construction Safety Act and pertains to health and
safety standards. The Contractor shall also maintain an accurate record of all cases of death,
occupational disease, and injury requiring medical attention or causing loss of time from Work,
arising out of and in the course of employment on Work under the contract.
The Contractor alone shall be responsible for the safety, efficiency, and adequacy of his construction
products, appliances, and methods and for any damage that may result from their failure or their
improper construction, maintenance, or operation.
BUILDER'S RISK
The Contractor shall assume entire responsibility for all work, materials, and equipment provided by
him until final completion and acceptance of the project, and he shall be held responsible and liable
for their safety in the amount paid to him by the owner on account thereof.
PUBLIC TRAFFIC
The Contractor shall maintain, in a safe and practical way, the roadways that are now used by the
public or individuals that neither may be unnecessarily delayed or inconvenienced on account of the
work being carried on by the Contractor. The Contractor will be responsible for all injuries and
damages to persons or property incurred by such person or persons, firm, or corporation on account
of the acts or claims of negligence by the Contractor to the aforesaid while passing over the public or
private roadways. The Contractor will be required to repair or make reparation for any damages that
he may have caused to the roadways, public or private, immediately after discontinuing traffii along
such route or when authorized to do so by the Georgia Department of Transportation.
BARRICADES AND LIGHTS
Travel upon streets, commercial driveway, or residential driveway shall not be inconvenienced
needlessly.
Whenever a street is closed, the Contractor shall cause plainly worded signs, announcing such fact,
to be placed with proper barricades at the nearest cross street upon each side of obstructi,on and upon
intersecting streets.
The Contractor shall maintain sufficient warning lights during the hours of darkness in and about thework which is underway, and it is his responsibility to see that such lights are lit and kept lit from
sunset to sunrise.
4.
Special Provisions
008000-I
The Contractor shall also provide and maintain suitable detour signs so as to warn the public of work
underway and to guide them around the work in progress where it would be dangerous for them to
proceed through the work area.
5. UNDERGROI.IND UTILITIES
All underground utilities may not be shown on the plans relative to type and/or location. The
Contractor shall be responsible for locating all existing utilities prior to excavation. The Contractor
shall have all utilities located at least one week prior to the planned date for excavating in the areas
of interest. The Contractor shall immediately infonn the Engineer of unforeseen problems related to
the types and/or locations of underground utilities and shall allow for a minimum of seven days for
the Engineer to revise plans in the event revisions are necessary based on underground utility
findings. All costs for temporarily or permanently relocating overhead or underground utilities shall
be paid for by the Contractor.
6. GDOT SPECIAL PROVISIONS
All work in the GDOT right-of-way is subject to the provisions of the GDOT Regulations for
Driveway and Encroachment Control dated October 10,2009 or latest edition.
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Special Provisions
008000-2
.4
G
MAILED/FA)GD
TO:
FROM:
DATE:
SUBJ:
BID ITEM:
From:
lo:
@*r,*rrr-rl q/"Nr*rrl
%. @"*@rora, @d*,
AllVendors
Nancy Williams, Quality Assurance Analyst
Tom Wiedmeier, Utilities Department
8,il.ilil:^,r,,Wryq
February 27,2018
New Bid Opening Date, Clarifications to Specifications and Responses to
Vendor's Questlons
Bid ltem #18-160 Camp Hancock Outfall Rehabilitation - Phase 1 for
Augusta Utilities Department
BrD opENtNG DArE: Thursday, March 15, 2018 @ 11 :00 a.m.
ADDENDUM 1
Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the
above-named Bid Package. The changes and clarifications shall supplement the contract documents
for the above referenced project. Changes shown in this document shall supersede previously dated
contract documents. Acknowledge receipt of all Addendums on Attachment B within the
Specificatione package.
The Bid Opening Date for Bid ltem #18-160 Camp Hancock Outfall Rehabititation - Phase I for
Augusta Utilities Department has been changed:
Tuesday, March 6, 2018 @ 3:00 p.m.
Thursday, March 15,2A18 @ 11:00 a.m.
Clarifications to the Speclfications:
when you are instructed to ADD, DELETE, or MAKE CHANGES to A BID ITEM PAGE oR PAGES,
these additions, deletions, or changes MUST be made on the bid item pages you submit with your
bidding proposal.
CHANGES TO OTHER PAGES
When you are instructed to DELETE something which is NOT on a Bid ltem Page, you may line
through the text diagonally and/or print or write the word "DELETE" on the text being deleted.
Physically removing the page(s) is not necessary.
when you are instructed to ADD A NON.BID ITEM PAGE{S), oR poRTtoNS THEREOF, you MUST
CONSIDER iUthem in developing your bid.
Resoonses to Vendor's Questions:
1. Willthe City provide a list of qualified LSB's?
Response: The LSBOP directory is accessible online via AuqustaGA.GovlLSBOp.Directorv
Room 605 - 535 Telfair Street, Augusta Georgia 30901
(7 06') 82t -2422 - F ax (706) 82 I -28 I I
\\\\: t\, !t u r ilili{ a, 9(.1\-
Register at www.demandstar.com/sun nl ier for automatic bid notifi cation
Scan lhis QR code with your
smartphone or elmerEl equipped
tablet to visit the Augusla, Georgia
Addendum I Bld hem *18.160 Gamp Hancock Outfal Rehaburatlon - phase I
2. ls the 185 day completion period including or excluding Alternate Bld ltems?
Response: The contract duration is revised to reflec{ the amount of work in the base bid and
each alternate. The new contract duration for each are as follows:
a. Base Bid - 145 calendar daysb. Bid Alternate 1 - 20 calendar daysc. Bid Alternate2- 20 calendardays
This change is also reflected in the attached revised Section 00 52 15 - Agreement Form.
Remove Section 00 52 15 in its entirety and replace with the attached revised Section 00 52 15.
3. What is the budget for Base and Alternates?
Reeponse: No. The Engineers opinion of probable construction cost will not be released prior to
the Bid opening.
4. Which EPMS system will be used on this project?
Response: Upon further review, the EPMS is determined to be unnecessary for this proiec't. All
references to the EPMS shall be removed from the Contrac{ Documents. This results in the
following changes to the Contrast Documents:a. Remove Specifications Sec'tion 01 2201in its entirety.b. ln Specifications Section O0 21 14, remove item lB-09 - Electronic Projec't Management
System.c. Remoye Specifications Sec{ion 00 33 01 in iG entirety and replacement with Section 01 33
01, attached.d. Remove all references to EPMS in individual Technical Specifications.
5. ls CCTV available for the pipes scheduled for rehab and if so, how do we get a copy of the video?
Response: GCTV data is available upon request and can be obtained by contacting the
Engineer, W.K. Dickson, by phone or via email at nkasey@wkdickson.com. The data will be sent
via physical hard drive via overnight shipping. Data cost will be $50.00.
6. There are no provisions for point repairs in the base bid. lf needed, with the pay item for the work
be attributed to one of the Altemates?
Response: The Bid Form is revised to address this issue by providing pay items for point
repairs under the Base Bid. Specifieations Section 00 41 43 - Bid Form shall be removed in its
entirety and replaced with the revised attached Sec{ion 00 41 43.
7. lf awarded, will the Altemates be awarded as a total or in a line item by line item basis?
Response: lf awarded, the Alternatives will be awarded as a total. The awarded scope shall not
consist of individual line items representing portions of the work in the Alternatives.
8. Does the prime contractor have to have an employee of the prime contractor acting as a site
supervisor at all times during execution of work?
Response: Yes. Article 6.2 of the General Conditions states the "Contractor shall keep on the
work, at all times during lts progress, a competent resident superintendent." The Prime
Contractor shall maintain continuous competent supemision of all work on the jobsite during
work hours, including supervision of all subcontractors.
9. Will the engineer approve air inversion I steam cure as an acceptable method prior to the bid?
Response: Yes. While Specifications Sec{ion 33 01 30.72, Articles 3.7 and 3.8 states wriften
approval is required for any method other than water inversion and curing, our intent is to allorv
air inversion and steam curing of the CIPP. lt is hereby clarified that air inversion and steam
curing methods are acceptable and this shall selve as wriften approval for these methods.
10. There is a FIVE years warranty on CIPP lining - correct?
Response: Yes, this is correct.
11. Willthe 2014 CCTV logs and video be available to the bidders?
Response: Please the response to question 5 above.
12. Can you show on the proposed by pass plan, where the 36" storm drain that was refened to in the
pre-bid for by-pass under the live rail road tr:acks?
Addendum I Bld ltem *18.160 Gamp llancock Outfall Rehabllltatlon - Phaca Iard. ? .{ ?
Response: The existing storm drain croeaes under the rail road tracks near the crossing on
Poplar Street. The storm drain is oriented parallel to Poplar Street and is located on the north
side of the street in this area. lt is in the right-of-way and just outside the edge of pavement. The
upstream storm drain manhole is approximately 70 feet west-north-west (in the direction
towards the intersection of Poplar Street and Holley Street) from the rail road crossing. The
downstream storm drain manhole is approximately 45 feet east-south.east (in the direction
towards the intersec'tion of Poplar Street and Augusta Avenue) from the real road crossing.
13. Will steam curing and inversion be allowed on this contract? lt states that the Engineer must give
written approval. ls it approved for this job?
Response: Please the response to question I above.
14. Will the city provide a water meter and access to allfire hydrants in the area for the Contractor to
use?
Response: Yes. The Owner will place a hydrant meter on a fire hydrant within the project area
for the Contractors use. The Contractor will be charged a $1,500 refundable deposit for the
meter. The Gontractor shal! not remove or rulocate the meter. lf it is necessary to relocate the
meter, the Oryvner can do so at the Contractor's request. The meter will be removed by the
Ovvner after the proiect. The Contrac{or will not be otherwise charged forwater uaage.
15. !f more than one manhole to manhole section is lined at one time, can a sample be taken once at
the most downstrearn manhole and used for both segments?
Response: Yes. One test sample shall be obtained for each CIPP segment or "shot." lf one CIPP
"shot" covers more than one segment of pipeline, only one test is required. Testing of CIPP is
addressed further in Specification Section 33 01 30.72, Article 3.{2.
ATTACHMENTS:
Please acknowledge addendum in your submittal
END ADDENDUM
REVTSED SECTTON 00 5215 (PAGES 5)
REVTSED TABLE OF CONTENTS (PAGES 2)
REVISED SECTlOtl0l 33 0t (PAGES 6)
REVISED SECTION 00 4t 'lil (PAGES 8)
Addendum 1 Bld ltem #18-t80 Gamp Hancock Outlall Rehabtlttatton - Phase IPma3nf3
DOCUMENT OO 94 63
CONSTRUCTION CONTRACT CHANGE ORDER
CO NUMBER
BID ITEM
DATE
PROJECT TITLE
ORIGINAL CONTRACT DATE
OWNER AUGUSTA, GEORGIA
Camp Hancock Outfall Rehabilitation Phase I
PROJECT I\UMBER
PO I\UMBER
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
TOTALAMOUNTOFTHISCHANGEORDER $
The contract time will be NCREASED by Q calendar days as a result of this change.
ORIGINAL CONTRACTAMOUNT $
$PREVIOUS CHANGE ORDER (INCREASE)
THIS CHANGE ORDER (NCREASE) $
TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER S
FUNDING NUMBER/ACCOUNT NUMBER
PROPOSED BY:
REQUESTED BY:
SUBMITTED BY:
FINANCE ENDORSEMENT:
RECOMMENDED BY:
APPROVED BY:
ENGINEER
CONTRACTOR
DATE:
DATE:
DATE:
DATE:
DATE:
DATE:
DEPARTMENT HEAD
COMPTROLLER
ADMINISTRATOR
The City of Augusta Utilities Department
Camp Hancock Outfall Rehabilitation Phase I
WKD Project Number: 20160266.00.AG
Sample Change Order
009463-r
MAYOR
TNTENTIONALLY LEFT BLANK
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Camp Hancock Outfall Sewer Rehabilitation – Phase 1 Construction
Department:Utilities
Presenter:Tom Wiedmeier
Caption:Approve Award of Bid Item #18-160 for the construction of the
Camp Hancock Outfall Sewer Rehabilitation – Phase 1 project
to Insituform Technologies, LLC.
Background:The Camp Hancock Outfall Sewer Rehabilitation – Phase 1
project consists of Rehabilitation of 3,500 LF of 24-inch
diameter Gravity Sewer, including point repairs, service
replacements, and installation of cleanouts.
Analysis:W.K. Dickson & Co, Inc and Augusta Utilities Department
(AUD) have reviewed the bid submitted by Insituform
Technologies, LLC. The bid for construction services was
deemed to be fair and reasonable by W.K. Dickson and they
provided a recommendation letter to AUD. There was a minor
mathematical error discovered in W.K. Dickson’s review of the
bid, however the Procurement Department obtained written
acceptance of the correction from said contractor.
Financial Impact:We have reviewed the bid from Insituform Technologies, LLC
and find it to be fair and reasonable. Funding in the amount of
$914,333.40 is available from budgeted funds.
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommends the Commission
approve the Construction Services to Insituform Technologies,
LLC in the amount of $914,333.40 for the Camp Hancock
Outfall Sewer Rehabilitation – Phase 1 project.
Funds are
Available in the
Funds are available in 514043420-54225210/81500090-5425210
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Funding for street lighting
Department:Administrator’s Office
Presenter:Janice Allen Jackson
Caption:Discuss Administrator’s recommendation regarding funding for
street lighting.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
First Use: 7/16/2010
Revised: 09/26/2017
Page 1 of 6
PI # 210327
Georgia DOT Project: I-20 at Savannah River
GDOT P.I. 210327
DESIGN-BUILD
MEMORANDUM OF UNDERSTANDING
between the
Georgia Department of Transportation (hereafter the DEPARTMENT)
and
City of Augusta (hereafter the OWNER)
Whereas GDOT, hereafter referred to as the DEPARTMENT, proposes to undertake a design-build
project, hereafter referred to as the I-20 at Savannah River PROJECT, to widen Interstate 20 and replace the
Savannah River and Augusta Canal bridges in Richmond County, Georgia and Aiken County, South Carolina by
contract through competitive bidding procedures; and,
Whereas the DEPARTMENT will accomplish the PROJECT through a Design Consultant, Design
Consultant Team and/or Contractor, hereafter referred to as CONTRACTOR; and the utility owner hereafter
referred to as the OWNER, and
Whereas, where OWNER has property rights (“Prior Rights”) at the location of the PROJECT, OWNER
will provide written evidence as to said prior rights within the area and will provide written documentation of
prior rights relating to any individual crossing or Utility Facility, at the location of the PROJECT; and
Whereas, OWNER acknowledges that, generally, absent a showing of prior rights, the costs of relocation,
protection, removal, or adjustment performed by OWNER shall be borne by OWNER; and
Whereas, pursuant to O.C.G.A. § 32-6-170(b), DEPARTMENT is authorized to pay or participate in the
payment of the costs of relocation, protection, or adjustment of OWNER’S facilities where DEPARTMENT has
made the determination that (i) such payments are in the best interest of the public and necessary in order to
expedite the staging of the design-build project; and (ii) the costs of the removal, relocation, protection, or
adjustment of such facilities are included as part of the Contract between the Department and the Department's
roadway contractor for the design-build project; and
1. Type of Utility
OWNER has the following utility facilities which may need to be adjusted or relocated as a result of the
proposed PROJECT:
Type of facility or facilities of OWNER:
______Domestic water mains and distribution lines and associated appurtenances
__X___Sanitary Sewer facilities and/or Storm Drainage System
______Electrical Distribution (overhead and underground) wires, poles, etc.
______Electrical Transmission (overhead and underground) wires, poles, etc.
______Natural Gas Distribution Facilities (underground)
______Natural Gas Transmission Facilities (underground)
______Petroleum Pipeline (underground)
___X__Telecommunications facilities and equipment
______Cable TV facilities
______Street Lighting
______Internet Data Service
______Other Facilities (Description) _______________________________
First Use: 7/16/2010
Revised: 09/26/2017
Page 2 of 6
PI # 210327
2. New Utility Facilities Proposed (Betterment)
OWNER desires the following to be installed as new additional facilities within the PROJECT.
Insert here or attach a detailed description of proposed new additional utility installations:
____________________________________________________________________________________
____________________________________________________________________________________
3. Assignment of Responsibilities for Design and Construction
This MEMORANDUM OF UNDERSTANDING and the following shall serve as a basis for assignment
of responsibilities and costs for the DEPARTMENT, CONTRACTOR and the OWNER to enter into a
Standard Utility Agreement (SUA) or Contract Item Agreement (CIA), if necessary, with OWNER once
the PROJECT is awarded to the CONTRACTOR. For a PROJECT implementation, GDOT will not have
in its possession exact costing plans to be utilized to determine exact locations of the removal, relocation,
protection, or adjustment. However, Overhead/Subsurface Utility Engineering (SUE) investigations plans
exist providing the best information and signifying the layout of known existing facilities. Please use these
plans for developing the final determination of services as indicated below. The CONTRACTOR
developed plans will be provided to the OWNER after the design build project is awarded by GDOT
which shall be used by the CONTRACTOR as the final basis for the SUA or CIA. Betterment costs will
be the OWNER’S responsibility.
NOTE: Water and Sewer Design and Construction relocation work put in the contract will
automatically be accomplished by the DEPARTMENT’S CONTRACTOR. The UTILITY
OWNER will still have design approval authority. (No Pre-Approved Contractor/Consultant List
required, leave page 6 blank). If you are a Water & Sewer Utility and choose to put your relocation
Design and Construction in the contract, please check Design and Construction under Option 2
under 3B. Owner’s electing to perform their own design, at their own cost, please select design
under 3C.
OWNER hereby intends to:
3A. OWNER, at the DEPARTMENT’S cost through an Agreement, will provide the following
services for the properties for which it has established prior rights (Check to signify):
Design _____
Construction _____
First Use: 7/16/2010
Revised: 09/26/2017
Page 3 of 6
PI # 210327
3B. OWNER, at the CONTRACTOR’S cost, for any removal, relocation, protection, adjustment
and/or design (Regardless of Prior Rights) will allow their facilities to be placed into the
DEPARTMENT’S contract for the following services pursuant to O.C.G.A. § 32-6-170(b). The
CONTRACTOR will add the removal, relocation, protection, materials, adjustment and/or design
cost, excluding betterment, to the overall PROJECT’s cost. (Check to signify):
Option 1: OWNER wants the work to be performed by the OWNER’s pre-approved Design
Consultants and/or Contractors.
Design _____
Construction _____
Option 2: OWNER wants the DEPARTMENT’S CONTRACTOR to perform the design
and/or construction. (Check to signify):
Design _X___
Construction _X___ If both are checked, please leave page 6 blank.
As per this section, all work necessary for the removal, relocation, protection, or adjustment of the
described utilities in accordance with the plans when approved shall be included in the project
contract and accomplished by the CONTRACTOR except as follows (Check none or list any work
items to be performed by the OWNER)
None _____
Excluded Items _________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
Comments:____________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
3C. OWNER, at OWNER’S cost, will provide the following services (Check to signify):
Design _____
Construction _____
First Use: 7/16/2010
Revised: 09/26/2017
Page 4 of 6
PI # 210327
The following is hereby mutually agreed to and understood by both parties:
1. The identification of existing facilities including preparation of Overhead/Subsurface Utility Engineering
(SUE) investigations plans will be accomplished by the DEPARTMENT prior to award of the PROJECT and
thereafter supplemented by the CONTRACTOR.
2. The CONTRACTOR shall coordinate reviews of the utility relocation information and obtain acceptance from
the OWNER and DEPARTMENT when required. However; the OWNER shall apply for and obtain any
required permits from the DEPARTMENT and perform any final design or proprietary design needed to
administer its own relocation work if the work will not be included in the contract If the preliminary plans
indicate that no conflict exists, and the OWNER concurs with this information, the OWNER shall provide a
letter of “no conflict” to the CONTRACTOR.
3. After award of the PROJECT, the CONTRACTOR will research any claimed compensable property interest
for each OWNER claiming prior rights under section 3A and present the findings to the DEPARTMENT and
OWNER for approval. The plans and estimate for the utility work shall be subject to approval of both the
DEPARTMENT and the OWNER prior to construction. If the OWNER chooses to perform its own
relocations and the OWNER holds no property interest as stated above; the OWNER shall confirm in writing
that the OWNER will relocate its own facilities at no cost to the DEPARTMENT or the CONTRACTOR.
4. All construction engineering and contract supervision shall be the responsibility of the DEPARTMENT and
the CONTRACTOR to ensure that all utility work included in the contract is accomplished in accordance
with the PROJECT’s plans and specifications. The CONTRACTOR will consult with the OWNER before
authorizing any changes or deviations which affect the OWNER’s facility.
5. For utility work included in the contract, the CONTRACTOR shall ensure that the design/construction and
installation of the OWNER’S facilities is performed by a contractor/design consultant pre-approved/registered
with both the DEPARTMENT and the OWNER. For any work included in the contract, excluding water and
sewer, the OWNER will provide a list of pre-approved/registered contractors/design consultants on page 6 of
the MOU.
6. For Utility work included in the contract, the OWNER or the OWNER’s Consultant shall have the right to
visit and inspect the work at any time and advise the CONTRACTOR and the DEPARTMENT’S Engineer
of any observed discrepancies or potential issues. The DEPARTMENT agrees to notify the OWNER when
all utility work is completed and ready for final inspection by the OWNER.
7. Upon Maintenance Acceptance or Final Acceptance of the utility work included in the contract and upon
certification by the DEPARTMENT’S Engineer and the OWNER that the work has been completed in
accordance with the plans and specifications, the OWNER will accept the adjusted, relocated, and additional
facilities and will thereafter operate and maintain said facilities located within the PROJECT right of way
subject to the DEPARTMENT’S Utility Accommodations Policy and Standards Manual (UAM), current
edition” and any agreements in effect without further cost to the DEPARTMENT or it’s CONTRACTOR.
Final acceptance of the utility relocation work is accomplished by the execution of the Utility Facility
Relocation Acceptance Form. The CONTRACTOR shall provide the OWNER with a complete set of “As-
Built Plans” for review and approval reflecting the relocation work performed by the CONTRACTOR. Upon
completion of the Utility Facility Relocation Acceptance Form and the exchange of the final OWNER
approved “As-Built Plans”, the OWNER will operate and maintain the installed facilities going forward based
on the date of execution of the Utility Facility Relocation Acceptance Form by the DEPARTMENT.
8. For utility coordination, relocation and reimbursement matters, the OWNER shall cooperate with the
CONTRACTOR in the same manner as if coordinating directly with the DEPARTMENT in accordance with
the laws of the State of Georgia, the DEPARTMENT’S UAM and any agreements in effect between the
DEPARTMENT and OWNER. The OWNER agrees to cooperate in good faith with the CONTRACTOR and
to respond to all requests for information or meetings required to reach a resolution of any disputed items.
First Use: 7/16/2010
Revised: 09/26/2017
Page 5 of 6
PI # 210327
9. All Utility work included in the PROJECT’s contract and Utility work completed by the OWNER that is
reimbursed by the DEPARTMENT through an agreement shall be in accordance with the BUY AMERICA
requirements of the Federal regulations (23 U.S.C. 313 and 23 CFR 635.410) all manufacturing processes for
steel and iron products or predominantly of steel or iron furnished for permanent incorporation into the work
on this project shall occur in the United States. The only exception to this requirement is the production of
pig iron and the processing, pelletizing and reduction of iron ore, which may occur in another country. Other
than these exceptions, all melting, rolling, extruding, machining, bending, grinding, drilling, coating, etc. must
occur in the United States.
a. Products of steel include, but are not limited to, such products as structural steel piles, reinforcing
steel, structural plate, steel culverts, and guardrail steel supports for signs, signals and luminaires.
Products of iron include, but are not limited to, such products as cast iron frames and grates and
ductile iron pipe. Coatings include, but are not limited to, the applications of epoxy, galvanizing
and paint. The coating material is not limited to this clause, only the application process.
b. A Certificate of Compliance shall be furnished for steel and iron products as part of the backup
information with the billing. The form for this certification entitled “Buy America Certificate of
Compliance” is attached to this agreement as “Exhibit A.” Records to be maintained by the
Developer for this certification shall include a signed mill test report and a signed certification by
each supplier, distributor, fabricator, and manufacturer that has handled the steel or iron product
affirming that every process, including the application of a coating, performed on the steel or iron
product has been carried out in the United States of America, except as allowed by this Section.
The lack of these certifications will be justification for rejection of the steel and/or iron product or
nonpayment of the work.
The requirements of said law and regulations do not prevent the use of miscellaneous steel or iron components,
subcomponents and hardware necessary to encase, assemble and construct the above products, manufactured
products that are not predominantly steel or iron or a minimal use of foreign steel and iron materials if the cost of
such materials used does not exceed one-tenth of one percent (0.1%) of the total contract price or $2,500.00,
whichever is greater. The Memorandum of Understanding will be incorporated into the project contract by
reference or Exhibit.
APPROVED FOR THE OWNER BY:
_____________________________________ ______________________
(Signature – Mayor Hardie Davis Jr.) (Date)
_____________________________________
(Title)
APPROVED FOR THE DEPARTMENT BY:
_____________________________________ ______________________
(Signature) (Date)
STATE UTILITIES ADMINISTRATOR
First Use: 7/16/2010
Revised: 09/26/2017
Page 6 of 6
PI # 210327
Pre-Approved Contractor List
Company Name:
Address:
Phone:
Contact Person:
E-Mail:
Company Name:
Address:
Phone:
Contact Person:
E-Mail:
Company Name:
Address:
Phone:
Contact Person:
E-Mail:
Please provide a minimum of three.
Pre-Approved Design Consultant List
Company Name:
Address:
Phone:
Contact Person:
E-Mail:
Company Name:
Address:
Phone:
Contact Person:
E-Mail:
Company Name:
Address:
Phone:
Contact Person:
E-Mail:
GDOT Design-Build Project Utility
Analysis
Disclaimer: This form is provided for information only. All attempts have been made to provide reliable information based on the Design-Build costing plans or other Design-Build scoping documents. Refer to the contract documents, which include the Utility MOUs, for the scope of work and for specific contract requirements.
Project Contact Person - Name___________________________ Phone_______________ E-Mail__________________________________
County: ______________________ Project #: ________________ Utility Owner Name:___________________________________ Date___________
Form Purpose
The purpose of this form is to provide proposing Design-Build teams with some additional information regarding possibly affected utilities.
This form is in addition to SUE plans and MOUs; and is provided for information only. Days included in this form are Calendar Days. By
providing as much of the requested information on one form below for each utility owner, it is expected to reduce some inquires made by
the proposing Design-Build teams by providing consistent information to all proposed bidders.
Existing Conditions (Please complete additional forms for multiple facilities)
1.General locations, to include material sizes, casings and other pertinent information: _______________________________________
____________________________________________________________________________________________________________
2.Has the SUE information been verified? No Yes
3.To the best of your knowledge are there any discrepancies in the SUE information? No Yes
If so, please list: ______________________________________________________________________________________________
____________________________________________________________________________________________________________
4.To the best of your knowledge has anything been changed/added since SUE was completed? No Yes
If yes please list: ______________________________________________________________________________________________
____________________________________________________________________________________________________________
Proposed Resolutions
1. Describe potential conflict points: ________________________________________________________________________________
____________________________________________________________________________________________________________
2. Is there a potential for facilities to be retained? No Yes
3. Utility information was verified by: Utility Plat Maps/Records Yes No Field Located and Surveyed: Yes No
4. Will test holes be recommended? No Yes
Resolution Conditions (As Determined by the Utility Owner)
1.Utility Facility is in: GDOT R/W Other Public R/W Easement (attach) Not in R/W TBD
2.Seasonal and/or Contractual Limitations? No Yes If yes, Describe: _____________________________________________
__________________________________________________________________________________________________________
3.Do you have any material requirements? No Yes, list any utility owner material special requirements or comments:
___________________________________________________________________________________________________________
___________________________________________________________________________________________________________
Who has material cost responsibility? Utility Owner DB Contractor
4.Estimated number of days required to perform relocation activities: Design: ______ Days Construction: ______ Days
5.Are there Construction Details and/or design manuals unique to this location? No Yes, describe: ______________________
_________________________________________________________________________________________________________
6.Utility facility can only be disconnected for: _____ Days Hours
7.Estimated Conceptual Cost: Design $______________ + Construction $__________________ = $________________________
(Please refer to the MOU for cost responsibility)
Comments Section/Notes: _________________________________________________________________________________________
________________________________________________________________________________________________________________
________________________________________________________________________________________________________________
SVXO903390.00
RIVERWATCH PKWY
W MARTINTO
WN RD.
LEGEND
RIC
H
M
O
N
D C
O
U
N
T
Y
GE
O
R
GIA
AIKE
N C
O
U
N
T
Y
S
O
U
T
H C
A
R
O
LIN
A
SAVANNA
H
RI
V
ER
S
A
V
A
N
N
A
H
RI
V
E
R
AUG
USTA CAN
AL LANA
C
A
T
SU
G
U
A
BEGIN PAVEMENT WIDENING
BEGIN PROJECT
END PROJECT
P.I. No. 210327-
BRIDGE REPLACEMENT
I-20 AT SAVANNAH RIVER
SVXO21178232.90
SVXO20760236.72
SVXO20771EP9235.96
SVXO20776EP8235.22
SVXO21179EP13233.32
SVXO20781EP9234.41
SVXO20772EP9235.19
SVXO20782EP9233.62
SVXO20791EP9232.84
SVXO20777EP8234.43 SVXO20786EP8233.66
SVXO20787EP8232.90
PROPOSED ROADWAY
EXISTING RIGHT OF WAY &
PROPERTY LINE
PROPOSED BRIDGE
NUMBER OF LANES
WETLANDS
WATERS
P.I. No. 210327-
Bridge Replacement
I-20 At Savannah River
TWO TIMES UP TO 8 WEEKS EACH
RECREATIONAL USE RESTRICTION
AUGUSTA CANAL TOWPATH
TEMPORARY CONSTRUCTION
WATER BODIES
NATIONAL HERITAGE AREA
AUGUSTA CANAL
ONE TIME UP TO 8 WEEKS
CANAL RECREATIONAL USE RESTRICTION
TEMPORARY CONSTRUCTION AUGUSTA
N
EW
S
33
1
33
1
33
3
1
231 1
1
4
2
3
4
1
WELCOME CENTER
SOUTH CAROLINA
INFORMATION CENTER
GEORGIA VISITOR
3
NATIONAL HISTORIC LANDMARK
AUGUSTA CANAL AND INDUSTRIAL
STATE LINE
c
SCALE IN FEET
0 200 400
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Memorandum of Understanding with Georgia Department of Transportation for GDOT Project PI
210327 I-20 at Savannah River
Department:Augusta Utilities
Presenter:
Caption:Motion to approve Memorandum of Understanding to include
Augusta Utilities Department’s water main, sanitary sewer main,
and fiber optic cable relocations in the Georgia Department of
Transportation contract, through competitive bidding, for GDOT
Project PI 210327 I-20 at Savannah River, Richmond County.
Background:The Georgia Department of Transportation is replacing the bridge
along I20 over the Savannah River along with the Augusta Canal.
Due to these improvements, Georgia DOT potentially will need to
relocate existing lines that are in conflict with the DesignBuild GDOT
project. At this time Augusta Utilities does not identify any utility
conflicts. If conflicts are discovered during construction the cost to
design and construction, any necessary relocations will be paid by
GDOT.
Analysis:Approving this memorandum of understanding will allow
GDOT and Augusta Utilities Department to move forward with
the plans to include the relocation of the water, sewer, and fiber
optic cable in the GDOT project.
Financial Impact:At this time, there will be no financial impact.
Alternatives:No alternatives are recommended.
Recommendation:Augusta Utilities Department recommend the Commission agree
to the terms of the memorandum of understanding with GDOT
and request the Mayor’s signature.
Funds are
Available in the
At this time, there will be no financial impact.
Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting Commission Chamber - 7ll}l20l8
ATTENDANCE:
Present: Hons. Hardie Davis, Jr., Mayor; Fennoy, Chairman; Hasan,
Vice Chairman; Smith and Frantom, members.
ENGINEERING SERVICES
1. Motion to authorize condemnation to acquire title of a portion of property for Item
permanent easement and temporary construction easement (Parcel 166-0-012- Action:
00-0) 2420 Boykin Road. Approved
2. Motion to authorize condemnation to acquire title of a portion of property for Item
permanent easement and temporary construction easement (Parcel 166-0-020- Action:
00-0) 4272 Windsor Spring Road. Approved
Motions
f#:" Motion rext Made Bv
Motion to
^ dDDrove.APProve vtitio, Passes
4-0.
Motions
Motion Motion Text'r'ype
Motion to
^ dDDrove.APProve uotion passes
4-0.
seconded By Motion
Result
Commissioner Commisioner Sean passes
Ben Hasan Frantom
Made By Seconded By Motion
Result
Commissioner Commissioner
Ben Hasan Grady Smith Passes
3. Motion to authorize condemnation to acquire title of a portion of property for Item
permanent easement and temporary construction easement (Parcel 166-0-021- Action:
00-0) 4264 Windsor Spring Road. Approved
Motions
r#:" Motion rext Made Bv Seconded By Motion
Result
Motion
Result
Motion to
A ___^__^ approve. Commissioner CommissionerApprove vtotion passes Ben Hasan Grady Smith Passes
4-0.
4. Motion to authorize condemnation to acquire title of a portion of property for Item
permanent easement and temporary easement (Parcel 166-0-014-00-0) 4257 Action:
James Drive. Approved
Motions
f#:"" Motion Text Made By Seconded By
Motion to
. aDDrove.APProve vtotion passes
4-0.
Commissioner Commissioner
Ben Hasan Grady Smith Passes
5. Motion to authorize condemnation to acquire title of a portion of property Item
for permanent easement and temporary easement (Parcel 166-0-023-04-0) Action:
4252-E Windsor Spring Road. Rescheduled
MotionSeconded Bv :.--------- -" Result
Motion to refer this
n ^ item back to the Commissioner CommisionerDeter Law Department. Ben Hasan Sean Frantom Passes
Motion Passes 4-0.
6. Motion to authorize condemnation to acquire title of a portion of property ltem
for permanent easement and temporary easement (Parcel 166-0-022-00-0) Action:
4254 Windsor Spring Road. Rescheduled
Motions
f#:'" Motion rext
Motions
i'#:'" Motion rext MotionSeconded Bv :--------- -J Result
Made By
Made By
Defer Motion to refer this Commissioner Commisioner Passes
item back to the Ben Hasan Sean Frantom
Law Department.
Motion Passes 4-0.
7. Motion to authorize condemnation to acquire title of a portion of property ltem
for permanent easement and temporary easement (Parcel L66-O-023-00-0) Action:
4252 Windsor Spring Road. Rescheduled
Motions
Y:tl" Motion Text Made By seconded By MotionI'YPe .----- -" Result
Motion to refer this
'- ^ item back to the Commissioner CommisionerL'eler Law Department. Ben Hasan Sean Frantom Passes
Motion Passes 4-0.
8. Approve Agreement with the Augusta Canal Authority for delivery of water Item
through the Augusta Canal. (Referred from June 12 Engineering Services Action:Committee) Approved
Motions
Y:'1"' Motion Text Made By seconded By Motion'I'ype - ----- -'I ------"-- -l Result
Motion to
A __-^__^ approve. Commissioner CommissionerApprove Motion passes Ben Hasan Grady Smith Passes
4-0.
9. Approve the recommendations for enhancements to the Vacant Lot Program Item
including the increase of fees charged and authorize the drafting of revisions Action:
to the ordinance. Approved
Motions
X:jlt" Motion Text Made By seconded By Motion
l YPe Result
Motion to
Approve ffifi:hasses ;:rff;::f*' flTffitoner
Sean passes
4_0.
10.Motion to approve the minutes of the Engineering Services Committee held Item
on June 12,2018. Action:
Approved
Motions
Motion
Type
Approve
Motion Text Made By Seconded By
Motion to
approve. Commissioner Commissioner
Motion Passes Ben Hasan Grady Smith
4-0.
Passes
Motion
Result
Motion
Result
Motion
Result
11. Presentation by Ms. Patricia Scott regarding sewer connection Item
fees/connection/purchase of land/access to the project from her land and Action:
the water accumulation on her properf at2432 Boykin Road. Rescheduled
Motions
f#:'" Motion rext
Motions
f#:'" Motion rext
Made By Seconded By
Motion to refer this
h ^ item back to the Commissioner CommissionerL)eter iu* D"partment. Ben Hasan Grady Smith Passes
Motion Passes 4-0.
12. Discuss Storm Water Fee. (Deferred from the June 19 Commission Item
meeting requested by Commissioner Marion Williams) Action:
Rescheduled
Made Seconded Motion
By By Result
It was the consensus of the
committee that this item be
referred to the next committee
meeting.
13. Consider approval of purchase of Water Optimization Software Subscription Item
for Augusta Utilities - Facilities Maintenance Division. Action:
Approved
Motions
il,"J:"" Motion Text Made By seconded By
Approve Motion to commissioner Commisioner Passesapprove. Ben Hasan Sean Frantom
Motion Passes
4-0.
www.auqustaga.qov
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Minutes
Department:Clerk of Commission
Presenter:
Caption:Motion to approve the minutes of the Engineering Services
Committee held on July 10, 2018.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY:
Request for Proposal
Request for Proposals will be received at this office until Wednesday, February 21, 2018 @ 11:00 a.m. for
furnishing
for the Augusta Engineering Department:
RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of Way Mowing
RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair
RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services
RFPs 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
RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room
605, Augusta, GA 30901.
A Mandatory Pre Proposal Conference will be held on Thursday, February 8, 2018 @ 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 Friday, February 9, 2018 @
5:00 P.M. No RFP 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.
Request for proposals (RFP) and specifications. An RFP 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 request for proposal
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 waivable 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
RFP number on the outside of the envelope.
Proponents are cautioned that acquisition of RFP documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the
proponent 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
GERI A. SAMS, Procurement Director
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 7
Copies
DJ Construction Co
611 Sea Isle Drive
Augusta, GA 30901
Yes 911246 Yes Yes Yes Yes
Sitec LLC
522 Railroad Avenue
North Augusta, SC 29841
Yes 212379 Yes Yes Yes Yes
HBJ Enterprises, Inc.
2124 Pepperidge Drive
Augusta, GA 30906
Yes 850893 Yes Yes Yes Yes
Stancil Brothers
Construction
1644 Meadows Rd
Newborn, GA 30056
Yes 1200389 Yes Yes Yes Yes
Pyamara Construction
Services, LLC
PO Box 4383
Martinez, GA 30907
Yes 1218419 Yes
No /
Non-
Compliant
Yes Yes
George Wilson Contracting
3608 Kentwood Dr
Augusta, GA 30906
Yes 965518 Yes Yes Yes Yes
RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and
Emergency Repair
for Augusta, GA- Engineering Department
RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 80
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Total Number of Specifications Mailed to Local Vendors: 50
Mandatory Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 6
Total Noncompliant: 1
Page 1 of 2
OFFICIAL
Fee
Proposal
Yes
Yes
Yes
Yes
Yes
Yes
RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and
Emergency Repair
for Augusta, GA- Engineering Department
RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 80
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Total Number of Specifications Mailed to Local Vendors: 50
Mandatory Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 6
Total Noncompliant: 1
Page 2 of 2
C & H PAVING, INC
ATTN: CRAIG NORRIS
167 KNOX RIVERS ROAD
THOMSON, GA 30824
ATTN BARRETT BOWDEN
CONTRACT MANAGEMENT INC
1827 KILLINGSWORTH
AUGUSTA, GA 30904
MURPHY BROS. CONSTRUCTION
P.O. BOX 459
APPLING, GA 30802
ATTN THERON SAPP
QUALITY STORM WATER SOLUTIONS
P. O. BOX 1847
EVANS, GA 30809
LANDSCAPE CONTRACTORS INC.
2725 MAYO RD
AUGUSTA, GA 30904
ATTN PATRICK DILLARD
BLAIR CONSTRUCTION
PO BOX 770
EVANS, GA 30809
PALMETTO SITE
6542 ATOMIC ROAD
AIKEN, SC 29803
BLOUNTS COMPLETE HOME
2907C TOBACCO ROAD
HEPHZIBAH, GA 30815
ATTN: JEFFERY HARRIS
HARRIS CONSTRUCTION
1736 BARTON CHAPEL ROAD
AUGUSTA, GA 30909
SITEC LLC
ATTN: DAVID MCGHEE
522 RAILROAD AVE
NORTH AUGUSTA, SC 29841
J&B CONSTRUCTION & SRVC INC
3550 GORDON HIGHWAY
GROVETOWN, GA 30813
BEAM’S CONTRACTING
ATTN: BUDDY ROWLAND
15030 ATOMIC ROAD
BEECH ISLAND, SC 29842
HORIZON CONSTRUCTION
ATTN: HENRY HENDERSON
PO BOX 798
EVANS, GA 30809
GA-CAROLINA PAVING
3020 MILLEDGEVILLE RD.
AUGUSTA, GA 30904
WINSAY, INC.
6499 CARRIAGE LANE
HARLEM, GA 30814
PAVEWAY OF AIKEN
306 SILVER BLUFF ROAD
AIKEN, SC 29803
LARRY PITTMAN & ASSOC
1249 GORDON PARK ROAD
AUGUSTA, GA 30901
PAVE-WAY INC
1353 GORDON HIGHWAY
AUGUSTA, GA 30901
GEORGIA BOY CONCRETE
240 FLOWING WELLS RD
AUGUSTA, GA 30907
DAVID SMITH CONSTRUCTION
3950 MIKE PADGETT HWY
AUGUSTA, GA 30906
DWIGHT JOHNSON
611 SEA ISLE DRIVE
AUGUSTA, GA 30901
ABOVE AVERAGE CONCRETE
2911 GALAHAD WAY
AUGUSTA, GA 309
HBJ ENTERPRISES
2124 PEPPERIDGE DR
AUGUSTA, GA 30906
TERRA EXCAVATING, LLC
1760 GORDON HIGHWAY
AUGUSTA, GA 30904
Pyamara Construction Services, LLC
PO Box 4383
Martinez, GA 30907
JHC, INC
1736 BARTON CHAPEL RAOD
AUGUSTA, GA 30901
NINETY-ONE ENTERPRISE
3020 MILLEDGEVILLE ROAD
AUGUSTA, GA 30904
TUFF MASTERS
2014 WESTSIDE COURT AUGUSTA
RETURNED MAIL
RFP ITEM #18-155
ON-CALL CONCRETE REPAIR,
CONCRETE CONSTRUCTION AND
EMERGENCY REPAIR
FOR ENGINEERING DEPARTMENT
MAILED 11/23/18
RFP ITEM #18-155
ON-CALL CONCRETE REPAIR,
CONCRETE CONSTRUCTION AND
EMERGENCY REPAIR
FOR ENGINEERING DEPARTMENT
RFP DUE: 2/21/18 @ 11:00 a.m.
H.M LAWN
3515 EVAGELINE DRIVE
AUGUSTA, GA 30906
FIRST CHOICE HOME INSPECTIONS
& CONSTRUCTION
2222 WOODLAND AVE
AUGUSTA, GA 30904
Randolph Scurry
2920 Meadowbrook Dr.
Augusta, GA 30906
Barton and Barton Construction
3950 Mike Padgett Hwy
Augusta, GA 30906
RISE AND SHINE LAWN CARE AND
LANDSCAPING, LLC
1159 WALTONS TRAIL
HEPHZIBAH, GA 30815
JACOBS LAND MANAGEMENT
733 SCOTT NIXON MEMORIAL
DRIVE
AUGUSTA, GA 30907
GARRETT ENTERPRISE
3070 DAMASCUS RD. SUITE R
AUGUSTA, GA 30909
GREEN KEEPER LANDSCAPING
342 BOY SCOUT ROAD
AUGUSTA, GA 30909
AUGUSTA LAWN & TURF
3618 PHILLIPS DRIVE
MARTINEZ, GA 30907
COVENANT DISTRIBUTORS, INC.
1227 AUGUSTA WEST PARKWAY
AUGUSTA, GA 30909
DBI SERVICES
100 NORTH CONAHAN DRIVE
HAZELTON, PA 18201
SCOTTS LAWN SERVICE
2013 FRANKE CT,
AUGUSTA, GA 30909
BULLDOGS CUTS
ATTN: KEITH HARRISON
907 PARK AVE.
AUGUSTA, GA 30901
CAINE LAWN CARE AND
MAINTENANCE
304 COBBLESTONE COURT
MARTINEZ, GA 30907
ATTN: TONY ROBINSON
CSRA LANDSCAPING
2321-H PEACH ORCHARD ROAD
AUGUSTA, GA 30906
HUDSON LANDSCAPE
ATTN: JOHN HUDSON
P. O. BOX 212477
AUGUSTA, GA 30917
YOUR LAWN CARE SERVICE
ATTN: RONNIE STRIGGLES
1456 HEPHZIBAH-MCBEAN ROAD
HEPHZIBAH, GA 30815
GEORGE JONES
1520 FLAGLER ROAD
AUGUSTA, GA 30909
FRAILS LANDSCAPING
444 SANDY RUN ROAD
HARLEM, GA 30814
BARRETT WALKER LANDSCAPING
1830 BEAVER CREEK LANE
HEPHZIBAH, GA 30815
WATKINS TRUCKING & LANDSCAPE
3716 KINGSGATE DRIVE
HEPHZIBAH, GA 30815
THE YARDSMITH
417 ASHLAND DRIVE
AUGUSTA, GA 30909
LUMBER JACK LAWN
ATTN: COREY HUFF
2430 NORFOLK STREET
AUGUSTA, GA 30906
PRESCOTT INDUSTRIES
ATTN: ARTHUR PRESCOTT
2404 OLD SAVANNAH ROAD
AUGUSTA, GA 30906
LAWNS UNLIMITED
ATTN: TRAVIS PRICE
2570 LOUISVILLE ROAD
APPLING, GA 30802
PIEDMONT LANDSCAPE
2013 FRANKE CT.
AUGUSTA, GA 30909
NORTHWOOD NURSERY
ATTN: CHARLES W. NORTHWOOD,
III
543 HIGHLAND AVE.
AUGUSTA, GA 30904
RFP ITEM #18-155
ON-CALL CONCRETE REPAIR,
CONCRETE CONSTRUCTION AND
EMERGENCY REPAIR
FOR ENGINEERING DEPARTMENT
MAILED 11/17/17
RFP ITEM #18-155
ON-CALL CONCRETE REPAIR,
CONCRETE CONSTRUCTION AND
EMERGENCY REPAIR
FOR ENGINEERING DEPARTMENT
RFP DUE: TUE. 12.19.17 @ 3:00 P.M.
ATTN: IVORY WHITFIELD
LIVING WATER
3019 TOBACCO ROAD
HEPHZIBAH, GA 30815
POND MAINTENANCE OF AUGUSTA
3707 COLBERT STREET
AUGUSTA, GEORGIA 30906
JC LAWNCARE
1419 SUMMIT WAY
GROVETOWN, GA 30813
KENDRICK’S CLEARING & HAULING
CEDRICK KENDRICK
1247 NEW SAVANNAH ROAD,
AUGUSTA, GA 30901
WELLS CO.
1002 TURPIN STREET
AUGUSTA, GA 30901
PROMISE LAND CDC
ATTN: SHEILA BOAZMAN
2409 AMSTERDAM DRIVE
AUGUSTA, GA 30906
SOUTHERN DIRT
1693 OLD MITCHELL ROAD
GIBSON, GA 30810
RELEAF PROFESSIONAL SOLUTIONS &
LOGISTIS, ATTN: FRANKLIN HAGINS
6442 SWALLOWTAIL DRIVE
STATESBORO, GA 30461
JENKINS & JONES ENTERPRISE
3002 HOLLINS DRIVE
HEPHZIBAH, GA 30815
DJ CONSTRUCTION
611 SEA ISLE DRIVE
AUGUSTA, GA 30901
ROBERT FORMAN’S LAWNCARE &
LANDSCAPING
2815 LUMPKIN ROAD
AUGUSTA, GA 30906
ROBERT PROFESSIONAL LAWNCARE
2405 CARPENTER AVE
HEPHZIBAH, GA 30815
L-J, INC.
615 KNOX ABBOT DRIVE
SUITE 200
CAYCE, SC 29033
AVERETTE COMPANY
1547 GORDON HIGHWAY
AUGUSTA, GA 30906
AUGUSTA QUALITY, LLC.
1540 KERON WAY
HEPHZIBAH, GA 30815
PRIORITY CONSTRUCTION GROUP, INC.
1578 HIGHWAY 56N
WAYNESBORO, GA 30803
A&S ENGINEERING, LLC
CIVIL ENGINNERING SERVICES
PO BOX 2413
EVANS, GA 90809
I&R INSPECTION AND LAWN SERVICE
1751 BROWN ROAD
MARTINEZ, GA 30815
Pete Alewine
5784 Columbia Rd.
Grovetown, GA 30813
JAMCO
1249 Gordon Park Rd., St. 102
Augusta, GA 30901
Columbia Diversified
6677 Eubank Dr.
Appling, GA. 30802
ATTN TIM MCELROY
EAGLE UTILITY
1350 BRANCH ROAD
BISHOP, GA 30627
JAMCO CIVIL
ATTN: E.R. MITCHELL
P. O. BOX 10710
ATLANTA, GA 30310
Paul Wells
1002 Turpin St.
Augusta, GA 30901
MARSHALL CONTRACTING CO
ATTN: MARSHALL BELL
PO BOX 2204
AUGUSTA GA 30903
RETURNED MAIL
KELLIE IRVING
COMPLIANCE
HAMEED MALIK
AUGUSTA ENGINEERING DEPT.
RFP ITEM #18-155
ON-CALL CONCRETE REPAIR,
CONCRETE CONSTRUCTION AND
EMERGENCY REPAIR
FOR ENGINEERING DEPARTMENT
MAILED 11/17/17
RFP ITEM #18-155
ON-CALL CONCRETE REPAIR,
CONCRETE CONSTRUCTION AND
EMERGENCY REPAIR
FOR ENGINEERING DEPARTMENT
RFP DUE: TUE. 12.19.17 @ 3:00 P.M.
Engineering Services Committee Meeting
7/31/2018 1:10 PM
On-Call Concrete Repair, Concrete Construction, and Emergency Repair Addition to the Current
Contract
Department:Engineering
Presenter:
Caption:Approve addition of two (2) Contractors to Current Approved
On-Call Concrete Repair, Concrete Construction, and
Emergency Repair Contractor-List and accordingly Approve
award of On-Call Concrete Repair, Concrete Construction, and
Emergency Repair Contract to these two contractors (i- DJ
Construction Company, and ii- Sitec, LCC) as requested by
AED. Award is contingent upon receipt of signed contracts and
proper insurance Documents. RFP 18-155
Background:Augusta Commission established Stormwater Utility (SWU)
Program effective January 1, 2016. On-call services are integral
part of SWU Program delivery as determined by AED that
supplementing engineering maintenance resources with an on-
call services is a practical approach to complete and sustain
much needed maintenance services in a timely manner. Such
services are essential to minimizing public safety risks, damages
to public property and associated potential hazard liabilities.
SWU service area consisted of nine (9) watersheds, accordingly
AED intended to have nine (9) On-call Contractors on board (at
least one per watershed). Accordingly, 2016 RFP (first round)
states that the Department will select up to nine (9) separate
companies, however, only seven (7) contractors were qualified
in 2016 at first round of RFP. Second round of RFP was initiated
in 2017 for getting remaining two (2) contractors onboard.
Analysis:RFPs were evaluated on March 26, 2018 with DJ Construction
Company, and Sitec, LCC being the selected firms. Firms were
evaluated based on qualifications, relevant experience, and
ability to provide requested services. Services will be provided
per unit prices established at first round of selection in 2016. It is
the recommendation of the Engineering Department to award
this project to aforementioned firms.
Financial Impact:N/A
Alternatives:1). Do not approve and continue with current seven (7) under
contract contractors.
Recommendation:Approve addition of two (2) Contractors to Current Approved
On-Call Concrete Repair, Concrete Construction, and
Emergency Repair Contractor-List and accordingly Approve
award of On-Call Concrete Repair, Concrete Construction, and
Emergency Repair Contract to these two contractors (i- DJ
Construction Company, and ii- Sitec, LCC) as requested by
AED. Award is contingent upon receipt of signed contracts and
proper insurance Documents.
Funds are
Available in the
Following
Accounts:
On-Call Concrete Repair, Concrete Construction 329-044320-
5223110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Request for Proposal
Request for Proposals will be received at this office until Wednesday, February 21, 2018 @ 11:00 a.m. for
furnishing
for the Augusta Engineering Department:
RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of Way Mowing
RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair
RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services
RFPs 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
RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room
605, Augusta, GA 30901.
A Mandatory Pre Proposal Conference will be held on Thursday, February 8, 2018 @ 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 Friday, February 9, 2018 @
5:00 P.M. No RFP 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.
Request for proposals (RFP) and specifications. An RFP 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 request for proposal
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 waivable 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
RFP number on the outside of the envelope.
Proponents are cautioned that acquisition of RFP documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the
proponent 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
GERI A. SAMS, Procurement Director
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 7
Copies
Stancil Brothers Construction
1644 Meadows Rd
Newborn, GA 30056
Yes 1200389 Yes Yes Yes Yes
T. Garrett Enterprise
3070 Damascus Road, Suite R
Augusta, GA 30909
Yes 1215950 Yes Yes Yes Yes
GA Water Consumer Safety
1002 Turpin St
Augusta, GA 30901
Yes 900974 Yes
No /
Non-
Compliant
Yes Yes
Sitec LLC
522 Railroad Ave
North Augusta, SC 29841
Yes 212379 Yes Yes Yes Yes
Augusta Quality LLC
1540 Keron Way
Hephzibah, GA 30815
Yes 639585 Yes Yes Yes Yes
HBJ Enterprises, Inc.
2124 Pepperidge Drive
Augusta, GA 30906
Yes 850893 Yes Yes Yes Yes
Winsay, Inc.
PO Box 55
Harlem, GA 30814
Yes 494613 Yes Yes Yes Yes
Southern Dirt
1693 Old Mitchell Rd
Gibson, GA 30810
Yes 1255080 Yes
No /
Non-
Compliant
Yes Yes
Lumber Jack & Landscaping
2430 Norfolk Street
Augusta, GA 30906
Yes 465374 Yes Yes Yes Yes
Bulldogs Cuts
907 Park Avenue
Augusta, GA 30901
Yes 852742 Yes Yes Yes Yes
RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing
Services
for Augusta, GA- Engineering Department
Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 85
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Total Number of Specifications Mailed to Local Vendors: 50
Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 14
Total Noncompliant: 2
Page 1 of 4
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 7
Copies
RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing
Services
for Augusta, GA- Engineering Department
Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 85
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Total Number of Specifications Mailed to Local Vendors: 50
Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 14
Total Noncompliant: 2
A&S Engineering, LLC
Civil Engineering Services
PO Box 2413
Evans, GA 90809
Yes 340435 Yes Yes Yes Yes
George Wilson Contracting
3608 Kentwood Dr
Augusta, GA 30906
Yes 965518 Yes Yes Yes Yes
Dexters Contracting
4875 Old Waynesboro Rd
Hephzibah, GA 30815
Yes Exempt Yes Yes Yes Yes
Terra Excavating
1760 Gordon Hwy
Augusta, GA 30906
Yes 1114225 Yes Yes Yes Yes
The following vendor did not respond:
Pyamara Construction Services, LLC / PO Box 4383 / Martinez, GA 30907
Page 2 of 4
OFFICIAL
Fee
Proposal
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes
RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing
Services
for Augusta, GA- Engineering Department
Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 85
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Total Number of Specifications Mailed to Local Vendors: 50
Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 14
Total Noncompliant: 2
Page 3 of 4
OFFICIAL
Fee
Proposal
RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing
Services
for Augusta, GA- Engineering Department
Bid Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 85
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar): NA
Total Number of Specifications Mailed to Local Vendors: 50
Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 14
Total Noncompliant: 2
Yes
Yes
Yes
Yes
The following vendor did not respond:
Pyamara Construction Services, LLC / PO Box 4383 / Martinez, GA 30907
Page 4 of 4
MARSHALL CONTRACTING CO
ATTN: MARSHALL BELL
PO BOX 2204
AUGUSTA GA 30903
RETURNED MAIL
BILL HARLEY COMPANY
588 GIBBS ROAD
EVANS, GA 30809
PAUL JOHNSON DRAINAGE &
EXECAVATING
2621 GLENN HILLS DRIVE
AUGUSTA, GA 30906
FLOOD CONTROL
2803 WRIGHTSBORO RD., SUITE 12
AUGUSTA,GA 30909
EARTH-SCAPE
797 LOCKS WAY
MARTINEZ, GA 30907
A BRAND NEW LANDSCAPE
1907 WARREN ST.
AUGUSTA, GA 30904
POND MAINTENANCE OF AUGUSTA
3707 COLBERT STREET
AUGUSTA, GEORGIA 30906
GEORGIA OUTDOOR SERVICES
3723 BELAIR RD
AUGUSTA, GA 30909
RIGGINS PEST & MOISTURE
CONTROL
241 STONINGTON DRIVE
AUGUSTA, GA 30907
RISE AND SHINE LAWN CARE AND
LANDSCAPING, LLC
1159 WALTONS TRAIL
HEPHZIBAH, GA 30815
JACOBS LAND MANAGEMENT
733 SCOTT NIXON MEMORIAL DRIVE
AUGUSTA, GA 30907
BYNUM & WILSON
3616 QUAIL HOLLOW DRIVE
HEPHZIBAH, GA 30815
LARRY L. MCCORD LLC
2016 HIGHLAND AVE.,
AUGUSTA, GA 30904
LARRY PITTMAN & ASSOCIATES
1249 GORDON PARK ROAD,
AUGUSTA, GA 30901
GARRETT ENTERPRISE
3070 DAMASCUS RD. SUITE R
AUGUSTA, GA 30909
GREEN KEEPER LANDSCAPING
342 BOY SCOUT ROAD
AUGUSTA, GA 30909
AUGUSTA LAWN & TURF
3618 PHILLIPS DRIVE
MARTINEZ, GA 30907
Edward Carter
Caine Lawn Care and Maintenance
304 Cobblestone Ct
Martinez, GA 30907
SOUTHERN NATURAL LANDSCAPING
1059 FRANKE INDUSTRIAL DR
AUGUSTA, GA 30909
SCOTTS LAWN SERVICE
2013 FRANKE CT,
AUGUSTA, GA 30909
BULLDOGS CUTS
ATTN: KEITH HARRISON
907 PARK AVE.
AUGUSTA, GA 30901
HERMAN HAZEL
1820 FAIRVIEW AVENUE
AUGUSTA, GA 30904
ATTN: TONY ROBINSON
CSRA LANDSCAPING
2321-H PEACH ORCHARD ROAD
AUGUSTA, GA 30906
HUDSON LANDSCAPE
ATTN: JOHN HUDSON
P. O. BOX 212477
AUGUSTA, GA 30917
YOUR LAWN CARE SERVICE
ATTN: RONNIE STRIGGLES
1456 HEPHZIBAH-MCBEAN ROAD
HEPHZIBAH, GA 30815
GEORGE JONES
1520 FLAGLER ROAD
AUGUSTA, GA 30909
FRAILS LANDSCAPING
444 SANDY RUN ROAD
HARLEM, GA 30814
TUFF MASTERS
2014 WESTSIDE COURT AUGUSTA
RETURNED MAIL
RFP ITEM # 18-157
ON-CALL DRAINAGE EASEMENT AND
POND CLEANING/CLEARING SERVICES
FOR ENGINEERING DEPARTMENT
MAILED 1/22/18
RFP ITEM # 18-157
ON-CALL DRAINAGE EASEMENT AND
POND CLEANING/CLEARING SERVICES
FOR ENGINEERING DEPARTMENT
RFP DUE: 2/21/18
LUMBER JACK LAWN
ATTN: COREY HUFF
2430NORFOLK STREET
AUGUSTA, GA 30906
PRESCOTT INDUSTRIES
ATTN: ARTHUR PRESCOTT
2404 OLD SAVANNAH ROAD
AUGUSTA, GA 30906
LAWNS UNLIMITED
ATTN: TRAVIS PRICE
2570 LOUISVILLE ROAD
APPLING, GA 30802
PIEDMONT LANDSCAPE
2013 FRANKE CT.
AUGUSTA, GA 30909
AVERETT PLUMBING
ATTN: DARLENE HIGGINS
1547 GORDON HIGHWAY
AUGUSTA, GA 30906
Releaf Professional Solutions
&Logistis, ATTN: Franklin Hagins
6442 Swallowtail Drive
Statesboro, GA 30461
NORTHWOOD NURSERY
ATTN: CHARLES W. NORTHWOOD, III
543 HIGHLAND AVE.
AUGUSTA, GA 30904
WATKINS TRUCKING & LANDSCAPE
3716 KINGSGATE DRIVE
HEPHZIBAH, GA 30815
GEORGIA’S GREEN LAWNCARE
1433 HUNTER STREET
AUGUSTA, GA 30904
KENDRICK’S CLEARING & HAULING
CEDRICK KENDRICK
1247 NEW SAVANNAH ROAD,
AUGUSTA, GA 30901
HBJ ENTERPRISE, LLC
ATTN: HENRY BRYANT
2124 PEPPERIDGE DRIVE
AUGUSTA, GA 30906
PROMISE LAND CDC
ATTN: SHEILA BOAZMAN
2409 AMSTERDAM DRIVE
AUGUSTA, GA 30906
BARRETT WALKER LANDSCAPING
1830 BEAVER CREEK LANE
HEPHZIBAH, GA 30815
DOUGLAS GLOBAL & ASS
704 SAGE COURT
NORTH AUGUSTA, SC 29860
JENKINS & JONES ENTERPRISE
3002 HOLLINS DRIVE
HEPHZIBAH, GA 30815
ATTN: CHEVIS STRANGE
L-J, INC.
615 KNOX ABBOTT DRIVE
CAYCE, SC 29033
Savage Hauling
1771 Gordon Hwy
Augusta, AG 30904
THE YARDSMITH
417 ASHLAND DRIVE
AUGUSTA, GA 30909
AUGUSTA QUALITY LAWNCARE
1540 KERON WAY
HEPHZIBAH, GA 30815
BARRETT WALKER LANDSCAPING
1830 BEAVER CREEK LANE
HEPHZIBAH, GA 30815
H.M LAWN
3515 EVAGELINE DRIVE
AUGUSTA, GA 30906
FIRST CHOICE HOME INSPECTIONS &
CONSTRUCTION
2222 WOODLAND AVE
AUGUSTA, GA 30904
DBI SERVICES
100 NORTH CONAHAN DRIVE
HAZELTON, PA 18201
CREW CABLE
1695 RICHLAND AVE EAST
AIKEN, SC 29801
NaturChem Inc.
270 Bruner Road
Lexington, SC 29072
Winsay, Inc.
6499 Carriage Lane
Harlem, GA 30814
NINETY-ONE ENTERPRISE
3020 MILLEDGEVILLE ROAD
AUGUSTA, GA 30904
Harris Lawn Care
Attn: Lejuan Kelley
2706 Fawn Drive
Augusta GA 30906
RETURNED MAIL0
RFP ITEM # 18-157
ON-CALL DRAINAGE EASEMENT AND
POND CLEANING/CLEARING SERVICES
FOR ENGINEERING DEPARTMENT
MAILED 1/22/18
RFP ITEM # 18-157
ON-CALL DRAINAGE EASEMENT AND
POND CLEANING/CLEARING SERVICES
FOR ENGINEERING DEPARTMENT
RFP DUE: 2/21/18
Pyamara Construction Services, LLC
PO Box 4383
Martinez, GA 30907
A&S Engineering, LLC
PO Box 2413
Evans, GA 30809
Priority Construction Group Inc.
1578 Highway 56N
Waynesboro, GA 30803
Jamco Civil
1249 Gordon Park Road,
Suite 102
Augusta, GA 30901
RETURNED MAIL
+
Georgia Carolina Paving
3020 Milledgeville Road
Augusta, GA 30904
Columbia Diversified
6677 Eubank Dr.
Appling, GA
Gerald Hargrove Const.
5308 Meadowlark ln.
Grovetown, GA 30813
Middle Georgia Road Builders &
Developers
1007 Old Savannah Road
East Dublin, GA 31027
Robert Formans Lawn Care Landscaping
2815 Lumpkin Rd.
Augusta, GA 30906
Roberts Professional Lawncare
2815 Lumpkin Rd.
Augusta, GA 30906
D.J. Construction
611 Sea Ste
Augusta, GA 30901
Southern Dirt
1693 Old Mitchell Rd.
Gibson, GA 30810
Patrick Dillard
Blair
P.O. Box 770
Evans, Gamm 30807
JHC Inc.
P.O. Box 14311
Augusta, GA 30904
Paul Wells
1002 Turpin St,
Augusta, GA 330901
JC Lawncare
1419 Summit Way
Grovetown, GA 30813
Avrett Company
15701 Gordon Hwy
Augusta, GA 30906
CMI
1827 Killingsworth Rd.
Augusta, GA 30904
LANDSCAPE CNCEPTS
ATTN: CHRIS EDENFIELD
800 SEE PINES LANE #221
AUGUSTA GA 30907
RETURNED MAIL
HAMEED MALIK
AUGUSTA ENGINEERING DEPT.
KELLIE IRVING
COMPLIANCE
RFP ITEM # 18-157
ON-CALL DRAINAGE EASEMENT AND
POND CLEANING/CLEARING SERVICES
FOR ENGINEERING DEPARTMENT
MAILED 1/22/18
RFP ITEM # 18-157
ON-CALL DRAINAGE EASEMENT AND
POND CLEANING/CLEARING SERVICES
FOR ENGINEERING DEPARTMENT
RFP DUE: 2/21/18
Engineering Services Committee Meeting
7/31/2018 1:10 PM
On-Call Drainage Easements and Ponds Cutting / Cleaning
Department:Engineering
Presenter:
Caption:Approve addition of four (4) Contractors to Current Approved
On-Call Drainage Easements and Ponds Cutting/Cleaning
Contractor-List and accordingly Approve award of On-Call
Drainage Easements and Ponds Cutting/Cleaning Contract to
these four contractors (i-T Garrett Enterprise, ii-Augusta
Quality, iii-Lumber jack Landscaping, and iv-Bulldogs Cuts) as
requested by AED. Award is contingent upon receipt of signed
contracts and proper insurance Documents. RFP 18-157
Background:Augusta Commission established the Stormwater Utility (SWU)
Program effective January 1, 2016. On-call services are integral
parts of SWU Program delivery as determined by AED that
supplementing engineering maintenance resources with on-call
services such as drainage easement and stormwater pond
cutting/cleaning is a practical approach to complete and sustain
much needed maintenance services in a timely manner. Such
services are essential to minimizing public safety risks, damages
to public property and associated potential hazard liabilities.
SWU service area consisted of nine (9) watersheds, accordingly
AED intended to have nine (9) On-call Contractors on board (at
least one per watershed). Accordingly, 2016 RFP (first round)
states that the Department will select up to nine (9) separate
companies, however, only seven (7) contractors were qualified
in 2016 at first round of RFP. Second round of RFP was initiated
in 2017 for getting remaining two (2) contractors onboard.
However, adding the recommended four companies brings total
on-call vendors to eleven (11). Three of the above listed four (4)
companies evaluation scoring is too close to differentiate and for
that reason, all three are recommended for award.
Analysis:RFPs were evaluated on March 26, 2018 with T Garrett
Enterprise, Augusta Quality, Lumber jack Landscaping, and
Bulldogs being the selected firms. Firms were evaluated based
on qualifications, relevant experience, and ability to provide
requested services. Services will be provided per unit prices
established at first round of selection in 2016. It is the
recommendation of the Engineering Department to award this
project to aforementioned firms.
Financial Impact:On-Call Drainage Easements and Ponds Cutting 581-044320-
5211120
Alternatives:1). Do not approve and continue with current seven (7) under
contract contractors.
Recommendation:Approve addition of four (4) Contractors to Current Approved
On-Call Drainage Easements and Ponds Cutting/Cleaning
Contractor-List and accordingly Approve award of On-Call
Drainage Easements and Ponds Cutting/Cleaning Contract to
these four contractors (i-T Garrett Enterprise, ii-Augusta
Quality, iii-Lumber jack Landscaping, and iv-Bulldogs Cuts) as
requested by AED. Award is contingent upon receipt of signed
contracts and proper insurance Documents.
Funds are
Available in the
Following
Accounts:
On-Call Drainage Easements and Ponds Cutting 581-044320-
5211120
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Request for Proposal
Request for Proposals will be received at this office until Wednesday, February 21, 2018 @ 11:00 a.m. for
furnishing
for the Augusta Engineering Department:
RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of Way Mowing
RFP Item #18-155 On Call Concrete Repair, Concrete Construction, and Emergency Repair
RFP Item #18-157 On Call Drainage Easement and Pond Cleaning/Clearing Services
RFPs 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
RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP
documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street – Room
605, Augusta, GA 30901.
A Mandatory Pre Proposal Conference will be held on Thursday, February 8, 2018 @ 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 Friday, February 9, 2018 @
5:00 P.M. No RFP 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.
Request for proposals (RFP) and specifications. An RFP 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 request for proposal
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 waivable 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
RFP number on the outside of the envelope.
Proponents are cautioned that acquisition of RFP documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the
proponent 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
GERI A. SAMS, Procurement Director
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 7
Copies
Fee
Proposal
Lumber Jack Landscaping
2430 Norfolk St
Augusta, GA 30906
Yes 465374 Yes Yes Yes Yes Yes
George Wilson Contracting
3608 Kentwood Dr
Augusta, GA 30906
Yes 965518 Yes Yes Yes Yes Yes
T. Garrett Enterprise
3070 Damascus Road, Suite R
Augusta, GA 30909 Yes 1215950 Yes Yes Yes Yes Yes
HBJ Enterprises, Inc.
2124 Pepperidge Drive
Augusta, GA 30906
Yes 850893 Yes Yes Yes Yes Yes
Pyamara Construction Services, LLC
PO Box 4383
Martinez, GA 30907
Yes 1218419 Yes
No /
Non-
Compliant
Yes Yes Yes
Bulldogs Cuts
907 Park Avenue
Augusta, GA 30901 Yes 852742 Yes Yes Yes Yes Yes
RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of-Way Mowing
for Augusta, GA- Engineering Department
RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 87
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar):
Total Number of Specifications Mailed to Local Vendors: 50
Mandatory Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 12
Total Noncompliant: 4
Page 1 of 2
OFFICIAL
VENDORS Attachment
"B"E-Verify SAVE
Form
Addendum
1 Original 7
Copies
Fee
Proposal
RFP Item #18-152 On Call Maintenance Vegetation Control and Right-of-Way Mowing
for Augusta, GA- Engineering Department
RFP Date: Wednesday, February 21, 2018 @ 11:00 a.m.
Total Number Specifications Mailed Out: 87
Total Number Specifications Download (Demandstar): NA
Total Electronic Notifications (Demandstar):
Total Number of Specifications Mailed to Local Vendors: 50
Mandatory Pre Proposal Telephone Conference Attendees: 38
Total packages submitted: 12
Total Noncompliant: 4
A&S Engineering, LLC
Civil Engineering Services
PO Box 2413
Evans, GA 90809
Yes 340435 Yes Yes Yes Yes Yes
Robert Formans Lawn Service
2815 Lumpkin Rd
Augusta, GA 30906
Yes Exempt Yes Yes Yes Yes
No /
Non-
Compliant
GA Water Consumer Safety
1002 Turpin Street
Augusta, GA 30901
Yes 900974 Yes
No /
Non-
Compliant
Yes Yes Yes
Peach State Lawncare
2307 Overlook Rd
Augusta, GA 30906
Yes Exempt Yes Yes Yes Yes
No /
Non-
Compliant
Robert's Professional Lawn Care
2405 Carpenter Avenue
Hephzibah, GA 30815
Yes 1218260 Yes Yes Yes Yes Yes
Terra Excavating
1760 Gordon Hwy
Augusta, GA 30906
Yes 1114225 Yes Yes Yes Yes Yes
The following vendors did not submit: Sitec LLC / 522 Railroad Ave / North Augusta, SC 29841
I&R Inspecition and Lawn Service / 1751 Brown Road / Hephzibah, GA 30815
Page 2 of 2
RISE AND SHINE LAWN CARE AND
LANDSCAPING, LLC
1159 WALTONS TRAIL
HEPHZIBAH, GA 30815
JACOBS LAND MANAGEMENT
733 SCOTT NIXON MEMORIAL DRIVE
AUGUSTA, GA 30907
H.M. Lawn
3515 Evageline Drive
Augusta, GA 30906
FIRST CHOICE HOME INSPECTION &
CONSTRUCTION
ATN: COREY JOHNSON
3610 BARBADOS DR
AUGUSTA, GA 30909
RETURNED MAIL
LARRY PITTMAN & ASSOCIATES
1249 GORDON PARK ROAD,
AUGUSTA, GA 30901
GARRETT ENTERPRISE
3070 DAMASCUS RD. SUITE R
AUGUSTA, GA 30909
RETURNED MAIL
GREEN KEEPER LANDSCAPING
342 BOY SCOUT ROAD
AUGUSTA, GA 30909
AUGUSTA LAWN & TURF
3618 PHILLIPS DRIVE
MARTINEZ, GA 30907
Covenant Distributors, Inc.
1227 Augusta West Parkway
Augusta, GA 30909
DBi Services
100 North Conahan Drive
Hazelton, PA 18201
SCOTTS LAWN SERVICE
2013 FRANKE CT,
AUGUSTA, GA 30909
BULLDOGS CUTS
ATTN: KEITH HARRISON
907 PARK AVE.
AUGUSTA, GA 30901
Caine Lawn Care and Maintenance
304 Cobblestone Court
Martinez, GA 30907
ATTN: TONY ROBINSON
CSRA LANDSCAPING
2321-H PEACH ORCHARD ROAD
AUGUSTA, GA 30906
HUDSON LANDSCAPE
ATTN: JOHN HUDSON
P. O. BOX 212477
AUGUSTA, GA 30917
YOUR LAWN CARE SERVICE
ATTN: RONNIE STRIGGLES
1456 HEPHZIBAH-MCBEAN ROAD
HEPHZIBAH, GA 30815
GEORGE JONES
1520 FLAGLER ROAD
AUGUSTA, GA 30909
FRAILS LANDSCAPING
444 SANDY RUN ROAD
HARLEM, GA 30814
BARRETT WALKER LANDSCAPING
1830 BEAVER CREEK LANE
HEPHZIBAH, GA 30815
WATKINS TRUCKING & LANDSCAPE
3716 KINGSGATE DRIVE
HEPHZIBAH, GA 30815
THE YARDSMITH
417 ASHLAND DRIVE
AUGUSTA, GA 30909
LUMBER JACK LAWN
ATTN: COREY HUFF
2430 NORFOLK STREET
AUGUSTA, GA 30906
PRESCOTT INDUSTRIES
ATTN: ARTHUR PRESCOTT
2404 OLD SAVANNAH ROAD
AUGUSTA, GA 30906
LAWNS UNLIMITED
ATTN: TRAVIS PRICE
2570 LOUISVILLE ROAD
APPLING, GA 30802
PIEDMONT LANDSCAPE
2013 FRANKE CT.
AUGUSTA, GA 30909
NORTHWOOD NURSERY
ATTN: CHARLES W. NORTHWOOD, III
543 HIGHLAND AVE.
AUGUSTA, GA 30904
Attn: Ivory Whitfield
Living Water
3019 Tobacco Road
Hephzibah, GA 30815
RFP ITEM 18-152
ON CALL MAINTENANCE VEGETATION
CONTROL AND RIGHT OF WAY MOWING
FOR ENGINEERING DEPARTMENT
BID DUE: TUE 2//21/18 @ 3:00PM
RFP ITEM 18-152
ON CALL MAINTENANCE VEGETATION
CONTROL AND RIGHT OF WAY MOWING
FOR ENGINEERING DEPARTMENT
BID MAILED: 1/23/18
J DAVIS SERVICES
ATN: Johnny Davis
4163 Hamton Dr
Augusta, GA 30906
RETURNED MAIL
KENDRICK’S CLEARING & HAULING
CEDRICK KENDRICK
1247 NEW SAVANNAH ROAD,
AUGUSTA, GA 30901
HBJ ENTERPRISE, LLC
ATTN: HENRY BRYANT
2124 PEPPERIDGE DRIVE
AUGUSTA, GA 30906
PROMISE LAND CDC
ATTN: SHEILA BOAZMAN
2409 AMSTERDAM DRIVE
AUGUSTA, GA 30906
BARRETT WALKER LANDSCAPING
1830 BEAVER CREEK LANE
HEPHZIBAH, GA 30815
Releaf Professional Solutions &
Logistis, ATTN: Franklin Hagins
6442 Swallowtail Drive
Statesboro, GA 30461
JENKINS & JONES ENTERPRISE
3002 HOLLINS DRIVE
HEPHZIBAH, GA 30815
SITEC LLC
ATTN: DAVID MCGHEE
522 RAILROAD AVE
NORTH AUGUSTA, SC 29841
Caine Lawn Care and Maintenance
304 Cobblestone Ct
Martinez, GA 30907
POND MAINTENANCE OF AUGUSTA
3707 COLBERT STREET
AUGUSTA, GEORGIA 30906
Roberts Professional Lawncare
2405 Carpenter Ave.
Hephzibah, GA 30815
Pyamara Construction Services, LLC
PO Box 4383
Martinez, GA 30907
Richard M Taylor
Inspection and Lawn Service
1751 Brown Rd.
Martinez, GA 30815
A&S Engineering, LLC
PO Box 2413
Evans, GA 30809
CREW CABLE
1695 RICHLAND AVE EAST
AIKEN, SC 29801
NINETY-ONE ENTERPRISE
3020 MILLEDGEVILLE ROAD
AUGUSTA, GA 30904
A&S Engineering, LLC
PO Box 2413
Evans, GA 30809
H.M LAWN
3515 EVAGELINE DRIVE
AUGUSTA, GA 30906
BYNUM & WILSON
3616 QUAIL HOLLOW DRIVE
HEPHZIBAH, GA 30815
LARRY L. MCCORD LLC
2016 HIGHLAND AVE.,
AUGUSTA, GA 30904
LARRY PITTMAN & ASSOCIATES
1249 GORDON PARK ROAD,
AUGUSTA, GA 30901
Davis Lawncare
4214 Wheeler Rd.
Augusta, GA 30901
RETURNED MAIL
SOUTHERN NATURAL
LANDSCAPING
1059 FRANKE INDUSTRIAL DR
AUGUSTA, GA 30909
HERMAN HAZEL
1820 FAIRVIEW AVENUE
AUGUSTA, GA 30904
AUGUSTA QUALITY LAWNCARE
1540 KERON WAY
HEPHZIBAH, GA 30815
Ellis Enterprise
2706 Northwood Court
Augusta, GA 30909
Moe and Go Lawn Service
331 N Main Street
Sumpter, SC 29150
Georgia’s Green Lawncare
1433 Hunter Street
Augusta, GA 30904
RFP ITEM 18-152
ON CALL MAINTENANCE VEGETATION
CONTROL AND RIGHT OF WAY MOWING
FOR ENGINEERING DEPARTMENT
BID DUE: TUE 2//21/18 @ 3:00PM
RFP ITEM 18-152
ON CALL MAINTENANCE VEGETATION
CONTROL AND RIGHT OF WAY MOWING
FOR ENGINEERING DEPARTMENT
BID MAILED: 1/23/18
TUFF MASTERS
2014 WESTSIDE COURT AUGUSTA
RETURNED MAIL
DOUGLAS GLOBAL & ASS
704 SAGE COURT
NORTH AUGUSTA, SC 29860
Robert Formans Lawn Care
Landscaping
2815 Lumpkin Rd.
Augusta, GA 30906
D.J. Construction
611 Sea Isle Ste
Augusta, GA 30901
Patrick Dillard
Blair
P.O. Box 770
Evans, Gamm 30807
Southern Dirt
1693 Old Mitchell Rd.
Gibson, GA 30810
JHC Inc.
P.O. Box 14311
Augusta, GA 30904
Paul Wells
1002 Turpin St,
Augusta, GA 330901
JC Lawncare
1419 Summit Way
Grovetown, GA 30813
ATTN: CHEVIS STRANGE
L-J, INC.
615 KNOX ABBOTT DRIVE
CAYCE, SC 29033
Horizon Construction
P.O. Box 798
Evans, GA 30809
CMI
1827 Killingsworth Rd.
Augusta, GA 30904
AVERETT PLUMBING
ATTN: DARLENE HIGGINS
1547 GORDON HIGHWAY
AUGUSTA, GA 30906
Georgia Carolina Paving
3020 Milledgeville Road
Augusta, GA 30904
Winsay, Inc.
6499 Carriage Lane
Harlem, GA 30814
Priority Construction Group Inc.
1578 Highway 56N
Waynesboro, GA 30803
A&S Engineering, LLC
PO Box 2413
Evans, GA 30809
Jamco Civil
1249 Gordon Park Road,
Suite 102
Augusta, GA 30901
Tyler Lawn Care
1159 Walton’s Trail
Hephzibah, GA 30815
Columbia Diversified
6677 Eubank Dr.
Appling, GA
EDGE LANDSCAPE MANAGEMENT
2010 KEW COURT
GROVETOWN GA 30813
DALZELL DESIGN LANDSCAPING
ATTN: WILL DALZELL
2018 BROMLEY COURT
AUGUSTA, GA 30909
CUTTING EDGE LAWN &
LANDSCAPING
4387 MARSHALL WAY
EVANS, GA 30809
BETWEEN THE EDGES, INC.
816 EDGEFIELD ROAD
NORTH AUGUSTA, SC 29841
TURF MASTERS
2014 WESTSIDE COURT
AUGUSTA,
KELLIE IRVING
COMPLIANCE OFFICE
7TH Floor
Municipal Building
HAMEED MALIK
ENGINEERING DEPARTMENT
JAMCO CIVIL
ATTN: E.R. MITCHELL
P.O. BOX 10710
ATLANTA, GA 30310
RFP ITEM 18-152
ON CALL MAINTENANCE VEGETATION
CONTROL AND RIGHT OF WAY MOWING
FOR ENGINEERING DEPARTMENT
BID DUE: TUE 2//21/18 @ 3:00PM
RFP ITEM 18-152
ON CALL MAINTENANCE VEGETATION
CONTROL AND RIGHT OF WAY MOWING
FOR ENGINEERING DEPARTMENT
BID MAILED: 1/23/18
Potett Landscrapes
Dba Georgia Outdoor Services
Attn: Penny Lowe
2734 Belair Road
Augusta GA 30909 Returned Mail
r
Engineering Services Committee Meeting
7/31/2018 1:10 PM
On-Call Maintenance Vegetation Control and Right-of-Way Mowing Addition to the Current Contract
Addition to the Current Contract
Department:Engineering
Presenter:
Caption:Approve addition of four (4) Contractors to Current Approved
On-Call Maintenance Vegetation Control and Right-of-Way
Mowing Contractor-List and accordingly Approve award of On-
Call Maintenance Vegetation Control and Right-of-Way
Mowing Contract to these four contractors (i-T Garrett
Enterprise, ii-Robert’s Professional Lawn Services, iii-
Lumberjack Landscaping, and iv-Bulldogs Cuts) as requested by
AED. Award is contingent upon receipt of signed contracts and
proper insurance Documents. RFP 18-152
Background:Augusta Commission established Stormwater Utility (SWU)
Program effective January 1, 2016. On-call services are integral
part of SWU Program delivery as determined by AED that
supplementing engineering maintenance resources with on-call
services is a practical approach to complete and sustain much
needed maintenance services in a timely manner. Such services
are essential to minimizing public safety risks, damages to
public property and associated potential hazard liabilities. SWU
service area consisted of nine (9) watersheds, accordingly AED
intended to have nine (9) On-call Contractors on board (at least
one per watershed). Accordingly, 2016 RFP (first round) states
that the Department will select up to nine (9) separate
companies, however, only five (5) contractors were qualified in
2016 at first round of RFP. Second round of RFP was initiated in
2017 for getting remaining four (4) contractors onboard.
Analysis:RFPs were evaluated on March 26, 2018 with T Garrett
Enterprise, Robert’s Professional services, Lumberjack
Landscaping, and Bulldogs being the selected firms. Firms were
evaluated based on qualifications, relevant experience, and
ability to provide requested services. Services will be provided
per unit prices established at first round of selection in 2016. It is
the recommendation of the Engineering Department to award
this project to aforementioned firms.
Financial Impact:On-Call Vegetation Control and ROW Mowing 581-044320-
5211120
Alternatives:1). Do not approve and continue with current five (5) under
contract contractors.
Recommendation:Approve addition of four (4) Contractors to Current Approved
On-Call Maintenance Vegetation Control and Right-of-Way
Mowing Contractor-List and accordingly Approve award of On-
Call Maintenance Vegetation Control and Right-of-Way
Mowing Contract to these four contractors (i-T Garrett
Enterprise, ii-Robert’s Professional Lawn Services, iii-
Lumberjack Landscaping, and iv-Bulldogs Cuts) as requested by
AED. Award is contingent upon receipt of signed contracts and
proper insurance Documents.
Funds are
Available in the
Following
Accounts:
On-Call Vegetation Control and ROW Mowing 581-044320-
5211120
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Engineering Services Committee Meeting
7/31/2018 1:10 PM
Storm Water Fee.
Department:
Presenter:
Caption:Discuss Storm Water Fee. (Deferred from the July 10
Engineering Services Committee - requested by
Commissioner Marion Williams)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are
Available in the
Following
Accounts:
REVIEWED AND APPROVED BY: