HomeMy WebLinkAboutMABUS BROTHERS BROWN ROAD SANITARY SEWER SUD PROJECT 00040
FOR
CONTRACT DOCUMENTS AND SPECIFICATIONS
BROWN ROAD SANITARY SEWER
AUD PROJECT 00040
RENEWAL AND EXTENSION NO. 200606
Augusta, Georgia
I
I
I
I
I
I
I
I
Prepared for
Augusta-Richmond County Commission
Drew Goins
Interim Director, Augusta Utilities Department
Augusta Utilities Department
360 Bay Street
Suite 180
Augusta, Georgia
June 2008
FOR
CONTRACT DOCUMENTS AND SPECIFICATIONS
BROWN ROAD SANITARY SEWER
AUD PROJECT 00040
RENEWAL AND EXTENSION NO. 200606
Augusta, Georgia
/;
I
Prepared for
Augusta-Richmond County Commission
Drew Goins
Interim Director, Augusta Utilities Department
Augusta Utilities Department
360 Bay Street
Suite 180
Augusta, Georgia
June 2008
I
ADDENDUM NO. 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TO
CONTRACT DOCUMENTS
FOR
BROWN ROAD SANITARY SEWER
AUD PROJECT 0040
RENEWAL AND EXTENSION NO. 200606
AUGUSTA-RICHMOND COUNTY COMMISSION
June 2008
ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - August 27, 2008
INVITATION TO BID: CHANGE Bid date TO September 9, 2008 at 3:00 PM
BID SCHEDULE: REPLACE Page 1 and 2, attached.
EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO.2 BY ATTACHING
THIS COpy TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND.
NOTING RECEIPT OF SAME ON PAGE B-1. OF THE BID.
END OF ADDENDUM NO. 2
ZEL PROJECT #0706-00
0706-00 Addenda No. 2.doc
"' ,. {.
-
BID SCHEDULE
TO ACCOMPANY THE PROPOSAL OF
BIDDER:
ADDRESS:
I
I
I
I
I
I
I
I
I
477 I
I
76 LF I
137 LF I
552 LF
200 LF I
190 LF
I
420 LF
366 LF I
253 LF
I
I
PAGE 1 OF 2 I
AUGUSTA UTILITIES DEPARTMENT - PROJECT
SANITARY SEWER BID SCHEDULE
S-28
S-38
S-48
S-5B
'S-6B
S-1C
S-2C
S-3C
S-4C
S-5C
S-6C
S-7C
S-8C
.
10" diameter PVCsanitary sewer pipe SDR 35, Depth 0' to
6', including Type 11.(No. 57 stone) bedding material.
10" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to
8', including Type II (No. 57 stone) bedding material
10" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to
10', including Type II (No. 57 stone) bedding material
10" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to
12', including. Type II (No. 57 stone) bedding. material
10" diameter PVC sanitary sewer pipe SDR 35; Depth 12' to
14', including Type II (No. 57 stone) bedding material
10" diameter PVC sanitary sewer pipe SDR 35, Depth 14'to
16', including Type II (No. 57 stone) bedding material' .
12" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to
6', including Type II (No. 57 stone) bedding material
12" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to
8', including Type II (No. 57 stone) bedding material
12" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to
10', including Type II (No. 57 stone) bedding material
12" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to
12', including Type II (No; 57 stone) bedding material
12" diameter PVC sanitary sewer pipe SDR 35, Depth 12' to
14', including'Typell (No. 57 stone) bedding material
12" diameter PVC sanitary sewer pipe SDR 35, Depth 14' to
16', including Type II (No. 57 stone) bedding material
12" diameter PVC sanitary sewer pipe SDR 35, Depth 16' to
18', including Type II (No. 57 stone) bedding material
12" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to
20', including Type II (No. 57 stone) bedding material
0706-00 BID SCHEDULE REV 2 (2).DOC
0706-00 BID SCHEDULE REV 2 (2).DOC
PAGE 20F2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10" diameter ductile iron sanitary sewer pipe Class 1, Depth LF
0' to 6', including Type II (No. 67 stone) bedding material
S-9C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 20' to 110 LF
22', including Type II (No. 57 stone) bedding material
S-17 Brown Road Crossing - Jack & Bore 20" diameter steel 40 LF
casing, minimum wall thickness 0.375 inch. Carrier pipe
included, 12" diameter ductile iron sanitary sewer pipe, Class
250, restrained joint, end seals
S- Pre-cast sanitary manhole, GA DOT STD 1011 A, Type 1, 32 EA
,
Additional Sanitary Manhole depth, Type I, Class 1 (48" Dia.) 162 VF
Additional Sanitary Manhole Depth, Type 1 Depth Class 2 10 VF
48" Diameter
6" sanitary sewer service, complete 2 EA
S:'33 Tie new sanitary sewer to existing manholes, diameter varies 2 EA
S-34 AC Water Main Crossing 2 EA
S-38 Creek Crossing including rip rap, filter fabric and concrete 160 LF
encasement
MISCELLANEOUS
M-3 Rock Excavation 10 CY
M-7 Select Refill 600 CY
LUMP SUM
LS-1 Lump sum construction (includes but is not limited to the
listing continued below)
1
.
I
ADDENDUM NO. 1
I
"
TO
CONTRACT DOCUMENTS
FOR
BROWN ROAD SANITARY SEWER
AUD PROJECT 0040
RENEWAL AND EXTENSION NO. 200606
AUGUSTA-RICHMOND COUNTY COMMISSION
June 2008
I
I
ZIMMERMAN, EVANS AND LEOPOLD, INC., CONSULTING ENGINEERS - August 20, 2008
I
BID SCHEDULE:
Page 1 & 2: REPLACE Entire pages (attached). ITEM S-37 no longer exists in
any of these documents.
I
SPECIFICATIONS:
Page Tl-1: DELETE last paragraph "Merchantable Timber:
Page T2-6: ADD the following paragraph under the PAYMENT section and before
ITEM M-7:
ITEM M-3: Rock excavation shall be measured in cubic yards and shall
include costs for blasting, labor, equipment, and material removal and
disposal. No additional payment shall be made for these items.
I
I
I
.
Page T6:-4: ADD the following sentence to the end of the General paragraph
under Manhole and Frames and Covers section:
The frames shall be cast into the manhole cones.
I
Page T6-4: DELETE Entire paragraph "Standard Frames and Covers" AND REPLACE
with the following paragraph:
926-US: "
I
Manhole Frame. & Cover shall be US Foundry, 926-US. Castings shall
conform to specification ASTM-A48, Class 35B, Gray Cast Iron and AASHTO
M-306 Specification. Castings shall be rated heavy duty and be
manufactured in the USA. Casting shall" incorporate a special 40
durometer neoprene T-gasket to reduce water infiltration. Casting will
be free of imperfections or blemishes and will be supplied unpainted.
Ring & Cover shall have machined horizontal bearing surfaces. Cover to
be hinged incorporating a safety lock and resting position at 1100.
Cover shall be one person operable with a required lift force not to
exceed 70 Ibs. Cover shall have a non-penetrating lifting hole
operational from front or back. Cover shall have a pentahead cam locking
device. Markings on castings will include the following: Name of
Foundry, Country: Made in the USA, "SANITARY SEWER"
I
I
I
I
Page T6-8: ADD the following paragraphs to the PAYMENT section:
ITEMS, S-22A: Additional sanitary manhole depth line items shall be
measured by vertical foot and shall include costs for excavation,
dewatering, and backfill as specified by type and class. No additional
payment shall be made for these items.
I
.
I
0706-00 Addenda No. l.doc
I
I
"
ITEM S-30: Sanitary sewer connections shall be measured individually
(each) and shall include costs for 6-inch PVC piping, precast concrete
valve ring with rebar, PVC twist-off plug, mainline tee, fitting,
cleanout, excavation, dewatering, asphalt/concrete cutting (including
service markings), installation, normal backfill, aggregate base and
asphalt pavement repair, and property restoration. No additional
payment shall be made for these items.
ITEM, S-34: AC water main crossings shall be measured individually
(each) and shall include costs for AC pipe cutting, excavation, ductile
iron piping, sleeves, backfill, and property restoration. No additional
payment shall be made for these items.
Page T7-1: In the Water paragraph under the SCOPE section REPLACE
"Columbia County" with Augusta-Richmond County.
T21 MEASUREMENT AND PAYMENT Section T21:
T21-1 & T21-2.
REPLACE Entire pages attached)
DRAWING:
The following clarification/amendments have been made to the contract
drawings:
DWG G: _MAKE changes to Bid Schedule to match Bid Schedule changes above.
DWG 10: ADD The attached three details, Frame and Cover, AC Main Crossing
and Sewer Service details.
No revised contract drawing sheets will be reissued prior to bid.
.
CONSTRUCTION RESTRICTIONS:
See attached spreadsheet.
RESPONSE TO QUESTIONS: Will any timber be salvaged?
disposed per Specifications T1.
NO, all timber is to be
EACH BIDDER IS REQUESTED TO ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 BY ATTACHING
THIS COPY TO THE FRONT FLYLEAF OF THE CONTRACT DOCUMENTS AND
NOTING RECEIPT OF SAME ON PAGE B-1 OF THE BID.
END OF ADDENDUM NO. 1
ZEL PROJECT #0706-00
.
0706-00 Addenda No. l.doc
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to
6', including Type II (No. 57 stone) bedding material
S-2B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to
8', including Type II (No. 57 stone) bedding material
S-3B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to
10', including Type II (No. 57 stone) beddingmatedal
S-4B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to
12', including Type II (No. 57 stone) bedding material
S-5B 10" diameter PVC sanitary sewer pipe SDR 35; Depth 12' to
14', including Type II (No. 57 stone) bedding material
S-6B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 14' to
16', including Type II (No. 57 stone) bedding material
S-1 C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to
6', including Type II (No. 57 stone) bedding material
S-2C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 6' to
8', including Type II (No. 57 stone) bedding material
S-3C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to
10', including Type II (No. 57 stone) bedding material
S-4C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to
12', including Type II (No. 57 stone) bedding material
S-5C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 12' to
14', including Type II (No. 57 stone) bedding material
S-6C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 14' to
16', including Type II (No. 57 stone) bedding material
S-7C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 16' to
18', including Type II (No, 57 stone) bedding material
S-8C 12" diameter PVC sanitary sewer pipe SDR35, Depth 18' to
20', including Type II (No. 57 stone) bedding material
S-9C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 20' to
22', including Type II (No. 57 stone) bedding material
I
I
I
I
I
I
-I
I
1208 LF I
1444 LF
477 LF I
475 LF I
60 LF
76 LF I
137 LF I
552 LF
200 LF I
190 LF I
420 LF
366 LF I
253 LF
I
110 LF
I
PAGE 1 OF 3 I
BID SCHEDULE
"
TO ACCOMPANY THE PROPOSAL OF
BIDDER:
ADDRESS:
AUGUSTA UTILITIES DEPARTMENT - PROJECT
SANITARY SEWER BID SCHEDULE
0706-00 BID SCHEDULE REV. 1.DOC
0706-00 BID SCHEDULE REV. 1.DOC
PAGE20F3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.
~
.
.
I
SECTION T21
MEASUREMENT AND PAYMENT
I
GENERAL
Note: All items which must be removed by the contractor during construction,
- and which are not specifically shown to be paid for otherwise, are to be
removed without additional payment~ All costs for this removal and resetting
(if necessary) shall be included in the pay item "Lump Sum Construction".
Also, any other item without a specific pay item shall be included in "Lump Sum
Construction".
I
I
SANITARY SEWER
I
ITEMS S-lB through S-9C - All piping line items shall be measured in linear
feet and shall include costs for piping and installation, trench' excavation,
trench box, dewatering, asphalt cutting, normal joints and gaskets, normal
backfill, infiltration andexfiltration testing, mandrel pulling, and CCTV
camera inspection as required. Camera inspection shall include all costs for
closed, circuit camera inspection of the sanitary sewer system, including
mobilization, demobilization, inspection, video tape copies, and field reports.
No additional payment shall be made for these items.
I
I
ITEM S-17 - Jack and bore line items shall be measured in linear feet and shall
include costs for casing piping, carrier piping, installation, blasting,
asphalt cutting, restrained joints and gaskets, end seals, and normal backfill.
No additional payment shall be made for these items.
I
I
ITEMS S-20A - Pre-cast manholes shall be measured individually (each) and shall
include costs for manholes, excavation, dewatering, asphalt cutting, - collars
and boots, grouting and/or other connections, installation, normal backfill,
and vacuum testing as specified. Manhole vacuum testing shall,include all costs
for testing equipment, testing labor, mobilization, demobilization, and
reporting. Manholes failing testing shall be re-tested at Contractor's
expense. Repairs to failing manholes shall be made external to the - manhole
utilizing a method approvedhythe Augusta Utilities Department. No additional
payment shall be made for these items.
I
I
I
ITEMS S-21A - Additional sanitary manhole depth line items shall be measured by
vertical foot and shall include costs for excavation, dewatering, and backfill
as specified by type and class. No additional payment shall be made for these
items.
I
S-22A - Additional sanitary manhole depth line items shall be measured by
vertical foot and shall include costs for excavation, dewatering, and backfill
as specified by type and class. No additional payment shall be made for these
items.
I
ITEM S-30 - Sanitary sewer connections shall be measured individually (each)
and shall include costs for 6-inch PVC piping, precast concrete valve ring with
rebar, PVC twist-off plug, mainline tee, fitting, cleanout, excavation,
dewatering, asphalt/concrete cutting (including service markings),
installation, normal backfill, aggregate base and asphalt pavement repair, and
property restoration. No additional payment shall be made for these items.
I
I
I
'ZEL, ENGINEERS
I
0706-00 T21 Measurement and Payment Rev. l.doc
T21-1
I
SECTION T21
MEASUREMENT AND PAYMENT
"
ITEM S-33 Sanitary sewer manhole tie-ins shall be measured individually
(each) and shall include costs for cutting/coring of existing manholes,
collars, .rubber boots, any required gaskets, excavation, dewatering, soil
stabilization, asphalt cutting, and normal backfill. No additional payment
shall be made for these items.
ITEM S-34 - AC water main crossings shall be measured individually (each) and
shall include costs for AC pipe cutting, excavation, ductile iron piping,
sleeves, backfill, and property restoration. No additional payment shall be
made for these items.
ITEM S-38 - Creek crossing shall be measured in linear feet and .shall include
rip rap, filter fabric and concrete pipe encasement, including costs for
concrete, installation, excavation, dewatering, soil stabilization, pipe
stabilization, asphalt cutting, and normal backfill. No additional payment
shall be made for these items.
MISCELLANEOUS
ITEM M-3 - Rock excavation shall be measured in cubic yards and shall include
costs for blasting, labor, equipment, and material removal and disposal. No
additional payment shall be made for these items.
~
ITEM M-7 - Select refill shall be measured in cubic yards and shall include
costs for the backfill and installation as well as all transportation and.
stockpiling charges. The volume of material included shall be the actual
measured "in~place" volume. No additional payment shall be made for these
items.
LUMP SUM CONSTRUCTION
ITEM LS-l - Lump sum construction includes, but is not limited to, the items
described in the bid schedule. No separate or additional payment shall be made
for these items.
.
0706-00 T21 Measurement and Payment Rev. 1.doc
'ZEL, ENGINEERS
T21-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
to
"-
.r<)
to
to
I'":l
t'
to
"-
l'
O'l
N
..t-
('\I
ex:>
"-
I"")
C'i
I"")
to
"-
I')
.-
.
('\I
4=... ~\~''''''''''''''''''= [) ~. .~. '-
~ ","= ~
I') .~. .~ to
::c .~ '
..i!5 b LO
.~~ ('\I
~g
..i.ri...~
0"(..)
Ad
.=00
<(
W
.~
<:..
.W
D
Z
:r:
.
ct
Etn::
<:
W(IJ
.......I
OD
:CZ
_ F
:-lL.:
."$ :J
-
-r--:
"S.
,
..........
"<t"
'--"
(f)(I)
WO]
-.l-
00::
:r:
D
Z
F
l1...
:J
I
.........
I'":l
~
to
"-
I')
o
:::>
<(
<0
,.....:.:
"-
NIO
L- ... N
~....~ l
1 .t/.I-JJ-
''<I-
N
'-
~:
4Jr-
to
('\I
o roro s
o CD.~ IfJ 0 ll!
...;J Ll)"" < I
".... ~ e~~~ir
u... GJ '" Cl I ;z
w lli ilI'h i
> ""i ~1croa
o c:l ~~
o ! 8~
L "" ~
L.L- ).. Z
(f) i ~
:::>
;!;.
!!!
F-
;c, ro ~:l!
z ~ ~~
a::: ',. . IfJ -
o -
co. :::::?EOw,,"
.g; t1 ~ m~'-
lL. <,( ~ 2: n
(f) i\!el::!o
::::> m ~~~(I)"
~ ~'~i5'
a
~
:::E
w
t--
.~-1
(f);;;f
J.:..:
DW
zO
E
:J
rW1
111
.~.,.. ~'........i= ..
.,- ~..
l' to .
C'Il .('\1
.....I.~ ..~.
L
,~
......
I'":l
<0
"- ..;:
I") .....
l' to
J~
I
I
-I
I
I
I
I
I
I
I
I
I
'I
I
I
I
I
I
I
'"
.
.
00.
Z
o
i-oI
E-l
U
~
E-l
00.
~.
Z
o
i-oI
E-l
U
~
E-l
00.
Z
o
u
....
0>
Cl
m
c..
>.
t
0> 1':
0. "0
e lii c: E
0. '+= ~ -0>
>. c: Cl
0> 'ffi .... u c: 0.
0> 0>
.2: .... .... 0 E
"0 ~ '6 0> Cii 0>
.s ~ .2 .... Ul Ul -
>. C
>. t 15.. >. .... 0> ~ :J '1: .s
~ 0> c: 0> 0> t .Q c: ~ 0 ..c 0>
U) 0. 0> E Ul 0> 3: - ..c: 0> Ul
I- 0> e 0> 0. 0. 0 c: c: .... "0 0
Z > .s Ul .s e 19 .... 0> 0> 0 0> C3
UJ '1: 0. m 0. 0> 0 0 .... "0
... 0> 0> m ~
::2 "0 ai 0 0> Ul c: 0. - - 0> m
c: .... .... E
::2 .5 .2: .~ .5 0 0 0 Ul 0 0 ....
C3 ..l<: >
0 0> 0> Ul ai U '1: '1: .s c:
0 ~ .s f ~ ~ 0. Ul e 0. 0. m Ul
0> Cl
Ul 0> 0> 19 :J ~ ~ Ul E c:
0 0>
0> Ul c: 0> > ....... ..c: ~ 0> 0> ..Q 0> 32
u ~ 3: u 0> ~ c: c: u :c
.~ .~ "5 .... ..!!! ~ 3: Ul "5
Cl 0 0 .Q 0 0. ~ - ..c
O>~ .... 0> e ~ 0> 19 0> c:
Ul Ul . U Ul 0. 1ii ts ts 0> 0>
.... Ul S .... .... m 0> "0 E Cl
0> ~ 0> 0> Cii - u m m - "w ~
0 1': C m 0>
1ii c: 1ii 3: Iii 0> lii u c: Ul 0 .
$ Cl 0 $ 0> c: 0 0 0 0 m U5
c: () U) c: 0 e::: 0 0 ...J 0 0>
"0"0 0 0 0 0 0
o .-
U)~ c: c: c: c: c:
.-
o.c: Ul .. Ul Ul Ul 0
E E !!l 0> 0> 0> c:
0> - >. >. >.
II- UJ
g1': Ul Ul Ul Ul Ul
0> .E 0> l!!l 0> '!!l 0>
c..UJ >. >. >.
0) '<t 0 ....
'*I: ;:;l; LO '<t I'- .
co '<t LO
UJ (") C\I co LO
I I I ,
Z co C\I C\I '<t :
0 (") 0) 0) ....
:r: LO LO LO ""/"
, I I
c.. C\I co co co
.... 0 0 0
0) I'- I'- I'-
.
Q) 'S
'E
m c: e ....
8 0> .... .,'
e::: lai' "0 0> .
(5 ..c:
UJ U) .,
z .... .2: :r: '-"
$ 0> >. 0>
c: m c: .
0 '0 :::.:::: m Ul ..
...., -:? ,. 0>
~ c:
0> ~ 0
c: J!1 ...., UJ
'1: E
0> lii u 0
..c: '= ~ '1: co
"0
1ii ell ~ 0> 0
0 0 0 e:::
.
U)
U) "0
UJ m
e::: 0 "0
0 e::: ell
0 "E 0
<( e::: .
"0 "0 ell "0 ~
~ ..c:
ell ell ~ ell
0 0 0 ....
e::: e::: e::: 0 e::: ....
:J
UJ c: c: ..c: c: E
c.. 3: 3: u 3: [jJ
0 e e ell e u
e::: 0>
c.. co co c.. co ::2
C\I '<t C\I 0 I'-
0 0 (") (") '<t
C\I C\I 0 0 ....
C\I C\I '<t C\I C\I
0 0 0 0 0
I I I I I
0 0 0 0 0
0 0 0 0 0
I I I I I
Z .... C\I '<t co ....
C\I C\I C\I .... 0
c:: 0 9 0 0 0
I I I I
0 0 0 0 ....
I I I I I
LO LO LO .... C\I
0) 0) 0) .... ....
.... .... .... C\I C\I
I
co
0 I
0
t:!
0
t:!
co
I
I
I
I
I
I
Ul I
-
.c:
0>
E
0>
Ul
ell I
0>
Cii
-
:J
U
....
ell I
0>
(3
I
I
I
I
I
I
I
I
....
0>
3:
0>
U)
"0
ell
o
e:::
c:
3:
e
co
~
o
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
BROWN ROAD SANITARY SEWER
AUD PROJECT 00040
RENEWAL AND EXTENSION NO. 200606
Augusta, Georgia
Augusta-Richmond County Commission
The Honorable Deke S. Copenhaver
Mayor
Betty Beard, Mayor Pre-Tern
COMMISSION
J. R. Hatney
Alvin Mason
Corey Johnson
J oe Jackson
Don Grantham
Jimmy Smith
Jerry Brigham
Joe Bowles
Calvin Holland Sr.
Drew Goins
Interim Director
Augusta Utilities Department
360 Bay Street
Suite 180
Augusta, Georgia
June 2008
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION
I
IB
P
BB
A
NA
NP
PB
co
TABLE OF CONTENTS
TITLE
# OF PAGES
Invitation for Bids
2
Instructions to Bidders
2
Proposal
2
Bid Bond
2
Agreement
4
Notice of Award
1
Notice to Proceed
1
Performance and Payment Bonds
5
Change order
1
GC-O Index to General Conditions
TS TechrUcalSpectlications
LIST OF DRAWINGS
COVER SHEET
G
1
2
3
4
5
GC
SGC
SC-O
SC
TS-O
6
7
General Conditions
52
Supplemental General Conditions
1
Index to Special Conditions
1
Special Conditions
1
Index to TechrUcal Spectlications
1
30
LOCATION MAP AND DRAWING LIST
GENERAL NOTES - PROJECT SANITARY SEWER BID SCHEDULE
PLAN AND PROFILE ST A 0+00 TO ST A 30+00
PLAN AND PROFILE STA 30+00 TO STA 61+00
PLAN AND PROFILE STA 61+00 TO STA 91+52.45
SOIL EROSION AND SEDIMENT CONTROL
EROSION AND SEDIMENT CONTROL - DETAILS FOR UTILITY LINE
CONSTRUCTION
EROSION AND SEDIMENT CONTROL - NOTES AND DETAILS
MISCELLANEOUS DETAILS
SECTION IB
INSTRUCTION TO BIDDERS
IB-Ol GENERAL
All proposals must be presented in a sealed envelope, addressed to the OWNER. The proposal must
be filed with the OWNER on or before the time stated in the invitation for bids. Mailed proposals will
be treated in every respect as though filed in person and will be subject to the same requirements.
Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated
any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for
a period of sixty (60) days after bids have been opened, pending the execution of contract with the
successful bidder.
IB-02 EXAMINATION OF WORK
Each bidder shall, by careful examination, satisfy himself as to the nature and location of the work; the
conformation of the ground; the character, quality and quantity of the facilities needed preliminary to
and during the prosecution of the work; the general and local conditions; and all other matters which
can in any way affect the work or the cost thereof under the contract. No oral agreement or
conversation with any officer, agent, or employee of the OWNER, either before or after the execution of
the contract, shall affect or modify any of the terms or obligations therein.
IB-03 ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or other pre-bid documents will be made to
any bidder orally.
Every request for such interpretation should be in writing addressed to the Geri A.
Sams, Director of Purchasing; Purchasing Department; Room 605; 530 Greene Street; Augusta, GA
30911 and to be given consideration must be received at least ten days prior to the date fixed for the
opening of bids. Any and all such interpretations and any supplemental instructions will be in the
form of written addenda to the specifications which, if issued, will be sent by facsimile or U.S. mail to
all prospective bidders (at the respective addresses furnished for such purposes), not later than five
days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such
addendum or interpretation shall not relieve such bidder from any obligation under his bid as
submitted. All addenda so issued shall become part of the Contract Documents.
IB-04 PREPARATION OF BIDS
Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized
representative. Any corrections to entries made on bid forms should be initialed by the person signing
the bid.
Bidders must quote on all items appearing on the bid forms, unless specific directions in the
advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote
on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert
the words "no bid" where appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if
submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be
submitted as such, and shall not reveal the total amount of either the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all OWNERs. Bids of
corporations will be signed by an officer of the firm and his signature attested by the secretary thereof
IB-1
I B-2
who will affix the corporate seal to the proposal.
NOTE: A 10% Bid Bond is required in all cases.
ill-05 BASIS OF AWARD
The bids will be compared on the basis of unit prices, as extended, which will include and cover the
furnishing of all material and the performance of all labor requisite or proper, and completing of all the
work called for under the accompanying contract, and in the manner set forth and described in the
specifications.
Where estimated quantities are included in certain items of the proposal, they are for the purpose of
comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the
responsibility of the CONTRACTOR to check all items of construction. In case of error in extension of
prices in a proposal, unit bid prices shall govern.
ill-06 BIDDER'S QUALIFICATIONS
No proposal will be received from any bidder unless he can present satisfactory evidence that he is
skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all
obligations to be incurred in carrying out the work. He shall submit with his proposal, sealed in a
separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable
information as to working capital available, plant equipment, and his experience and general
qualifications. The OWNER may make such investigations as are deemed necessary to determine the
ability of the bidder to perform the work and the bidder shall furnish to him all such additional
information and data for this purpose as may be requested. The OWNER reserves the right to reject
any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the OWNER that
such bidder is properly qualified to carry out the obligations of the contract and to complete the work
contemplated therein. Part of the evidence required above shall consist of a list of the names and
addresses of not less than five (5) firms or corporations for which the bidder has done similar work.
ill-07 PERFORMANCE BOND
At the time of entering into the contract, the CONTRACTOR shall give bond to the OWNER for the use
of the OWNER and all persons doing work or furnishing skill, tools, machinery or materials under or
for the purpose of such contract, conditional for the payment as they become due, of all just claims for
such work, tools, machinery, skill and terms, for saving the OWNER harmless from all cost and charges
that may accrue on account of the doing of the work specified, and for compliance with the laws
pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the OWNER and
authorized by law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated
copy of the power of attorney.
ill-OB REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be made as soon as practicable, provided
satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to
reject any and all proposals, or to accept a bid other than the lowest submitted if such action is deemed
to be in the best interest of the OWNER.
\
I
~
Enc1qsed is a bid guarantee consisting of o.v b ,. ~ h 0 n J..
amount of /0% C'.p. B~4 A-fYlOuJ1J'1-
in the
SECTION P
PROPOSAL
DATE:---2bbs
Gentlemen:
. In compliance with you invitation for bids, the undersigned hereby proposes to furnish all labor,
equipment and materials, and perrorm all work for the ptoject referred to herein as: .
BROWN ROAD SANITARY SEWER, AUD PROTECT 00040
RENEWAL AND EXTENSION NO. 200606
In strict accordance with the Contract Documents and in consideration of the amounts shown on the bid
schedule attached hereto and totaling:
Fav ~ hu ~ ~ fov..V"'t'j $9\ter\) ihot)~J e-'9hf ~v1<tl...J -P.:tJ-'j six.
and Z/ 110a9.0nars(~t~8.$(O. z:.iL) -+-~3.b'f:::: W 4.1,q 1C\.~S )):f,
The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days
of receipt of such notiCe execute a formal contract agreement with the Owner, and that he will provide
the bond or guarantees. required by the contract d~ents.
The undersigned hereby agrees that,. if awarded the contract, he will commence the work within
Ten (lOl calendar days after the date of written notice to proceed, and that he will. complete the work
within ONE HUNDRED TWENTY (120) calendar days after the date of such notice.
The undersigned acknowledges receipt of the following addenda:
Addendum No. Addendum Date
'#~J e/mfr8
A1~~ a/z7j08
1
Respect:fu11y Submitted, . I /1 I
~US B~~7:Le7//IJC.
7ff;. MdIbFlrp,..,J.,eJ. /
.~ t c;,.tr 2-0~o .
~ddr .
BY{
TITLE:
0706-00 PROPOSALDOC
PAGE 1 OF1
tJ;:
10" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to (0;;,/ '35 ' <[J
6', including Type II (No. 57 stone) bedding material a" 5 4- ~5. z,t.C-4
S-2B 10" diameter PVC sanitary sewer pipe SqR 35, Depth 6' to 1208 LF
8', including Type II (No. 57 stone) bedding material z,z. 62 Zl Z04.IC,
S-3B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 8' to 1444 LF
10', including Type II (No. 57 stone) bedding material 2:4: 52. :6,40'.
S-4B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 477 LF
12', including Type II (No. 5~ stone) bedding material Z{P.6~ Z. &,fIl
S-SB 10" diameter PVC sanitary sewer pipe SDR 35. Depth 12' to '475 LF
14', including Type II (No. 57 stone) bedding. material Z8.5~ I~ '5I1-7.t:D
S-6B 10" diameter PVC sanitary sewer pipe SDR 35, Depth 14' to 60 LF 80. Sz. /.e 2{. 2LJ
16', including Type II (No. 57 stone) bedding material
S-1C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 0' to 76 LF
6', including Type II (No. 57 stone) bedding material zz.8tJ I. 73Z.eO
S-2C 12" diameter PVC sanitary sewer pipe SDR 35. Depth 6' to 137 LF
8', including Type II (No. 57 stone) bedding material Z'f.BO 33tj7, '0
8-3C 12" diameter PVC sanitary sewer pipe SDR 35. Depth 8' to 552 LF
10'. including Type II (No. 97 stone) bedding material ~t,.~ /4. 7~3.~
S-4C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 10' to 200 LF
12', including Type II (No. 57 stone) bedding material ZE.~ 5:71. .00
S-5C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 12' to 190 LF
14', including Type II (No. 57 storie) bedding material 3/).80 5.l!>5Z.t:JO
S-6C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 14' to 420 LF
16', including Type II (No. 57 stone) bedding material 3Z.~O .3 t;;
S-7C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 16' to 366 LF
18', including Type II (No. 57 stone) bedding material M:9o, '7.
S-8C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 18' to 253 LF 3C, .8tJ
20', including Type II (No. 57 stone) bedding material 93//),46
J
BID SCHEDULE
TO ACCOMPANY THE PROPOSAL OF
BIDDER: Ma.,bU5 BrtJs. ~S-J- a.0C .
ADDRFSS: qjzo MtJ/~ ~a)1J Rd.
Au:) os/;... 1 t:;;J]- 30:}oJ
\
AUGUSTA UTILITIES DEPARTMENT.. PROJECT
SANITARY SEWER BID SCHEDULE
0706-00 BID SCHEDULE REV 2.DOC
PAGE 1 OF2
0706-00 BID SCHEDULE REV 200e
PAGE20F2
~ 10" diameter ductile iron sanitary sewer pipe Class 1, Depth 335 LF
S-9B
0' to 6', including Type II (No. 67 stone) bedding material
S-9C 12" diameter PVC sanitary sewer pipe SDR 35, Depth 20' to 110 LF ~e. S (J 1Z"8.00
22', including Type 1('(No. 57 stone) bedding material
S-17 Brown Road Crossing - Jack & Bore 20" diameter steel 40 LF
casing, min\mum wall thickness 0.375 inch. Carrier pipe '!17{,.77 /qO]().80
included, 12" diamet~r ductile iron sanitary sewer pipe, Class
250, restrained joint, end seals
S- Pre-cast sanita~ manhole, GA DOT 8TD 1 011A, Type 1, 32 EA ~/l.C(). 51,5S1:~;_
, , "
Additional Sanitary Manhole depth, Type I, Class 1 (48" Dia.) 162 VF /5f;fJZ 24j~/.Z1
Additional Sanitary Manhole Depth, Type 1 Depth Class 2 10 VF /5"f:tJZ! 161-0.20
48" Diameter
8-30 6" sanitary sewer service, complete 2 EA 500.(Y) /t'a? ~O
S-33 Tie new sanitary sewer to existing manholes, diameter varies 2 EA /4tJO.tJO ~ 800, 00
S-34 AC Water Main Crossing 2 EA I. ?Jf38.()() z:T76 ,ao
S-38 Creek Crossing including rip rap, filter fabric and concrete 160 LF 1GB. '~~.dc1
encasement
MISCELLANEOUS
M-3 Rock Excavation 10 CY f3G:.CI) 60 .00
M-7 Select Refill 600 CY &.00 4E?LCJ(J(J
LUMP SUM
L8-1 Lump sum construction (includes but is hot limited to the
listing continued below)
1
..1- :...fe.- rY't
+C,3,6'1. 5-\8.
07OEHlO BID SCHEOULaOOC
PAGE30F3
Lump ~um Construction.
Item Description
1 Mobilization, Demobilization
2 Bonds" Insurance
3 Gabion Retaining Walls
4 Remove and reset fences, All types
5 Remove, and reset gates, All types
6 Re~ove and reset stonTi sewer, Lengths &' sizes vary
7 X' <material> drain pipe
8 Remove and recOnnect water services, complete
9 Reconnect sanitary sewer services
10 Reconstruct <material> wall, Height varies
11 Remove and ~set signs, Type varies
12 Remove and reset water sprinkler systems, complete
13 Remove and reset water valve, size varies
14 Remove ~nd reset yard lamps, Type varies
15 Remove and reset mailboxes, Type varies
16 Erosion and sediment control (temporary grassing, construction exits, rip-rap, misc.
erosion control structures)
17 Traffic control
18 Miscellaneous grading
19 Raise manholes and valves boxes to grade
20 Clearing and Grubbing
ZEt
THE AMERICAN INSTITUTE OF A JORGE JIMENEZ
Ma\nu.":> Bf~~
AJADocument A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE Mabus Brothers Construction Co.. Inc.
920 Molly Pond Road. Auqusta. GA 30901
as Principal, hereinafter called the Principal, and Safeco Insurance Company of America
Safeco Plaza, Seattle, WA 98185
a corporation duly organized under the laws ofthe state of WA
as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta, GA Commission
Green Street, Augusta, GA
as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid
Dollars ($ 10% ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Brown Road Sanitary Sewer Improvements, Augusta, GA
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this
2nd
September
2008
day of
Mabus Brothers Construction Co., Inc.
rine/pal)
(Seal)
~R
(Title)
Safeco Insurance Company of
(Surety)
(Seal)
~
(Title)
AlA DOCUMENT A310 . BID BOND. AIA . FEBRUARY 1970 ED. . THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006
\
I
/
this
~/11d
day of
~0l d) ~J7it lu J
I
,d)~1.
POWER
OF ATTORNEY
Safeco Insurance Company of America
General Insurance Company of America
Safeco PICjZ8
Seattle, WA 98185
No.
9721
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
***PAMELA BRANDT; HEIDI K. HARRELL; BRAD LORENZETll; JAMES M. MALONEY; CYNTHIA M. PARTIN; Columbia, South Carolina****
its true and,lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL. INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
6th
day of
April
2007
~~~
STEPHANIE DALEY-WATSON,SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY
CERTIFICATE
Extract from the By-Laws of SAFE CO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal; or a facsimile thereof, may be impressed or affIXed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution oftne Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any.certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provisions of Article V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attomey issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution
and the Power of Attomey are still in full force and effect
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
~~~
STEPHANIE DALEY-WATSON, SECRETARY
Safeco@ and the Safeco 1090 are registered trademarks of Safeco Corporation.
WEB PDF
S-0974/DS 4/05
Section A
Agreement
THIS AGREEMENT, made on the _ day of . 20---, by and between
AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION,
party of the first part, hereinafter called the OWNER, and Mabus Brothers Construction Co.. Inc., 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:
BROWN ROAD SANITARY SEWER IMPROVEMENTS, AUD PROJECT 00040
RENEWAL AND EXTENSION NO. 200606
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 IT - TIME OF COMPLETION/LIQUIDATED 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 to the CONTRACTOR to proceed. All work shall be
completed within 120 calendar days with all such extensions of time as are 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 are ESSENTIAL CONDmONS of this contract CONTRACTOR agrees that said work shall be
prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will ensure full completion
thereof within the time specified. It is expressly understood and agreed by and between the CONTRACTOR
and the OWNER, that tl1e time for completion of the work described herein is a reasonable time for
completion of the same, taking into consideration the average climatic range and construction conditions
prevailing in this locality.
IF THE CONTRACTOR SHALL NEGLECT, FAll.., OR REFUSE TO COMPLETE 1HE WORK
WITHIN THE TIME HEREIN SPECIFIED, then the CONTRACTOR does hereby agree, as a part of the
consideration for the awarding of this contract, to pay the OWNER the sum of One Thousand and no/l00s
($1,000.00) Dollars, not as a penalty, but as liquidated damages for such breach of contract as hereinafter set
forth, for each and every calendar day that the CONTRACTOR shall be in default after the time stipulated in
the Contract for completing the work.
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 for each and every portion of this Contract, and
the specifications wherein a definite portion and certain length of time is fixed, if additional time is allowed
for the completion of any work, the new time limit fixed by extension shall be the essence of this contract.
A-I
A-2
ARTICLE ill - PAYMENT
(A) The Contract Sum
The OWNER shall pay to the CONTRACTOR for the performance of the Contract the amount
as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth
in the specifications attached hereto.
(B) Progress Payment
On no later than the fifth day of every month, the Contractor shall submit to the OWNER's
Engineer (hereinafter called, the PROFESSIONAL) 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
Professional. This estimate shall include only the quantities in place and at the unit prices as set forth in the
Bid Schedule.
On the vendor run following approval of the invoice for payment, the OWNER shall after
deducting previous payments made, pay to the CONTRACTOR 90% of the amount of the estimate on units
accepted in place. The 10% retained percentage may be held by the OWNER until the final completion and
acceptance of all work under the Contract.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
(A) Upon receipt of written notice that the work is ready for final inspection and
acceptance, the Professional shall within 10 days make such inspection, and when he
finds the work acceptable under the Contract and the Contract fully performed, he
will promptly issue a final certificate, over his own signature, stating that the work
required by this Contract has been completed and is accepted by him under the
terms and conditions thereof, and the entire balance found to be due the
CONTRACTOR, including the retained percentage, shall be paid to the
CONTRACTOR by the OWNER within 15 days after the date of said final certificate.
(B) Before final payment is due, the CONTRACTOR shall submit evidence satisfactory to
the Professional that all payrolls, material bills, and other indebtedness connected with work have been paid,
except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts
when adjudicated in cases where such payment has not already been guaranteed by surety bond.
(C) The making and acceptance of the final payment shall constitute a waiver of all
claims by the OWNER, other than those arising from unsettled liens, from faulty work appearing within 12
months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It
shall also constitute a waiver of all claims by the CONTRACTOR except those previously made and still
unsettled.
(D) H after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the CONTRACTOR, and the Professional, so certifies, the OWNER
shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance
due for that portion of the work fully completed and accepted.
Each payment shall be made under the terms and conditions governing final payment, except
that it shall not constitute a waiver of claims.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
(SEAL)
OWNER:
AUGUSTA, GEORGIA
By: cf2 J4 ~
As its Mayor
-----'
tMr
~\\t )08
~l
~cY tJ l??&'~'
Witnes
(SEAL)
/lhSt.(j '8/(o.,..~..J C,,voS?';\I..~. ~G.
::'NTRACTO~c>
As:7 1. !
ATTEST:
~a~
Secretary
Address: 920 Molly Pond Road
~7?-a
/' ~s
Augusta, GA 30901
_UG.US~
-
EO';'c;.
NOTICE OF AWARD
DATE:
CONTRACTOR: Mabus Brothers Construction Co., Inc.
ADDRESS: 920 Molly Pond Road
Augusta
City
GA
State
30901
Zip Code
PROJECT: BROWN ROAD SANITARY SEWER
PROJECT NO: 00040
I
At a meeting of the
you were awarded the Contract for the following Project:
held on (Date)
BROWN ROAD SANITARY SEWER, AUD PROJECT 00040, RENEWAL AND EXTENSION NO. 200606
Enclosed please find 6
copies of the Contract Documents for your execution. Please complete the
I
pages, affixing signatures, dates, notary and/or corporate seals, etc. where necessary and return to this office
10 days from the date of this letter, excluding Legal Holidays.
I
The Certificate of Insurance must be complete.
Power of Attorney must be submitted in triplicate; an original and two copies is permissible.
I
Very truly yours,
Augusta Program Management Team
I
I
Project Engineer
Reciept of this NOTICE OF AWARD is hereby acknowledged this, the
day of
2008
I
I
Contractor By
Please sign and return one copy of this Notice of Award Acknowledgement to:
Augusta Utilities Deparbnent
Attn: Program Managers
360 Bay Street, Suite 180
Augusta, GA 30901
Title
I
I
I
I
BROWN ROAD SANAITARY SEWER, RENEWAL AND
PROJECT: EXTENSION NO. 200606
PROJECT NO: 00040
. NOTICE TO PROCEED
DATE:
TO: Mabus Brothers Construction Co., Inc.
I
I
I
Attn:
920 Molly Pond Road
Augusta, GA 30901
You are hereby notified to commence WORK in accordance with the Agreement dated
on or before
, and you are to complete the WORK within 120
consecutive calendar days thereafter. The date of completion of all WORK is therefore
Very truly yours,
Augusta Program Management Team
I
I
Project Engineer
Receipt of this NOTICE TO PROCEED is hereby acknowledged
This, the
day of
, 2008
I
I
Contractor:
By:
Title:
I
I
I
I
I
Please sign and return one copy of this Notice to Proceed Acknowledgement to:
Augusta Utilities Deparbnent
Attn: Program Managers
360 Bay Street, Suite 180
Augusta, GA 30901
'v
. ., J.
THE AMERICAN INSTITUTE OF ARCHITECTS
Bond No.6578658
AlA Document A312
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
SURETY (Name and Principal Place of Business):
Safeco Insurance Company of America
Safeco Plaza
Seattle, WA 98185
Mabus Brothers Construction Co., Inc.
920 Molly Pond Road
Augusta, GA 30901
OWNER (Name and Address):
Augusta-Richmond County, Georgia
Room 605, Purchasing Department
Augusta, GA 30911-3999
CONSTRUCTION CONTRACT
Date: October 27, 2008
Amount: ($ 447,856.21 ) Four Hundred Forty Seven Thousand Eight Hundred Fifty Six Dollars and 21/100
Description {Name and Location):Construction of the Brown Road Sanitary Sewer System Improvements Project,
Augusta, GA
BOND
Date (Not earlier than Construction Contract Date): November 3,2008
Amount: ($447,856.21 ) Four Hundred Forty Seven Thousand Eight Hundred Fifty Six Dollars and 21/100
Modifications to this Bond: ~ None 0 See Page 3
CONTRACTOR AS PRINCIPAL
Company:
Mabus Brothers Co
SURETY
Company:
Safeco Insura
(Corporate Seal)
(Corporate Seal)
e Com any. of A~~
Cynthia M. Partin
Attorney-in-Fact
v.p.
Signature:
Name and Title: Larr
Signature:'
Vice-President Name and Titl
(Any additional signatures appe r on page 3)
(FOR fNFORMATlON ONLY-Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
Willis other party):
1441 Main Street.
Columbia, SC 29201
AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND' DECEMBER 1984 ED. . AlA @
THE AMERICAN INSTITUTE OF ARCHITECTS, 173S NEW YORK AVE., N.W., WASHINGTON, D.C. 20006
THIRD PRINTING. MARCH 1987
A312.1984 1
~ '.
.
1 The Contractor and the Surety, jointly and severally,
bind themselves, their heirs, executors, administrators,
successors and assigns to the Owner for the performance
of the Construction Contract, which is incorporated herein
by reference.
2 If the Contractor performs the Construction Contract,
the Surety and the Contractor shall have no obligation
under this Bond, except to participate in conferences as
provided in Subparagraph 3.1.
3 If there is no Owner Default, the Surety's obligation
under this Bond shall arise after:
3.1 The Owner has notified the Contractor and the
Surety at its address described in Paragraph 10 below
that the Owner is considering declaring a Contractor
Default and has requested and attempted to arrange a
conference with the Contractor and the Surety .to be
held not later than fifteen days after receipt of such
notice to discuss methods of performing the Construc-
tion Contract. If the Owner, the Contractor and the
Surety agree, the Contractor shall be allowed a reason-
able time to perform the Construction Contract, but
such an agreement shall not waive the Owner's right, if
any, subsequently to declare a Contractor Default; and
3.2 The Owner has declared a Contractor Default and
formally terminated the Contractor's right to complete
the contract. Such Contractor Default shall not be de-
clared earlier than twenty days after the Contractor and
the Surety have received notice as provided in Sub-
paragraph 3.1; and
3.3 The Owner has agreed to pay the Balance of the
Contract Price to the Surety in accordance with the
terms of the Construction Contract or to a contractor
selected to perform the Construction Contract in accor-
dance with the terms of the contract with the Owner.
4 When the Owner has satisfied the conditions of Para-
graph 3, the Surety shall promptly and at the Surety's ex-
pense take one of the following actions:
4.1 Arrange for the Contractor, with consent of the
Owner, to perform and complete the Construction
Contract; or
4.2. Undertake to perform and complete the Construc-
tion Contract itself, through its agents or through inde-
pendent contractors; or
4.3 Obtain bids or negotiated proposals from
qualified contractors acceptable to the Owner for a
contract for performance and completion of the Con-
struction Contract, arrange for a contract to be pre-
pared for execution by the Owner and the contractor
selected with the Owner's concurrence, to be secured
with performance and payment bonds executed by a
qualified surety equivalent to the bonds issued on the
Construction Contract, and pay to the Owner the
amount of damages as described iD Paragraph 6 in ex-
cess of the Balance of the Contract Price incurred by the
Owner resulting from the Contractor's default; or
4.4 Waive its right to perform and complete, arrange
for completion, or obtain a new contractor and with
reasonable promptness under the circumstances:
.1 After investigation, determine the amount for
which it may be liable to the Owner and, as
soon as practicable after the amount is deter-
mined, tender payment therefor to the
Owner; or
.2 Deny liability in whole or in part and notify the
Owner citing reasons therefor.
5 If the Surety does not proceed as provided in Paragraph
4 with reasonable promptness, the Surety shall be deemed
to be in default on this Bond fifteen days after receipt of an
additional written notice from the Ov.mer to the Surety
demanding that the Surety perform its obligations under
this Bond, and the Owner shall be entitled to enforce any
remedy available to the Owner. If the Surety proceeds as
provided in Subparagraph 4.4, and the Owner refuses the
payment tendered or the Surety has denied liability, in
whole or in part, without further notice the Owner shall be
entitled to enforce any remedy available to the Ovmer.
6 After the Owner has terminated the Contractor's right
to complete the Construction Contract, and, if the Surety
elects to act under Subparagraph 4.1, 4.2, or 4.3 above,
then the responsibilities of the Surety to the Owner shall
not be greater than those of the Contractor under the
Construction Contract, and the responsibilities of the
Owner to the Surety shall not be greater than those of the
Owner under the Construction Contract. To the limitof the
amount Of this Bond, but subject to commitment by the
Owner of the Balance of the Contract Price to mitigation of
costs and damages on the Construction Contract, the Sure-
ty is obligated without duplication for:
6.1 The responsibilities of the Contractor for correc-
tion of defective work and completion of the Construc-
tion Contract;
6.2 Additional legal, design professional and delay
costs resulting from the Contractor's Default, and re-
sulting from the actions or failure to act of the Surety
under Paragraph 4; and
6.3 Liquidated damages, or if no liquidated damages
are specified in the Construction Contract, actual dam-
ages caused by delayed performance or non-perfor-
mance of the Contractor.
7 The Surety shall not be liable to the Owner or others for
obligations of the Contractor that are unrelated to the Con-
struction Contract, and the Balance of the Contract Price
shall not be reduced or set off on account of any such
unrelated obligations. No right of action shall accrue on
this Bond to any person or entity other than the Owner or
its heirs, executors, administrators or successors.
\
8 The Surety hereby waives notice of any change, includ-
ing changes of time, to the Construction Contract or to
related subcontracts, purchase orders and other obliga-
tions.
9 Any proceeding, legal or equitable, under this Bond
may be instituled in any court of competent jurisdiction in
the location in which the \'I.'orl< or part of the work is located
and shall be instituted within two years after Contractor
Default or within two years after the Contractor ceased
working or within two years after the Surety refuses or fails
to perform its obligations under this Bond, whichever oc-
curs first. If the provisions of this Paragraph are void or
prohibited by law, the minimum period of limitation avail-
AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND' DECEMBER 1984 ED. . AlA ~
THE AMERICAN INSTITUTE OF ARCHITECTS, 1i3S NEW YORK AVE., N.W., WASHINGTON. D.C. 20006
THIRD PRINTING. MARCH 1957
A312.1984 2
""I
able to sureties as a defense in the jurisdiction of the suit
shall be applicable.
10 Notice to the Surety, the Owner or the Contractor shall
be mailed or delivered to the address shown on the sig-
nature page.
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
Bond shall be construed as a statutory bond and not as a
common law bond.
12 DEFINITIONS
12.1 Balance of the Contract Price: The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the Con-
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
tractor of any amounts received or to be received by
the Owner in settlement of insurance or other claims
for damages to which the Contractor is entitled, re-
duced by all valid and proper payments made to or on
behalf of the Contractor under the Construction Con-
tract.
12.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents and
changes thereto. .
12.3 Contractor Default: Failure of the Contrac;tor,
which has neither been remedied nor waived, to per.
form or otherwise to comply with the terms of the
Construction Contract.
12.4 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof.
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company:
(Corporate Seal)
Signat.ure:
Name and Title:
Address:
SURETY
Company:
(Corporate Seal)
Signature:
Name and Title:
Address:
AlA DOCUMENT A312 . PERFORMANCE BOND AND PA VMENT BOND' DECEMBER 1984 ED. . AlA SI
THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE.. N.W., WASHINGTON, D.C. 20006
THIRD PRINTINC . MARCH 1987
A312-1984 3
AlA DOCUMENT A3t2 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. . AlA @
THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006
THIRD PRINTING · MARCH 1987
A312.1984 4
THE AMERICAN INSTITUTE OF ARCHITECTS
Bond No. 6578658
AlA Document A312
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
SURETY (Name and Principal Place of Business):
Mabus Brothers Construction Co., Inc.
920 Molly Pond Road
Augusta, GA 30901
OWNER (t~ame and Address):
Augusta-RiC?hmond County, Georgia
Room 605, Purchasing Department
Augusta, GA 30911-3999
CONSTRUCTION CONTRACT
Date: October 27,2008
Amount: ($447,856.21 ) Four Hundred Forty Seven Thousand Eight Hundred Fifty Six Dollars and 21/100
Description (Name and location): Construction of the Brown Road Sanitary Sewer System Improvements Project,
Augusta, GA
BOND
Date (Not earlier than Construction Contract Date): November 3, 2008
Amount: ($ 447,856.21 ) Four Hundred Forty Seven Thousand Eight Hundred Fifty Six Dollars and 21/100
Modifications to this Bond: 0 None e9 See Page 6
Safeco Insurance Company of America
Safeco Plaza
Seattle, WA 98185
CONTRACTOR AS PRINCIPAL
Company:
Mabus Brothers on
SURETY
Company:
Safeco Insura
Signature:
Name and Tit
(Corporate Seal)
Signature:
Nanie an
(Any additional signatures appear n page 6)
(FOR INFORMATION ONLY-Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
Willis other party):
1441 Main Street
Columbia, SC 29201
1 The Contractor and the Surety, jointly and sevel<llly,
bind themselves, their heirs, executors, administrators,
successors and assigns to the Owner to pay for labor,
materials and equipment furnished for use in the perfor-
mance of the Construction Contract, which is ihcorpo-
rated herein by reference.
2 With respect to the Owner, this obligation shall be
null and void if the Contractor:
2.1 Promptly makes payment, directly or indirectly,
for all sums due Claimants, and
2.2 Defends, indemnifies and. holds harmless the
Owner from claims, demands, liens or suits by any
person or entity whose claim, demand, lien or suit is
for the payment for labor, materials or equipment fur-
nished for use in the performance of the Construction
Contract, provided the Owner has promptly notified
the Contractor and the Surety (at the address
described in Paragraph 12) of any claims,. demands,
liens or suits and tendered defense of such claims,
demands, liens or suits to the Contractor and the
Surety, and provided there is no Owner Default.
3 With respect to Claimants, this obligation shall be
null and void if the Contractor promptly makes pay-
ment, directly or indirectly, for all sums due.
4 The Surety shall have no obligation to Claimants
under this Bond until:
4.1 Claimants who are employed by or have a direct
contract with the Contractor have given notice to the
Surety (at the address described in Paragraph 12) and
sent a copy; or notice thereof, to the Owner, stating
that a claim is being made under this Bond and, with
substantial accuracy, the amount of the claim.
4.2 Claimants who do not have a direct contract
with the Contractor:
.1 Have furnished written notice to the Con-
tractor and sent a copy, or notice thereof, to
the Owner, within 90 days after having last
performed labor or last furnished materials or
equipment included in the claim stating, with
substantial accuracy, the amount of the claim
and the. name of the party to whom the
materials were furnished or supplied or for
whom the labor was done or performed; and
.2 Have either received a rejection in whole or
in part from the Contractor, or not received
within 30 days of furnishing the above no-
tice any communication from the Contractor
by which the Contractor has indicated the
claim will be paid directly or indirectly; and
.3 Not having been paid within the above 30
days, have sent a written notice to the Surety
(at the address described in Paragraph 12) and
sent a copy, or notice thereof, to the Owner,
stating that a claim is being made under this
Bond and enclosing a copy of the previous
written notice furnished to the Contractor.
5 If a notice required by Paragraph 4 is given by the
Owner to the Contractor or to the Surety, that is suffi-
cient compliance.
6 When the Claimant has satisfied the conditions of
Paragraph 4, the Surety shall promptly and at the
Surety's expense take the following actions: .
6.1 Send an answer to the Claimant, with a copy to
the Owner, within 45 days after receipt of the claim,
stating the amounts that are undisputed and the basis
for challenging any amounts that are disputed.
6.2 Payor arrange for payment of any undisputed
amounts.
7 The Surety's total obligation shall not exceed the
amount of this Bond, and the amount of this Bond shall be
credited for any payments made in good faith by the Surety.
8 Amounts owed by the Ovmer to the Contractor under
the Construction Contract shall be used for the perfor-
mance of the Construction Contract and to satiSfy claims,
if any, under any Construction Performance Bond. By
the Contractor furnishing and the Owner accepting this
Bond, they agree that all funds earned by the Contractor
In the performance of the Construction Contract are
dedicated to satisfy obligations of the Contractor and
the Surety under this Bond, subject to the Owner's prior-
ity to use the funds for the completion of the work.
9 The Surety shall not be liable to the Owner, Claimants
or others for obligations of the Contractor that are unrelat.
ed to the Construction Contract. The Owner shall not be
liable for payment of any costs or expenses of any Claim-
ant under this Bond, and shall have under this Bond no obli-
gations to make payments to, give notices on behalf of, or
othelWise have obligations to Claimants under this Bond.
10 The Surety hereby waives notice of any change,
including changes of time, to the Construction Contract
or to related subcontracts. purchase orders &nd other
obligations.
11 No suit or action shall be commenced by a Claimant
under this Bond other than in a court of competent juris-
diction in the location in which the work or part of the
work is located or after the expiration of one year from the
date (1) on which the Claimant gave the notice required by
Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last
labor or service was performed by anyone or the last mate-
rials or equipment were furnished by anyone under the Con-
struction Contract, whichever of (1) or (2) first occurs. If the
provisions of this Paragraph are void or prohibited by law,
the minimum period of limitation available to sureties as a
defense in the jurisdiction of the suit shall be applicable.
12 Notice to the Surety, the Owner OJ the Contractor
shall be mailed or delivered to the address shown on the
signature page. Actual receipt of notice by Surety, the
Owner or the Contractor, however accomplished. shall
be sufficient compliance as of the date received at the
address shown on the signature page.
13 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
AlA DOCUMENT A312. PERFORMANCE BOND AND PAYMENT BOND' DECEMBER 1984 ED.. AI^~
THE AMERICAN INSTITUTE OF ARCHITECTS. 173S NEW YORK AVE.. N.w.. WASHINGTON. D.C. 20006
THIRD PRINTING · MARCH 1987
A312.1984 5
Bortd sl1all be construed as a statutory bond and not as a
COinmon law bond.
14 Upon request by any person or entity appearing to be a
potential beneficiary of this Bond, the Contractor shall
promptly furnish a copy of this Bond or shall permit a copy
to be made.
15 DEFINITIONS
15.1 Claimant: An individual or entity having a direct
contract with the Contractor orwith a subcontractor of
the Contractor to furnish labor, materials or equip-
ment for use in the performance of the Contract. The
intent of this Bond shall be to include without limita-
tion in the terms "labor, materials or equipment" that
part of water, gas, power, light, heat, oil, gasoline,
telephone service or rental equipment used in the
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:'
Construction Contract, architectural and engineering
services required for performance of the work of the
Contractor and the Contractor's subcontractors, and
all other items for which a mechanic's lien may be
asserted in the jurisdiction where the labor, materials
or equipment were furnished.
15.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents and
changes thereto.
15.3 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof.
Sub paragraph 4.3 is added as follows:
4.3 Claimant has furnished to Surety proof of claim duly sworn to by Claimant, along with adequate supporting documentation which
proves the amount claimed is due and payable.
Paragraph 5 is amended as follows:
5 If a notice required by paragraph 4 is given by Owner to the Contractor and to the Surety, that is sufficient compliance.
Paragraph 6 is deleted in its entirety and the following is substituted in its place:
6 When the Claimant has satisfied the conditions of Paragraph 4, and has submitted all supporting documentation and any proof of
claim requested by the Surety, the Surety shall, within a reasonable period oftime, notifY the Claimant of the amounts that are undisputed
and the basis for challenging any amounts that are disputed, including, but not limited to, the lack of substantiating documentation to
support the claim as to entitlement or aniount, and the Surety shall, within a reasonable period oftime, payor make arrangements for
payment of any undisputed amount; provided, however, that the failure of the Surety to timely discharge its obligations under this
paragraph or to dispute or identifY any specific defense to all or any part of a claim shall not be deemed to be an admission of liability by
the Surety as to such claim or otherwise constitute a waiver of the Contractor's or Surety defenses to, or right to dispute such claim.
Rather, the Claimant shall have the immediate right, without further notice, to bring suit against the Surety to enforce any remedy
available to it under this Bond. .
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company:
(Corporate Seal)
Signature:
Name and Title:
Address:
SURETY
Company:
(Corporate Seal)
Signature:
Name and Title:
Address:
AlA DOCUMENT A312 . PERFORMANCE BOND AND PAYMENT BOND' DECEMBER 1984 ED. . AlA @
THE AMERICAN INSTITUTE Of ARCHITECTS, 1735 NEW YORK AVE., N.W.. WASHlNGTON, D.C. 20006
THIRD PRINTING. MARCH 1987
A312.1984 6
S-0974/DS 4/05
WEB PDF
~~
POWER
OF ATTORNEY
Safeco Insurance Company of America
General Insurance Company of America
Safeco Plaza
Seattle, WA 98185
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a
Washington corporation, does each hereby appoint
"'PAMELA BRANDT; HEIDI K. HARRELL; BRAD LORENZml; JAMES M. MALONEY; CYNTHIA M. PARTIN; Columbia, South Carolina""
No.
9721
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other
documents of a similar character issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF
AMERICA have each executed and attested these presents
this
6th
day of
April
2007
~~~
STEPHANIE DALEY-WATSON,SECRETARY TIM MIKOLAJEWSKI, SENIOR VICE-PRESIDENT, SURETY
CERTIFICATE
Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970.
"On any.certificate executed by the Secretary or an assistant secretary of the Company setting out,
(I) The provisions of Article V, Section 13 of the By-Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Stephanie Daley-Watson , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE
COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors
of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution
and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
f'/ MI;yI k
this
.3/t.{J/
day of
, ~/J()1.
~~~
STEPHANIE DALEY-WATSON, SECRETARY
Safeco@and the Safeco logo are registered trademarks of Safeco Corporation.
-:c
AI
ACORD.
CERTIFICATE OF LIABILITY INSURANCE
OP 10 RG DATE (MMIDllIYYYY)
MABUS-l 11 03 08
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
PRODUCER
Sne~~inqs Walters Aqency, Inc.
1117 Perimeter Ctr West W-l0l
At~anta GA 30338
Phone:770-396-9600 Fax: 770-399-9880
INSURED
INSURERS AFFORDING COVERAGE
Cinoinnati InauraDOe CcIIIpany
FFVA Mutual Insurance Co
NAIC#
10677
10385
Mabus Brothers Construction Co
920 Mo~ly.Pond Rd
Augusta GA 30901
COVERAGES
INSURER A:
INSURER B:
INSURER C,
INSURER D:
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOlWlTHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAlO CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE iMMIODlYYf DATE MMIOOIYYI LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1000000
t--
A X COMMERCIAL GENERAL LIABILITY CPP 0836426 06/30/08 06/30/09 PREMISES (E.i-occurem:e) $ 500000
t-- tJ CLAIMS MADE ~ OCCUR
- MED EX? (Anyone pelSOll) $ 10000
PERSONAL & ADV INJURY $ 1000000
-
GENERAL AGGREGATE $ 2000000
-
GEN'l AGGREGATE LIMIT APPliES PER: PRODUCTS. COMProP AGG $ 2000000
~ POLICY 5C1 ~~8r n lOC
AUTOM08ILE LIABILITY COMBINED SINGLE LIMIT $ 1000000
-
A X Am AllTO CPP 0836426 06/30/08 06/30/09 (Ea accident)
I--
~ ALL OWNED AUTOS BODILY INJURY
$
SCHEDULED AUTOS (Per person)
r--
X HIRED AUTOS BODILY INJURY
r-- $
X NON-OWNED AUTOS (per accident)
I--
- PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY AllTO ONLY. EA ACCIDENT $
=j Am AllTO OTHER THAN EAACC $
AllTO ONLY: AGG $
EXCESSlUMBRELLA LIABILITY EACH OCCURRENCE $ 5,000,000
A ~ OCCUR o CLAIMS MADE CPP 0836426 06/30/08 06/30/09 AGGREGATE $ 5,000,000
$
Fx1 DEDUcnBLE $
X RETENllON $0 $
WORKERS COMPENSATION AND X ITORY LIMITS liVER"
B EMPLOYERS' LIABILITY WC84000205382008A 06/30/08 06/30/09 E.L. EACH ACCIDENT $ 1000000
Am PROPRIETORlPARlNER/EXECUllVE
OFACER/MEMBER exCLUDED? E.L. DISEASE" EA EMPLOYEE $ 1000000
~~~V:~r6~s below E.L. DISEASE. POLICY LIMIT $ 1000000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Project: The Brown Road Sanitary Sewer System Improvements
ACORD 25 (2001/08)
@ACORD CORPORATION 1988
CERTIFICATE HOLDER
CANCELLATION
AUgusta Uti~ities
Administration
360 Bay Street, ste 180
Augusta GA 30901
AUGUS- 5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRAno
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO so SHALL
IMPOSE NO OBLlGAnON OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AU ORIlED PRESENTATIVE
.. ."
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the polley, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION PB
PERFORMANCE BOND
(NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE
PB-3, IN FAVOR OF THE OWNER CONDffiONED FOR THE PAYMENT OF
LABOR AND MATERIAL.)
KNOW ALL MEN BY THESE PRESENTS:
That Mabus Brothets Construction Co., Inc.
as Principal,
hereinafter called Contractor, and
a corporation organized and existing under the laws of the State of
,with
its principal office in the City of ,State of , as Surety,
hereinafter called Surety, are held and firmly bound unto AUGUST A, GEORGIA BY AND
THROUGH THE AUGUSTA COMMISSION as Obligee, hereinafter called the Owner, in the
penal amount of Four Hundred Forty Seven Thousand, Eight Hundred Fifty Six and 21/00
Dollars ($447,856.21) for the payment whereof Contractor and Surety bind themselves, their heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents
for the faithful performance of a certain written agreement.
WHEREAS, Contractor has by said written agreement dated
entered into a contract with Owner for the BROWN ROAD SANITARY SEWER. AUD PROTECT
00040, RENEWAL AND EXTENSION NO. 200606 in accordance with the drawings and
specifications issued by the Augusta Utilities Deparhnent and the Augusta-Richmond County
Commission, which contract is by reference made a part hereof, and is hereinafter referred to as
the 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
PB-I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
defaults under the contract or contracts of completion arranged under this paragraph) sufficient
funds to pay the cost of completion less the balance of the contract price; but not exceeding,
including other costs and damages for which the Surety may be liable hereunder, the amount set
forth in the first paragraph hereof. The term "balance of the contract price," as used in this
paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and
any amendments thereto, less the amount properly paid by Owner to Contractor.
Any suit under this bond must be instituted before the expiration of two (2) years
from the date on which final payment under the CONTRACT falls due.
No right of action shall accrue on this bond to or for the use of any person or
corporation other than the Owner named herein or the heirs, executors, administrators or
successors of the Owner.
Signed and sealed this
day of
A. D. 20_.
Witness
Mabus Brothers Construction Co.,Inc.(Seal)
(Contractor)
Attest
By
(Seal)
(Title)
Witness
(Seal)
(Surety)
Attest
By
(Seal)
(Title)
PB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION PB
LABOR AND MATERIAL PAYMENT BOND
NOTE:
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND
ON PAGE PB-I, IN FAVOR OF THE OWNER CONDITIONED FOR THE
PERFORMANCE OF THE WORK.)
KNOW ALL MEN BY THESE PRESENTS:
That Mabus Brothers Construction Co., Inc.
as Principal,
hereinafter called Contractor, and
a corporation organized aild existing under the laws of the State of with
its principal office in the City of , State of as
Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY
AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, as Obligee,
hereinaftercalled the Owner, for the use and benefit of claimants as hereinbelow defined in the
amount of Four Hundred Forty Seven Thousand, Eight Hundred Fifty Six and no/100 Dollars
($447,856.21)
for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors, arid assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has by written agreement dated entered
into a contract with Owner for the BROWN ROAD SANITARY SEWER, ADD PROTECT 00040,
RENEWAL AND EXTENSION NO. 200606 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 alllabor and material used
or reasonably required to use in the performance of the CONTRACT, then this obligation shall be
void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:
(1) A claimant is defined as one having a direct contract with the Contractor or with a
subcontractor of the Contractor for labor, material, or both, used or reasonably
required for use in the performance of the contract, labor and material being
construed as to include that part of water, gas, power, light, heat, oil, gasoline,
telephone service or rental of equipment directly applicable to the CONTRACT .
(2) The above named Contractor and Surety hereby jointly and severally agree with the
Owner that every claimant as herein defined, who has not been paid in full before
the expiration of a period of ninety (90) days after the date on which the last of such
PB-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
claimant1s work or labor was done or performed, or materials were furnished by such
claimant, may sue on this bond for the use of such claimant, prosecute the suit to
final judgement for such sum or sums as may be justly due claimant, and have
execution thereon. The Owner shall not be liable for the payment of any costs or
expenses of any such suit.
( 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 s~e by registered
mail or certified mail, postage prepaid, in an envelope addressed to the
Contractor, Owner or Surety, at any place where an office regularly
maintained for the transaction of business, or served in any manner in which
legal process may be served in the state in which the aforesaid project is
located, save that such service need not be made by a public officer.
(b)
Mter the expiration of one ( I) year following the date on which Contractor
ceased work on said CONTRACT, it being understood, however, that if any
limitation embodied in this bond is prohibited by any law controlling the
construction hereof, such limitation shall be deemed to be amended so as to
be equal to the minimum period of limitation permitted by such law.
(c)
Other than in a state court of competent jurisdiction in and for the county or
other political subdivision of the state in which the project, or any part
thereof, is situated, or in the United States District Court for the district in
which the project, or any part thereof, is situated, and not elsewhere.
( 4 ) The amount of this bond shall be reduced by and to the extent of any payment or
payments made in good faith hereunder, inclusive of the payment by Surety of
mechanics' liens which may be filed of record against said improvement, whether or
not claim for the amount of such lien be presented under and against this bond.
PB-4
I
I
I Witness
I
Attest
I
I Witness
I
I Attest
I
I
I
I
I
I
I
I
I
I
I
Signed and sealed this
,
day of
A. D. 20_.
PB-5
Mabus Brothers Construction Co., Inc.(Seal)
(Contractor)
By
(Seal)
(Title)
(Seal)
(Surety)
By
(Seal)
(Title)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT TITLE
ORIGINAL CONTRACT DATE
OWNER AUGUSTA, GEORGIA
CONSTRUCTION CONTRACT CHANGE ORDER
I ~~r~ER I
BROWN ROAD SANITARY SEWER R & E No. 200606
PROJECT NUMBER 00040
PO NUMBER
The following change is hereby made to the contract for the above project:
Description of Change (for a more detailed description see attached proposal):
PAYEE
TOTAL AMOUNT OF TillS CHANGE ORDER
$
The contract time will be INCREASE/DECREASE by _ calendar days as a result of this change.
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDER (INCREASE/DECREASE) $
TillS CHANGE ORDER (INCREASE/DECREASE) $
TOTAL REVISED CONTRACT AMOUNT WITH CHANGE ORDER $
FUNDING NU1\.ffiER/ ACCOUNT NUMBER
447,856.21
PROPOSED BY: DATE:
Mabus Brothers Const. Co., Inc.
CONTRACTOR
REQUESTED BY: DATE:
ENGINEER
SUBMITTED BY: DATE:
DEPARTMENT HEAD
FINANCE ENDORSEMENT: DATE:
COMPTROllER
RECOMMENDED BY: DATE:
ADMINISTRATOR
APPROVED BY: DATE:
MAYOR
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
l
Revision Date .
August 2001
GENERAL CONDITIONS
ARTICLE I-DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms have the
meanings indicated, which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions or clarifiCations of the Contract Documents which have been duly issued by
OWNER to prospective Bidders prior to the time of opening of Bids.
Agreement-The written agreement between OWNER and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement and made a part thereof as provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by CONTRACTOR in
. requesting progress or final payments and which is to include such supporting documentation as is required by
the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for the Work
to be performed. .
Bonds-Bid, performan.ce and payment bonds and other instruments of security furnished by CONTRACTOR
and its Surety in accOrdance with the Contract Documents. .
Change Order- A document recommended by PROFESSIONAL, which is signed by CONTRACTOR and
. OWNER, and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Price
or the Contract Time,' issued on or after the Effective Date of the Agreement.
. Confract Documents-The Agreement Addenda (which pertain to the Contract Documents); CONTRACTOR's
Bid (including documentation accompanying the Bid and any post-Bid documentation submitted prior to the .
Notice of Award) when attached as an exhibit to the Agreement; the Bonds; these General Conditions; the
. Supplementary Conditions; the Plans, Specifications and the Drawings as the Same are more speC?ifically
identifi~d in the. Agreement; Certificates of Insurance; Notice of Award; and Change Order duly delivered after
execution of Contract together with . all amendments, modifications and supplements issued pursuant to -
paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement.
Contract Price- The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated
in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price Work).
Contract Time- The number of days (computed as provided in paragraph 17.2.1) or the date stated in the
Agr~ement for the completion of the Work.
CONTRACTOR-The person, firm or corporation with whom OWNER has entered into the Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of Georgia, the
Augusta-Richmond County Commission, and its authorized designees, agents, or employees. .
Day:~ither a working day or Calendar day as. specified in the bid documents. If a calendar day shall fall on a
legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's Day, Martin Luther
King Day, Memorial Day, 4th of July, Labor bay, Veterans Day, ThanksgiVing Day and the following Friday, .
and Christmas Day. . .
Defective-An adjective which, when modifying the word Work~ refers to Work that is unsatisfactory, faulty or
GC-1
Page 1 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
deficient, doeS not conform to the Contract Documents, or does not meet the requirements of any inspection,
reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to
PROFESSIONAL's recommendation of final payment, unless respolisibili1y for the protection thereof has been
assumed by OWNER at Substantial Completion (in accordance with paragraph 14.8 or 14.10).
Drawings-The drawings which show the character and scope of the Work to be performed and which have.
been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective, but if no
such date is indicated it means the date on which the Agreementis 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. .
. .
PROFESSIONAL-The ArchitecturallEngineering firm or individual or in-house licensed person designated to
perform the design and/or resident engineer services for the Work.
PROGRAM MANAGER - The professi<;mal firm or individual designated as the representative or the OWNER
who shall aetas liaison between OWNER and both the PROFESSIONAL and CONTRACTOR when project is
part of an OWNER designated program.
Project-The to~1 construction of which the Work to be provided under the Contract Documents may be the
whole,. or a part, as indicated elsewhere in the Contract Documents.
Project Area-The area within which are the specified Contract Umits of the improvements contemplated to be
constructed in whole or in part under this Contract
Project Manager-The professional in charge, serving OWNER with architectural or engineering services, his
suCcessor, or any other person or persons, employed by said OWNER, for the purpose of directing or having
in charge the work embraced in this Contract
Resident Project RepresentatiVe- The authorized. representative of PROFESSIONAL as PROGRAM
. MANAGER. who is assigned to the site or any part thereof.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically prepared
GC-2
Page 2 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001 .
by or for CONTRACTOR to illustrate some portion of the Work and all illustrations,. brochures, standard .
schedules,performance charts, instructions, diagrams and other information. prepared by a Supplier and
submitted by. CONTRACTOR to illustrate material or equipment for some portion of the Work.
Specifications-Those portions of the Contract Documents Consisting of wntten 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 definiijve cel1ificate of Substantial
Completion, it is sufficiently complete; in accordance with the Contract Documents, so that the Work.(or
specifie~ part) can be used for the purposes for which it is intended, or if there be no such certificate issued,
when final payment is due in accordance with paragraph 14.13. The terms "substantially complete" and
"substantially completed" as applied to any Work refer to Substantial Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements these General.
Conditions. .
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other
such facilities or attachments, and any encasement containing such facilities which have been installed
underground to furnish any of the following serviCes or materials: electricity, gases, steam, liquid petroleum
. products, telephone or other cOmmunications, cable television, sewage and drainage removal, traffic or other
control systems, or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
Work-The entire completed construction or the various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work is the result of performing services, furnishing labor and
furnishing and incorporating. materials and equipment into the construction, and furnishing documents, all as
required by the Contract Documents.
Work Change Directive-A written directive to CONTRACTOR, issued on or after the Effective Date of the
Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an addition, deletion or
revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to
be performed as provided In paragraph 4.2 or 4.3 or to emergencies under paragraph 6.22. A Work Change
Directive may not change the Contract Price or the Contract Time but is evidence that the parties expect that
the Change directed or documented by a Work Change Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract
Time as provided in Article 10. .
Written Amendment-A written amendment of the Contract Documents, signed. by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-engineering
or non-technical rather than strictly Work-related aspects of the Contract Documents.
GC-3
Page 3 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 2-PRELlMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in accordance with these
Contract Documents.
Copies of Documents:
2.2. . After the award of the Contract, OWNER shall furnish CONTRACTOR, atno cost, one (1)
complete set of the Contract Documents for execution of the work. Additional sets of the project manual and
drawings and/or individual pages or sheets of the project manual or drawings will be furnished by COUNTY
upon CONTRACTOR's request and at CONTRACTOR's expense, which will be" OWNER's standard charges
for printing and reproduction.
. Commencement of Contract Time, Notice to Proceed:
2.,3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to Proceed
maybe 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 shaU be at the sole risk of CONTRACTOR.
,Before Stalting Construction:
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the
Contract DocumentS and check and verify pertinent figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly .report in writing to PROFESSIONAL any conflict, error,
ambiguity, or discrepancy which CONTRACTOR may discover and shall obtain a written interpretation or
clarification from PROFESSIONAL before pro~eding with any Work affected thereby~ CONTRACTOR shall
b~ 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), CONTRAC:rOR shall submit to PROFESSIONAL and OWNER for review:
2.6.1. an estimated progress schedule indicating the starting and completion dates of the various
stages of the Work:
2.6~2. a preliminary schedule of Shop Drawing and Sample submissions, and
'2.6.3. a preliminary schedule of values for all of the Work which will include quantities and prices of
items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to
serve as the basis for progress payments during construction. Such prices will include an appropriate amount
of overhead and profit applicable to each item of Work which will. be confirmed in writing by CONTRACTOR at
the time of submission.
GC-4
Page 4 of 52
I
I '
I'
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
Rev1.rlon Date
August 2001
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with copies to .
each additional insured identified in the Supplementa,ry Conditions, an original policy or certified copies of each .
insurance policy (and other evidence of insurance which OWNER may reasonably request) which
CONTRACTOR is required to purchase and maintain in accordance with Article 5.
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR, OWNER ,
PROFESSIONAL and others as appropriate will be held to establish a working understanding among the
parties as to the Work-and to discuss the schedules referred to in 2.6 as well a~ 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 ~ubmission of the first Application for Payment, a conference attended by
. CONTRACTOR, PROFESSIONAL and OWNER and others as. appropriate will be held to ,finalize the
schedules submitted in accordance with paragraph ,2.6. CONTRACTOR shall have an additional ten (10)
calendar. days to. make corrections and adjustments and to complete and resubmit the schedules. No
progress payment shall be made to CONTRACTOR until the schedules are submitted and acceptable to
OWNER. and PROFESSIONAL as provided below. The finalized progress schedule will be acceptable to
. . OWNER and PROFESSIONAL as providing an orderly progression of the Work to completion within any
. specified Milestones and the Contract Time, but such acceptance will neither ilTlPose on PROFE~SIONAL
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. Schedl:lle updates shall include progression of work
as compared to scheduled progress on work. Schedule updates shall accompany each pay request
/'
, '
GC-5
Page 5 of 52
I
I
I
I
I.
I
I
I.
I
I
I
I.
I
I
I.
I
I
I
I
Revision Daee
Au<Jl:lSt 2001
ARTICLE 3-CONT~CT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are complementary: what is called for by one is as binding as
if called for by all. The Contract Documents will be construed in" accordance with the law of the State of
. Georgia.
3.2. It is the intent of the Contract Documents to describe a functionally complete Project (or part
. thereof) to be cOnstructed in accordance with the Contract Documents.' Any Work, materials or equipment
that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as
being required to produce the intended result will be supplied whether or not specifically called for. When
words or phrases which have a well-known technical or construction industry or trade meaning are used to
describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning.
3.3; Except as otherwise specifically stated in the Con~ct 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
Co.ntract 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
. provision~ of any such Laws or Regulations applicable to the performance of the Work (unless such an
interpretation of the provisions of. the Contract DOCuments would result in violation of such Law or Regulation).
Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as provided
in paragraph 9.4,. . .
. .
3.4. Reference to standards, specifications, manuals or codes of any technical society, organization or
association, or to the Laws or Regulations of any governmental authority, whether such reference be specific
or by implication, shall meanthe latest standard, specification, manual, code or Laws or Regulations in effect
at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may
be otherwise specifically stated in the Contract Documents.
3.5. If, during the performance of the Woi-k, CONTRACTOR discovers any conflict, error, ambiguity or
discrepancy within the Contract Documents or between the Contract Documents and any provision of any
such Law or Regulation applicable to the performance of the Work or of any such standard, specification,
.manual or code or of any instruction ofany.Supplierrefe~ to in 6.7, CONTRACTOR shall so report to
PROFESSIONAL in writing' at once and before proceeding with the Work affected thereby and shall obtain a
written interpretation or clarification from PROFESSIONAL; however, CONTRACTOR shall not be liable to
OWNER or PROFESSIONAL. for failure to report any conflict, error, ambiguity or discrepancy in the Contract
DOcuments unless CONTRACTOR had actual knowledge thereof or should reasonably have knoWn thereof.
Amending and Supplementing Contract Documents:
3.6. The Contract Documents may be amended to provide for additions, deletions and revisions in the
Work or to modify the terms and conditions thereof in one or more of the following ways:
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph 10.3), or
GC-6
Page 6 of 52
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
Revision Date
August .2001
3.6.3. a Work Change pirective (pursuant to. paragraph 10.4).
As indicated in paragraphs 11;2 and 12.1, Contract Price and Contract Time may only be changed by a
Change Order or a Written Amendment
3.7. In addition,. the requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized in one or more of the following ways:
3.7.1. a Field Order (purSuant to paragraph 9.5).
. 3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs 6.24 and
6.26), or
3.7.3. PROFESSIONAL's written interpretation or clarification (pursuant to paragraph 9.4).
.Reuse of documents:
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or organization
. performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire
any title to. or OWNERSHIP rights in any of the Drawings; Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of PROFESSIONAL or PROFESSIONAL's consultant; and they shall
not reuse such Drawings, Specifications or other documents (or copies of any thereof) on extensions of the
Project or any ather project without written consent of OWNER and PROFESSIONAL and specific written
. verification or adaptation by PROFESSIONAL.
GC-7
Page 7 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I"
I
I
Revirlon Date
August 2001
ARTICLE 4-AVAILABILlTY. OF LANDS, PHYSICAL .
CONDITIONS; REFERENCE POINTS
A vailability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon wryich the Work is
to be performed; rights-:ef.:way and easements for access thereto, and such other lands which 'are designated
for the use of. CONTRACTOR. Necessary easements or rights-o.f-way will be obtained and expenses will be
. borne by OWNER. If CONTRACTOR and OWNER are unable to agree on emtitlement to or the amount or
extent of any adjustments in the Contract Price or the Contract Times as a result of any delay in OWNER's
. furnishing these lands, rights-of-way or easements, the CONTRACTOR may make a claim therefor as
provided 'in Articles 11 and 12. The CONTRACTOR shall provide for all additionallarids and access thereto
that may be required for temporary construction facilities or storage of materials and equipment
Physical Conditions:
4:2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for identification
of those reports of explorations and testS of subsurface conditions at or contiguous to the site that have been
utilized in preparing the Contract Documents and those drawings of physical conditions in or relating to
existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have
been utilized in preparing the Contract Documents. .
4.2.2. CONTRACTOR may rely upon the general accuracy of the 'lechnical data" contained in such
reports and drawings. Such "tec~nical data" is identified in the Supplementary Conditions. Except for such .
reliance on such "technical data," CONTRACTOR. may not rely upon or make any claim against OWNER,
PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect to:
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes, including but
not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to
be employed by CONTRACTOR and safety precautions and programs incident thereto, or
4.2.2.2. other data, interpretations, opinions and infonnation contained in suCh reports or shown or
indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any IItechnical data" or any
such data, interpretations, opinions or information. .
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1) subsurface or
otherWise concealed physical.conditioris Which differ materially from those indicated in the Contract
Documents or (2) unknown physical conditions of an unusual nature, which differ materially from those
ordinarily found to exist and generally recognized as inherent in construction . activities of the character.
provided for in. the Contract Documents, then CONTRACTOR shall give. OWNER notice thereof promptly
before conditions are disturbed and in no event later than 48 hours after first observance of the conditions~
4.2.4. The .OWNER and PROFESSlo.NAL shall promptly investigate such cOnditions, and, if they
differ materially and cause an increase or decrease in CONTRACTOR's cost of, or time required for,
perfonnance of any part of the Work,. the OWNER and PROFESSIONAL shall recommend an equitable
. adjustment in the Contract Price or Contract Time, or both. If the OWNER and PROFESSIONAL determine
that the conditions at the Site are not materially different from those indicated in the Contract Documents or
are not materially different from those ordinarily found and that no change in the terms of the Contract is
justified, the PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be
GC-8
Page 8 of 52
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revisi.on Date
~st 2001
performed after direction is provided by the PROFESSIONAL.
Physical Conditions-Underground FacilitieS:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the site is based on information and data
furnished to OWNER or PROFESSIONAL by OWNER'S of such Underground Facilities or by others, U.nless
. it is otherwise expressly provided in the Supplementary Conditions:
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or completeness of
any such information or data; arid
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 tl:1e Work with the OWNER'S of
. such Underground Facilities during construction, for the safety and protection thereof as provided in paragraph
6.20 and repairing any damage thereto resulting from the Work, the cost of all of which will be cOnsidered as
having been included in the Contract Price.
4.3.2. Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the Contract DocumentS and which CONTRACTOR could not. .
reasonably have been expected to be aware. of, CONTRACTOR shall, promptly after becoming aware thereof
and before performing any Work affected thereby except in an emergency as permitted. by paragraph. 6.22,
identify the OWNER of such Underground Facility and give written notice thereof to thatOWNER, and to
OWNER and PROFESSIONAL. PROFESSIONAL will promptly reviewthe Underground Facility to determine
the extent to Which the Contract Documents should be modified to reflect and docum.ent the consequences of
the existence of the Underground Facility, and the Contract DoCUments will be amended or supplemented to
the extent necessary. During such time, CONTRACTOR shall be responsible for the safety and protection of
such Underground Facility as provided in paragraph 6.20. CONTRACTOR shall be allowed an increase in the
Contract Price or an extension of the Contract.Time, or both, to the extent that they are attributable to the
existence of any Underground Facility that was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be' aware of.. If the parties are unable to agree
as to the amount or length thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and
12,
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction which in
PROFESSIONAL's judgment are neCessary to enable CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the Work (unless otherwise, specified ih the General
Requirements), shall protect and preserve the established reference points and shall make no chahges or '
relocations without the prior written approval of OWNER. CONTRACTOR shall report to PROFESSIONAL
whenever any reference point is lost or destroyed or requires relocation because of necessary changes in
grades or locations,and shall be responsible for the accurate replacement or relocation of such reference
points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
GC-9
Page 9 of 52
Revision Date
August 2001
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 broughtto the site by CONTRACTOR, Subcontractor,
Suppliers or anyone else for whom CONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous condition
and in any area affected thereby (except in an emergency as required by 6.22), and(ii) notify OWNER and
PROFESSIONAL (and thereafter confirm such notiCe in writing). OWNER shall promptly consult with
. PROFESSIONAL. concerning the necessitY for OWNER to retain a qualified expert to evaluate such
hazardous condition or take corrective action, if any. CONTRACTOR shall riot be required to resume Work in
connection with such hazardous condition or in any suCh affected area until after OWNER has obtained any
Tequire~ permits related thereto and del.ivered to CONTRACTOR special written notice (i) specifying that such
condition and any affected area is or has been rendered safe for the resiJmption of Work, or(ii) specifying.any
special conditions under which such Work may be resumed safely. If OWNER and CQNTRACTOR 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 itis unsafe, or does not agree to resume such Work under Such special
conditions, then CONTRACTOR may order such portion of the Work thatis in connectlonwith 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 ~e$ult 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.
GC-10
Page 10 of 52
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.
I
I
I
I
I
I
I
I
I
I
I
I
1
1
I" -
I
I
Revision Date
August 2001
ARTiClE 5-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds; each in an amount at least equal
to the Contract Pride. as Security for the faithful performance and payment of all CONTRACTOR's obligations
under the Contract Documents.. These Bonds shall remain in effect at least until one year after the date when
final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract
Documents. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary
Conditions.. All Bonds shall be in the forms prescribed by Law or Regulation or by the Contract Documents
. and be executed by such sureties as are named in the current list of "Companies Holding Certificates of
Authority as Acceptable Suretie~ on Federal Bonds, and as Acceptable Reinsuring Companies" as published
in. Circular 570 (amended) by the Audit staff Bureau of Accounts, U.S. Treasury D~paitment. All Bonds
signed by an agent must be accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers;.Certificates of Insurance
. 5.2.1 AU bonds and insurance required by the Contract Documents to be purchased and maintained
by CONTRACTOR shall be obtained from surety or insurance companies that ~re duly licensed or authorized .
in the State of Georgia to issue bonds or insurance policies for the limits and coverages so required. All bonds
signed by an agent must be accompanied by a certified copy of authority to act Such surety and insurance
companies shall also meet such additional requirements and qualifications as may be provided in the
Supplementary Conditions. .
. 5.2.2. CONTRACTOR shail deliver to OWNER, with copies to each additional insured identified in
5.3, an original or a certified copy of the complete insurance policy for each policy required, certificates of
insurance (and other evidence of insurance requested by OWNER or any other additional insured) which
CO~TRACTOR is required to purchase and maintain in accordance with p.3.
. 5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared barikruptorbecomes
insolvent or. its right to do business is terminated in any state where any part of the Project is located or it
ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five days thereafter substitute
another Bond and Surety, both of which must be acCeptable to OWNER.
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and other
. insuranCe as is appropriate for the Work being performed and furnished and as will provide protection. from
claims set forth below Which may arise out of or result from CONTRACTOR's performance and furnishing of
the Woil< and CONTRACTOR's other obligations under the Contract Documents, whether it is to be performed
or furnished by CONTRACTOR, by any Subcontractor, by anyone directly or indireCtly employed by any of
them to perform or furnish any of the Work, or by anYQne for whose acts any of them . may be liable:
5.3.1. Claims under workers' or workmen's compensation, disability benefits and other similar
employee benefit acts;
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or death of
CONTRACTOR's employees;
GC-11
Page 11 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Rev:tsioD. Date
August 2001
'5.3.3. Claims for damages because of bodily injury, sickness or disease; or death of any person other
than CONTRACTOR's employees;
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained (a) by any
person as a result of an offense directly or indirectly related to the employment of such person by
CONTRACTOR, or (b) by any other person for any other reason;
5.3.5, Claims for damages, other than to the Work itself, because of injury to or destruction of
tangible property wherever located, including loss of use resulting therefrom;
5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or
death of any person or for damage to property; and
5.3.7 . Claims for damages because of bodily injury Or death of any person or property damage arising.
out of the OWNERSHIP, maintenance or use of any motor vehicle.
. '
TheJnsurancerequired by this paragraph 5.3 shall include the specific coverage's and be written for not less
than. the limits of liability and coverage's provided in the Supplementary Conditions, or required by law,
whichever is greater. The comprehensive general liability insurance shall include completed operations
insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or
other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be .
canceled, materially changed or renewal refused until' at least thirty days prior written notice nas been given to
OVVNl:::R, PROGRAMMANAGER, and PROFESSIONAL by certified mail. . All such insurance. shall remain in
,effect until final payment and at all times thereafter when CONTRACTOR may be correcting, removing or
replacirig defective Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain
such completed operations insurance for at least two yea~ after final payment and furnish OYVNER with
evidence of continuation of such insurance at final payment and one year thereafter.
,
Property Insurance:
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase and
maintain property insurance upon .the Work at the site to the full insurable value thereof (subject to such
deductible amounts as may be provided in the Supplementary Conditions or required by Laws and
Regulations). This insurance shall include the interests of OWNER, CONTRACTOR, Subcontractors,
PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in the Work, all of whom shall
be listed as insureds or additional insured parties, shall insure against the perils of fire and. extended coverage
and shall include "all risk" insurance for physical loss and damage including theft, vandalism and malicious
mischief, collapse and .water damage, and such other perjls as may be provided in the Supplementary'
GC-12
Page 12 of 52
Contractual Liability Insurance:
5.4. The comprehensive general liability insurance required by paragraph 5.3 will include contractual
liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and 6.33.
. OWNER's Liability Insurance:
5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability insurance,
and/or Risk Retention Program, and, at OWNER's opti~n, may purchase and maintain such insurance as will
. protect OWNER against claims which may arise from operations under the Contract Documents.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
Conditions, and shall include damages, losses and expenses arising out of or resulting from any insured loss
or incurred in the repair or replacement of any insured property (including but not limited to fees and charges
of PROFESSIONALs, arcl:litects, attorneys and other PROFESSIONAls). If not covered under the "all risk"
insurance or otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and
maintain similar property insurance on portions of the Work stored on and off the site or in transit when such
portions of the Work are to be included in an Application for Payment
5;7. OWNER shall purchase and maintain such boiler and machinery insurance or additional property
insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include
the interests of OWNER, CONTRACTOR, Subcontractors, PROFFSSIONAL AND PROFESSIONAL's
consultants in the Work, all of whom shall be listed as insured or additional insured parties.
.5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a provision or
. endorsement that the coverage afforded will hot be canceled or materially changed or renewal refused until at
lea.st thirty days prior written notice has been given to CONTRACTOR by certified mail and will contain waiver
provisions in accordance With paragraph of 5.11.2.
. 5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance to
, protect the lnterests of CONTRACTOR, Subcontractors or others in the Won< to the extent of any deductible
amounts that are provided in the Supplementary Conditions. The ri~k of losS within the deductible amount will
be borne by CONTRACTOR, Subcontractor or others suffering any suqhloss, and if any of them wishes
property insurance coverage within the limits of such amounts, each may purchase and maintain it at the
purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the property
insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to
CONTRACTOR by appropriate Change Order or Written Amendment Prior to commencement of the Work at
the site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been
procured by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and dan:tages
caused by any of the perils covered by the policies of insurance provided in response to paragraphs 5.6 and
5.7 and other property insurance applicable to the Work, and also waive all such rights against the
Subcontractors, PROFESSIONAl, PROFESSIONAL's consultants and all other parties named as insureds in
such policies for losses ariddamage$ so caused. As required by paragraph 6.11, each subcontract be~een
CONTRACTOR and a SUbcontractor will contain similar waiver provisions by the Subcontractor in favor of
OWNER, CONTRACTOR, PROFESSIONAL, PROFESSIONAL's consultants and all other parties named as
insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the
proceeds of insurance held by OWNER as trustee or. otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to paragraphs 5.6 and
5.7 shall protect all of the parties insured and provide primary coverage for all losses and damages e<;lused 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 .rightsof recovery against any of the parties named
as insureds or additional insureds,. and if the insurers requite separate waiver forms to be signed by
PROFESSIONAL or PROFESSIONAL's consultant, OWNERwill obtain the same, and if such waiver forms
are required of any Subcontractor, CONTRACTOR will obtain the same.
GC-13
Page 13 of 52
I
I
I
I
I
I
I
I
I '
I
I
I
I
I
I
I
I
I
I
ReV:1si.on Date
August 2001
Receipt and Application of Proceeds:
5,12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7 will be
adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their interests may
appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.13. OWNER shall
deposit in a separate account any money so received and shall distribute it in accordance with such
. agreement as the parties in interest may reach. If no other specialagreemerit 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 los~ 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 th.ecoverage afforded by or other provisions of the insurance
required to be purchased and maintained by CONTRACTOR in accordan~ with paragraphs 5.3 and 5.4 on
the basis of its not complying with the Contract Documents, OWNER shall notify CONTRACTOR in writing
thereof within ten days of the date of delivery of such certificates to OWNER in accordance with paragraph
2.7. .If CONTRACTOR has any objection to the coverage afforded by or other provisions of the policies of
insurance required to be purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7
. on the.basis of their not complying with the Contract Documents, CONTRACTOR shall notify OWNER in
writing thereof within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with
paragraph 2.7. . OWNER and CONTRACTOR shall each provide to the other such additional information in
respect' of insurance provided ,by each as the other may reasonably. request Failure by OWNER or
CONTRACTOR to give any such notice of objection within the time provided shall constitute acceptance of
such. insurance purchased, by the other as complying with the Contract Documents.
Partial Utilization-Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a portion or portions of the Work prior to
Substantial Completio"n of all the Work, such use or occupancy may be accomplished in accordance with
paragraph 14.10 provided that no such use oroccupancy 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 parti<31 use or
occupancy. . .
Indemnification
5.16.1. CONTRACTOR shall indemnify and hold harmless OWNER, PROGRAM MANAGER, and its
employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and
GC-14
Page 14 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'-.
RevisiOn Date
August 2001
expenses, including attorneys' fees, arising out of or resulting from the performance of its Work, provided that
any such liability; claim, suit, demand, d~ui1age,loss, or' expense (a) is attributable to bodily injury, sickness,
disease or death, or injury to or destruction of tangible property, includjngthe loss of use resulting therefrom
and (b} is caused in whole or in part by an act or omission of CONTRACTOR, any Subcontractor, anyone
directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, whether or
not it is caused in whole or in part by the negligence or other fault of a party indemnified hereunder.
5.16.2. In any and all claims against OWNER or any of its agents or employees by any employee of
CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable, the indemnification obligation under the previous paragraph shall
not be limited in any way as to the amount or type of damages, compensation or benefits payable by or for
CONTRACTOR or any SUBCONTRACTOR under workmen's compensation acts, disability benefit acts, or
other employee benefit acts.
5.16.3. CONTRACTOR shall indemnify and hold harmless OWNER and anyone directly or indirectly
employed by it from and againstatl 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;
GC-15
. Page 15 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
att~ntion thereto and applying such skills and expertise as may be necessary to . perform. the Work in
aCcordance with the. Contract Documents. CONTRACTOR shall be solely responsible for the means,
methods, techniques; sequences and procedures of construction, but CONTRACTOR shall not be responsible
for the neglig~nce of others in the design or specification of a specific means, method, technique, sequence or
pr<~cedl.lre of construction which is shown or indicated in and expressly required by the Contract Documents.
CONTRACTOR shall b~ responsible to see thatthe 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 atthe site and
shall have authority to act on behalf of,CONTRACTOR. All communications to the superintendent shall be as
binding as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the
Work and perform Construction as required by the Contract Documents. CONTRACTOR shall at all times
maintain good discipline and order at the site. Except in connection with the safety or protection of persons or
the Work or property at the site or adjacent thereto, and except as otherwise indicated in the Contract
Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR will not
permit evening work or the perfOrmance of Work on Saturday, Sunday or any legal holiday without OWNER's
written consent given after prior written notice to PROFESSIONAL. .
6.4. Unless .otherwise specified in the General Requirements, CONTRACTOR shall fumish and
assume full responsibility for all materials, equipment, labor, transportation, construction equipment and
machinery; tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities .
and all other facilities and incidentals whether temporary or permanent necessary for the execution, testing,
initial operation, and completion of the Work as required by the Contract Documents.
6.5. All materials and equipment shall be of good quality and new; except as otherwise provided in
the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the.kind and quality Of materials andequipmenl All matt~rials and.
equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with
the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no
provision of any such instructions will be effective to assign to PROFESSIONAL, or any of PROFESSIONAL's
consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of
the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or
a1~ .. .
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent indicated in
paragraph 2.9 adjustments in the progress schedule to reflect the impa,ct thereon of new developments;
these will conform generally to the progress schedule then in effect and additionally will comply with any
provisions of the General Requirements applicable thereto.
GC-16
Pag~ 16 of 52
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I.
I
I
I
I
Revision Date
August 2001
Substitutes or "Or-Equar Items:
6.7.1. Whenever materials or equipment are specified or described in the Contract Documents by
using th~ name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to
establish the type, . function and quality required, Unless the name is followed by words indicating that no
substitution is permitted, materials or equipment of other Suppliers may be accepted by PROFESSIONAL if
sufficiept information is. submitted by.CONTRACTOR to allow PROFESSIONAL to determine thatthe material
or equipment proposed is equivalent or equal to that named. The procedure for review by PROFESSIONAL
will include the following as supplemented in the General Requirements. Requests for review of substitute
items of material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR. wishes to furnish or use a substitute item of material or equipment,
CONTRACTOR shall make written application to PROFESSIONAL for acceptance thereof, certifying that the
proposed. substitute will perform adequately the functions and achieve the results called fQr: by the general
design, be similar and of equal substance to that specified and be suited to the same use as that specified.
'The application will state that the evaluation ~ndacceptance of the proposSd substitute will not prejudice
CONT.AACTQR's achievement of Substantial Completion on time, whether or not acceptance of the substitute .
for 'use in the Work will.require a change in any of the Cpntract DoCuments (or in the provisions of any other.
direct contract with OWNER for work on the Project). to adapt th~ design to the proposed substitute and
whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any
license fee or royalty. All variations of the proposed substitute from that specified will be identified in the
application and available maintenance; repair and replacement service will be indicated. The application will
also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such
substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of
which shall be considered by PROFESSIONAL. .In evaluating the proposed substitute, PROFESSIONAL may
require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about. the proposed
sublititute. . . .
6.7.2. If a specific means, method, technique, sequence or procedure of construction is indicated in
or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method,
sequence, technique or procedure of constrUction aCceptable to PROFESSIONAL, if CONTRACTOR submits
sufficient information to allow PROFESSIONAL to determine that the substitute proposed is equivalent to that
indicated or required by the (;ontract DOcuments. The proCedure for review by PROFESSIONAL will be similar
to that provided in paragraph 6.7.1. as applied by PROFESSIONAL and as may be supplemented in the Gen-
eral Requirements.
6.7.3. PROFESSIONAL wlll. be allowed a reasOnable time within which to evaluate each proposed.
. substitute. PROFESSIONAL will be the sole judge of aceeptabilityand no substitute will be ordered, installed
or utilized Without PROFESSIONAL's prior Written acceptance which win be evidenced by either a Change
Order or an approved Shop Drawing. OWNER may require CONTRACTOR to furnish, at CONTRACTOR's
expense; a special performance guarantee or other surety with respect to any substitute. PROFESSIONAL will
record time required by PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions
proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby.
Whether or not PROFESSIONAL accepts a proposed substitute, CONTRACTORshall reimburse OWNER for
the charges of PROFESSIONAL and PROFESSIONAL's cOnsultants for evaluating each proposed substitute.
. .
Concerning SubcOntractors, Suppliers and Others:
.
. 6.8.1. CONTRACTOR shall nof employ any Subcontractor, Supplier or other person Or organization
(including those acceptable to OWNER and PROFESSIONAL as iridicated in paragraph 6.8.2) whether initially
or as a substitute, against whom OWNER or PROFESSIONAL may have reasonable objection.
CONTRACTOR shall not be required to employ any SubcontractOr, Supplier or other person or organization to
fumish or perform any of the Work against whom CONTRACTOR has reasonable objection.
GC-17
Page 17 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
Revi:d.OD Date
August 2001.
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
subinit 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 Writtert Amendment
signed. No acceptance by OWNER or PROFESSIONAL of any such Subcontractor, Supplier or other person
or organizati()n 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 orfumishing any
of the Work under a direct or indirect contract With CONTRACTOR just as CONTRACTOR is responsible for
CONTRACTOR's own acts and omissions. Nothing .in the Contract DOcuments shall create any contractual
relationship between OWNER or PROFESSIONAL and any such Subcontractor, Supplier or other person or ..
organization, . nor shall it create any obligation on the part of OWNER or PROFESSIONAL to pay or to see to
the payment of any moneys due any such Subcontractor, Supplier or other person or organization except as
may otherwise be required by Laws and. Regulations. .
6.10. The divisions and sections of the Specifications and the identificatio~s of any Drawings shall not
control CONTRACTOR in dividing the Work among SubcontractorS or Suppliers or delineating the Work to be
performed by any specific trade.. .
. 6..11. All Work performed for CONTRAcTOR by:a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the
applicable terms and conditions of the Contract Documents for the benefit of OWNER and PROFESSIONAL
and contains waiver provisions as required by paragraph 5.11. CONTRACTOR shall pay each Subcontractor a .
justshare of any insurance moneys received by CONTRACTORon account of losses under policies issued
pursuant to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use
. in the performance of the Work or the incorporation in the Work of any invention, design, process, product or
device which is the subject of patent rights or copyrights held by others. CONTRACTOR shall indemnify and
hold harmless OWNER and PROFESSIONAL and anyone directly or indirectly employed by either of them
from and against all claims, damages, losses and expenses including attomeys' fees and court and arbitration
, costs arising out of any infringement on patent rights or copyrights incident to the use in the performance of
the Work or resulting from the incorporation in the Woi1< of any invention, design, process,. product or device .
not specified in the Contract Documents, and shall defend all such claims in connection with any alleged
infringement of such rights. .
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses, governmental
charges and inspection fees, and all public utility charges which are applicable and necessary for the
execution oftheWor!<:. All permit costs shall be included in the base bid. Permits, if any, that are provided and
. paid for by OWNER are listed in the Supplementary Conditions. Any delays associated with the permitting
GC-18
Page 18 of 52
I
I
r
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
process will be considered for time extensions only and no damages or additional compensation for delay will
be allowed. . . .
Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and
Regulations, neither OWNER nor PROFESSIONAL shall be responsible for monitoring CONTRACTOR's
compliance with any Laws or Regulations.
. 6,14.2. If CONTRACTOR observes that any of the Contract Documents are cbntradictory to such
laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any necessary ch;:mges shall
. then be adjusted byan 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
~nd the operations of workers to the Project site and land and areas identified in and permitted by the Contract
Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits and
easements. CONTRACTORshall 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 f(jr any damage to any
such land or area, or to the OWNER or occupant thereof or of any land or areas contiguous thereto, resulting
from the performance of the Work. Should any claim be made against OWNER or PROFESSIONAL by any
such OWNER or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt
to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law.
CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold OWNER
harmless from and against all claims, damages, lOSses and expenses (including, but not limited to, fees of
. PROFESSIONALs, architects, attorneys and other profesSionals and court and arbitration costs) arising
directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party
against OWNER to the extent based on a claim arising out of CONTRACTOR's performance of the Work.
6.17. During the progress of the Work,CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debriS or contaminants resulting from the Work. At the
.completion of the Work, CONTRACTOR shall remove all waste materials, rubbish and debris from and about
the premises as well as all tools, appliances, construction equipment aM 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.
GC-19 .
Page 19 of 52
aens.ion Da.te
August 2001
[
I
I
!
I
I
I
I
I
I
I
I
I
I
I
I
I
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner
that ~II 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 atthe site and in good order one record copy of the Contract Documents
and all Drawings and Specifications; These documents shall be annotated on a continuing basis to show all
changes made during the construction process. These shall be available to PROFESSIONAL and the Project
Manager and shall be submitted With the Application for Final Payment.
Safety and Protection:
. . . 6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. CONTRACTOR shall assume all risk of loss for stored
equipment or materials, irrespective of whether cONtRAcTOR has transferred the title of the stored
equipment or materials to OWNER. CONTRACTOR shall take all necessary precautions for the safety of, and
shall provide the necessary protection to prevent damage, injury or loss to:. .
6.20.1. all employees on the Work and other persons and organizations who may be affected
thereby; .
. 6.20.2. all the Work and materials and equipment to be incorporated therein, whether in storage on or
off the site; and .
. .
6.20.3. . other. property at the site. or adjacent .thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures; utilities and Underground Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws' and Regulations of any public body having jurisdiction
for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify OWNERs of
adjacent-property and of Underground Facilities and utility OWNERs when prosecution of the Work may affect'
them, and shall cooperate with them in the protection, removal, relocation and replacement of their properly.
All damage,. injury or loss to any property referred to in paragraph 6.20.2 or 6.20.3 caused, directly or
indirectly, in whole or in part, by CONTRACTOR, any Subcontractor, Supplier or any other person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any of them may be liable, shall be remedied by CONTRACTOR (except damage or loss
attributable to the fault of Drawings or Specifications or to the acts or omissions of OWNER or
PROFESSIONAL or anyone employed by either of them or anyone for whose acts either of them may. be
liable,. and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of CON-
TRACTOR). CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall
. continue until such time as all the Work is eompleted and PROFESSIONAL has issued a notice to OWNER
and CONTRACTOR in accordance, With paragraph 14.13 that the Work. is acceptable (except as otherwise
expressly provided in connection with Substantial Completion). ...
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty shall be the
prevention of accidents at the site. This person shall be CONTRACTOR's superintendent unless otherwise
designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
GC-20
Page 20 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
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 PROFE$SIONAL or
OWNER, is oblig~ted to act to prevent threatened damage, injury or loss. CONTRACTOR shall give
PROFESSIONAL prompt written notice if CONTRACTOR believes that any significant changes in the Work or
variations from the Contract Documents have been caused thereby. If PROFESSIONAL determines that a
change in the Contract Documents is required because of the action taken in response to an emergency, a
Work Change Directive or Change Order be issued to document the consequences of the changes or
variations.
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving injuries to
any person on the Site, whether or not such person was engaged in the construction of the Project, and shall
file a written report on such person(S) and any other event resulting in property damage of any amount within
five (5) days of the occurrence.
6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required because .
of the action taken by CONTRACTORin response to such an emergency, a Change Order will be issued to
document the consequences of such action.
, .
GC-21
Page 21 of 52
Shop Drawings and Samples:
6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly submit to .
PROFESSIONAL for approval, in accordance witl'1 the accepted schedule of submittals, all. submittals and
samples requiredby.the Contract Documents.'. All submittals and samples shall have been checked by and
stamped with the approval of CONTRACTOR and identified as PROFESSIONAL may require. The data
shown on or with the submittals will be complete with respect to dimensions, design criteria, materials and any
other infcirmation necessary to enable PROFESSIONAL to review the submittal as required. At the time of
. each submission, CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or .
sample may have from the requirements of the Contract Documents.
. 6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's review and
approval shall be only for conformance with the design concept of the Project and compliance with the
information given in the Contract' Documents. The approval of a separate item as such will not indicate
approval of the assembly in which the item functions. CONTRACTOR will make any corrections required by .
PROFESSIONAL and resubmit the required number of corTectedcopies until approved. CONTRACTOR's
stamp of approval on any submittal or sample shall constitute its representation to PROFESSIONAL and
OWNER that CONTRACTOR has determined and verified all quantities, dimensions, field co"struction
criteria, materials, catalog numbers, and similar data, and that each submittal or sample has been reviewed or
coordinated with the requirements of the Work and the Contract Documents.
. 6.24.1. No Work requiring a submittal or sample submission shall commence until the submission
has been approved by PROFESSIONAL. A copy of each approved submittal and each approved sample shall
be kept in good order by CONTRACTOR at the site and shall be available to PROFESSIONAL and OWNER.
Any,delays associated with the submittal process will be considered for time extensions only, and no damages
or additional compensation for delay will be allowed.
. 6.24.2. Before submission of each Shop Drawing or sample, CONTRACTOR shall have determined
and verified all quantities, dimensions, specified performance criteria, installation requirements, materials,
catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or
sample with other Shop Drawings and samples and with the requirements of the Work and the Contract
Documents. .
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
6.24.3. . At the time of each submission, CONTRACTOR .shall give PROFESSIONAL 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 notation to be made on each Shop Drawing submitted to
PROFESSIONAL for review and approval of each such variation.
6.26. PROFESSIONAL will review and approve with reasonable promptness Shop Drawings and
samples, but PROFESSIONAL's review and approval will be only for conformance with the design concept of
the Project and for compliance with the information giVen in the Contract Documents and shall not extelidto
means, methods, "techniques, sequences or procedures of construction (except where a specific means,.
method, technique, sequence or procedure, of construction is indicated in or required by the Contract
Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item
as such will not indicate approval of the assembly in which the item functions.
6.27. . PROFESSiONAL's approval of submittals or sal11ples 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 approvalby PROFESSIONAL shall not
relieve CONTRACTOR from responsibility for errors or omissions in the submittals.
6.28. Where a shop drawing or sample is required by the Contract Documents or the schedule of
shop drawings and sample submissions accepted by PROFESSIONAL as required, any related work
performed prior to PROFESSIONAL's review and approval of the pertinent submittal will be at the sole
expense and. responsibility of CONTRACTOR
Cleaning Up:
. 6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials, rubbish, and
other debris or Contaminants resulting from the work on a daily basis or as required. At the completion of the
work, CONTRACTOR shall remove all waste materials, rubbish, and debris from the site as well as all tools,
. construction equipment and machinery, and surPlus materials and will leave the Site clean and ready for
. occupancy by OWNER All disposal shall be in accordance With appiicable Laws and Regulations. In addition
to any other rights available to OWNER under the Contract Documents, CONTRACTOR's failure to maintain
the site may result in withholding of any amounts due CONTRACTOR CONTRACTOR will restore to original
condition those pOrtions of the site not designated for alteration by the Contract Documents.
Indemnif'lCation:
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall indemnify and
hold harmless OWNER, PROGRAM MANAGER and PROFESSIONAL and their consultants, agents and
employees from and against all claims, damages, . losses and expenses, direct, indirect or consequential
(including but not limited to fees and charges of PROGRAM MANAGER, PROFESSIONAls, architects,
attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting from the
performance of the Work, provided that any such claim, damage, loss or expense {a)is attributable to bodily
GC-22
Page 22 of 52
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
Revision Date
Auqust 2001
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 actor
omission of CON TRACTOR, any Subcontractor, any person or organization directly or indirectly employed by
any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable,
regardless of whether or not. it is Caused in part by a party indemnified hereunder or arises by or is imposed by
Law and Regulations regardless of the negligence of any such party.
. 6.33. In any and all claims against OWNER, PROGRAM MANAGER or PROFESSIONAL or any of
their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for
whose acts any ofthem 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 S4bcontractor or other person or organization under workers' or workmen's
compensation acts, disability benefit acts or other employee benefit acts.
6.34. The obligations of CONTRACTOR under paragraph.6.32 shall not extend to the liability of
. PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of the preparation or
approval of maps, draWings, opinions, reports, surveys, Change Orders, designs or specifications.
GC-23
Page 23 of 52
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I"
I
I
I
Rev!.si.on Date
.August 2001
ARTICLE 7-..0THER WORK
Related Work at Site:
. 7.1. OWNER may perform other work related to the Project at the site by OWNER's own forces; have
other work performed by aided OWNERs or let other direct contracts therefor which .shall contain General
. Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract .
Documents, written notice thereof will be given to CONTRACTOR priorto starting any such other work, and, if
CONTRACTOR believes that such performance Will involve additional expense to CONTRACTOR.or requires
. additional time and the parties are unable to agree as to the extent thereof, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 1,2.
. 7.1 ~2. CONTMCTOR 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 empl.oyees, proper
and'safe access to the site and a reasonable opportu!1ity for the introduction and st9rage 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 maybe required to make its several
parts come together properly and integrate with such otherwork. CONTRACTOR shall not endanger any work
of others by cutting, excavating or otherwise altering their work and wiu 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'sf8i1ure 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 oil the Proj~ct 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.
GG-24
Page 24 of 52
I
I
I
I
I
I
I
I
I
I
I.
I
I.
I
I
I
I
I
I
Revi."sion Date
August 2001
ARTICLE 8-OWNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Conditions, OWNER shall issue all
communications to CONTRACTOR through the PROGRAM MANAGER or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status under the
Contract Documents shall be that of the formei' PROFESSIONAL. Any dispute in connection with such
appointment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly after they are due as provided in paragraphs 14.4 and
1~1a ..
8.4. OWNER's duties in respect of providing lands and easements and .providing Engineering surveys
to establish reference points are set. forth in paragraphs 4.1 and 4.4. Paragraph 4.2 refers to OWNER's
identifying and making available to CONTRACTOR copies of reports of explorations and tests of subsurface
conditions at the site and in eXisting structures which have been utilized by PROFESSIONAL in preparing the
Drawings and Specifications. .
8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and property
insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs 13.10 and
15.1. Paragraph 15.2 deals with OWNER's right to terminate services of CONTRACTOR under certain
circumstances.
GC-25
Page 25 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 9--PROFESSIONAL'S STATUS DORING
CONSTRUCTION
OWNER's Representative:
9.1. PROFESSIONAL will be OWNER's representative during the construction period. The duties and
responsibilities. and the limitations of authority of PROFESSIONAL as OWNER's representative. during
construction are setfortil in the Contract Documents and shall not be extended without written consent of
OWNER and PROFESSIONAL.
Project Representation:
9.3. . .lfOWNER and PROFESSIONAL agree, PROFESSIONAl will fumish a Resident Project
Representative. to assist PROFESSIONAL in observing the perfon:nance. of the Work. The. duties,
responsibilities and limitations of authority of any such Resident Project Represeritative 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.
Clarificatio!,s and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the Contract
Documents (in the fonn of Drawirjgs or otherwise) as may be detennined necessary, or as reason~bly
requested byCONTRACTOR, which shall be consistent with or reasonably inferable from the overall intent of
the Contract Documents. If CONTRACTOR believes that a written clarification and interpretation entitles it to
an increase in the Contract Price and/or Contract Time, CONTRACTOR may make a claim as provided for in
Articles 11 or 12. . .
Authorized Variations in Work:
9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are
consistent with the overall intent of the Contract Documents. These may. be accomplished by a Field Order
and will be bindirigon OWNER and also on CONTRACTOR who shall perfonn the Work involved promptly. If
CONTRACTOR believes that a Field Order justifies an increase in the Contract Price or an extension of the .
Contract Tim.e and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may
make a claim therefor as provided in Article 11 or 12.
GC-26
Page 26 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
!
I
I
I
I
I
Revisi.on Date
August 2001
\.
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which PROFESSIONAL
believes to be defective and will also have authority to require special inspection or testing of the Work as
provided in paragraph 13.9, whether or not the Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for- Shop Drawings and samples, see
paragraphs 6.23 through 6.29 inclusive. .
. .
9.8. In connection with' PROFESSIONAL's responsibilities as to Change Orders, see ArtiCles 10, 11
and 12. .
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for Payment,
etc., see Article 14. ..
Determinations for Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price Work
. performed. by CONTRACTOR. PROFESSIONAL will review. with CONTRACTOR PROFESSIONAL's
preliminary determinations on such matters before rendering a written decision thereon (by recommendation
of an Application for Payment or otherwise). PROFESSIONAL's written decisions thereon will be final and
binding upon OWNER and CONTRACTOR, unless, within ten days after the date of any such decision, either
OWNER or CONTRACTOR delivers to the other party to the Agreement and to PROFESSIONAL written
notice of intention to appeal from such a decision.
Decisions on Disputes:
9.11. PROFESSIONAL will be the initial. interpreter of the requirements of the contracfOocuments
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 ContractDocuments pertaining to the
performance and fumishing of the Work arid claims under Articles 11 and 12 in respect of changes to the
Contract Price or ContraCt Time will be referred initially to PROFESSIONAL in writing With. a request for a
. formal. decision in accordance with this paragraph; which PROFESSlqNAL will. render in writing within a
reasonable time. Written notice of each such claim, dispute and otherlTlatter will be delivered by the claimant
to PROFESSIONAL and the other party to the Agreement promptly (but in no event later than thirty days after
the occurrence of the event giving rise thereto) arid written supporting data. will be submitted to
PROFESSIONAL and the other party within sixty days after such occurrence unlessPROFESSIONAL allows
an additional period of time to ascertain more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11, PROFESSIONAL
will not show partiality to OWNER or CONTRACTOR and will not be liable in connection with any interPretation
or decision rendered in good faith in such capacity. The rendering of a decision by PROFESSIONALpui'suant
to paragraphs 9.10 and 9.1twith 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
GC-27
Page 27 of 52
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I,
I
Revision Date
August 2001
precedent to any exercise by OWNER or CONTRACTOR of such rights or remedies as either may otherwise
have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other
matter. . .
Limitations on PROFESSIONAL S Responsibilities:
.9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the Contract
Documents "nor any decision made in good faith to exercise such authority shall give rise to any duty or
responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their agents or employees,
9.14. PROFESSIONAL shall not be responsible for the construction means, methods, techniques,
sequences, 9r 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 responsibie for the acts or omissions of CONTRACTOR, any
Subcontractors, any agents or employees, or any other persons performing any of the Work.
GC-28
Page 28 of 52
I
I
I
I
I
I
Revision Date
August 2001
ARTICLE 10-CHANGES IN THE WORK
. 10: 1. WithOut invalidating the Contract, OWNER may at any time or from time to time order additions,
deletions, or revisions iil the Work. The OWNER shall provide CONTRACTOR with a proposal request,
identifying the Work to be added, deleted or revised. Upon receipt, CONTRACTOR shall promptly submit a
written proposal for th~ changed work prepared in accordance with Articles 11 and 12. If the proposal request
calls only for the del~ticjn of Work, the OWNER may order the partialsuspension of any Work related to the
proposed. deletion, in which case CONTRACTOR mus~ 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 con~icting provisions contained in these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed,.Work performed il1 an emergency
as provided in Article 6, and any other claim of CONTRACTOR for a change in the Contract Time or the
Contract Price, PROFESSIONAL will prepare a written Change Order to be signed by PROFESSIONAL and
CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion, issue a
Work Change DireCtive to CONTRACTOR.' Pric.ing of the Work Change Directive will be in accordance with
Section 11 ;3.. The Work Change Directive Vlillspecify a price, and if applicable a time extension, determined.
to be reasonable by OWNER. If CONTRACTOR fails to sign such Work Change Directive, CONT.RACTOR
may submit a claim in accordance with Articles 11 and 12; but CONTRACTOR shall nevertheless be obligated
to fully perform the work as directed by the Work. Chan~e Directive. .
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by OWNER,
regardless of pending claim actions, unless otherwise agreed to in writing. .
10.6. If notice of any change affecting the general ~cope of the Work or the provisions of the Gontract
Documents (including, but not limited to, Contract Price or Contract Time) is required by the provisions of any
. Bond to be given to a surety, the giving of any such notice will be CONTRACTOR's responsibility, and the
amount of each applicable Bond will be adjusted accordingly. .
GC-29
Page 29 of 52
[
I
I
I
,
I
Revision Date
August 2001
ARTICLE 11-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the totai compensation (subject to written authorized
adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations
ass!gned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense without change in the
Contract Price. . .
[
[.
I
11.2. The Contract Price may only be changed bya Change Order or by a Written Amendment. Any
claim for an increase or decrease in the ContraCt Price shall be based on written notice. delivered by the party
.making the claim t6 the other party and to PROFESSIONAL promptly (but in no event later than thirty days)
after the occurrence of the event giving rise to the claim. and stating the general nature of the claim. Notice of
the amount of,the claim with supporting data shall be delivered within sixty days after such occurrence (unless
PROFESSIONAL allows an additional period of time to ascertain more accurate data in support of the claim)
and shall be acCompanied by.claimant's written statement that the amount claimed coverS all known amounts
. (direct, indirect and consequentiaQ to which the claimant is entitled as a result of the occurrence of said event.
All claims for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No claim for
an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.2.
11.3. The value. of any Work covered by a Change Order or of any claim for an adjustment in the .
Contract Price will be determined by the following procedures:
11.3.1. Designated Unit. Price (Field Measure). CONTRACTOR and OWNER recOgnize and
acknowledge that the quantities shoWn for those items designated in the Bid Proposal as unit price items are
approximations prepared by OWNER for bid purposes and that the actual compensation payable to.
CONTRACTOR forthe 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. ..
I.
11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work,as
defined in.these Contract Documents, is required and affects the quantities required for items designed in the
Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the compensation payable to
CONTRACTOR for such unit price items shall be adjusted accordingly by a Change Order based upon the
application of the appropriate unit prices shown in the Bid Proposal to the quantity of the unit price item
required to complete the Work as defined in the Contract Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices, OWNER and
CONTRACTOR may establish unit prices as agreed on by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision to the
Work is required which results in a change in Work designated in the Bid Proposal as a lump sum item, the..
. amount 6f increase or decrease in the lump sum price shall be established by mutual agreement of the
parties.
.. .
11.3.5. If the pricing methods specified in 11.3 are inapplicable; or if the parties are unable to agree on
a price for the changed work, a reasonable price for the same shall be established by OWNER in accordance
with 11.4 and 11.5. OWNER shall then process a unilateral Change Order, specifying the said reasonable
pnce, in accordance with 11.4 through 11.6. CONTRACTOR shall perform the Work as directed in the
GC-30
Page 30 of 52
I
I
I
I
I
[
I
Revision Date
August 2001
Change Order.
11.3.6. Failure on the part of CONTRACTOR to construct any item to plan or authorized dimensions
within the specification tolerances shall result in: reconstruction to acceptable tolerances at no additional costs
to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity or reduced unit price, all at the
discretion of OWNER. Determinations of aggregate monetary change for items identified as lump sum
quantities shall be made by OWNER based upon an analysis of the scope of CONTRACTOR's failure to
construct to plan or authorized dimensions. .
Cost of the Work:
11.4. The term Cost of the Work means the sum of all costs necessariiy 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 followit:lg items and shall not include any of the costs itemized in paragraph 11.5: .
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the performance of the
Work under schedules of job c;lassificationsagreed upon by OWNER and CONTRACTOR. Payroll costs for
employees not employed full time on the Work shall be apportioned on the basis of their time spent on the
Work. Payroll Costs shall include, but not be limited to, salaries and wages plus the. cost of fringe benefits
which shall include social security contributions, unemployment, excise and payroll taxes, workers' or
workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay
applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of
performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the
above to the extent authorized by OWNER. ..
11.4.2. Cost of all materials and equipment furnished and incorporated in the Woi'k, including costs of
transportation and storage thereof, and Suppliers' field services requir~d in connection therewith. All cash
. discounts shall accrue to CONTRACTOR unless OWNER deposits funds with CONTRACTOR with which to
make payments, in which case the cash discounts shall accrue to OWNER. Trade disCounts, rebates and
refunds and all returns from sale of surplus materials and equipment shall accrue to . OWNER, and
CONTRACTOR shall make provisions so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from Subcontractors
acceptable to CONTRACTOR and shall deliver such bids to OWNER who then determines, with the advice of
PROFESSIONAL, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid
on the basis of Cost of the Work.Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the
same manner as CONTRACTOR's Cost of the Work. All subcontracts shall besubjectto the other provisions
of the Contract Documents insofar as applicable. .
.11.4.4. Costs of special consultants (including but not limited to engineers; architects, testing
laboratories, surveyors, attorneys and accountants) employed for services specifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel andsubsistenee expenses of CONTRAC-
TOR's employees incurred in discharge of duties connected with the Work.
GC-31
Page 31 of 52
L
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Revision Date
August 2001
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office arid temporary facilities af the site and hand tools not owned by the workers,
which are consumed in the performance of the. Work, and cost less market valu~ of such items used but not
consumed which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipmentandmachinery 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 terrils 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.
1 ~ .4.5.4. Saies, consumer, use or similar taxes related to the Work, and.forwhich CONTRACTOR is
liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any SubcOntractor or
anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty
payments and feeS for permits and licenses:
. 11.4.5.6~ Losses and damages (and related expenses); not compensated by insurance or otherwise,
to the Work or otherwise sustained by CONTRACTOR in connection with the performance and furnishing of
the Work (except losses alld 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 indirec~ly 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 shalf be included in the Cost of the Work
for the purpose of determining CONTRACTOR's Fee. If, however, any such .Ioss or damage requires
reconstruction and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a
fee proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5.8. Minor expenses such as telegrams, long distance telephone calls, telephone service at the
site, expressage and similar petty cash items in connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes in the
Work and premiums of property insurance coverage within the limits of the deductible amounts established by .
OWNER in accordance with paragraph 5.6. .
11.5. The term Cost of the Work shall not include'any of the following: .
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives, principals (of
partnership and sole proprietorshipS), .general managers, engineers, architects, estimators, attorneys,
auditors, accountants, purchasing and contracting agents, expeditors, timekeepers, clerks and other
personnel employed by CONTRACTOR whether at the site or in CONTRACTOR's principal or a branch office
for general administration of the Work and not specifically included in the agreed upon schedule of job
classifications referred to in paragraph 11.4.1 or specifically covered by paragraph 11.4.4-a1l of which are to be
considered administrative costs covered by CONTRACTOR's Fee.
11.5~2. Expenses of CONTRACTOR's principal area branchoffiees other than CONTRACTOR's
GC-32
Page 32 of 52
Revision Date
Anqus~ 2.001
office: at the site.
CONTRACTOR's FEte:
11.6. CONTRACTOR's .Fee allowed to CONTRACTOR for overhead and profit shall be determined
as fo/Jows:
11.6.1. a mutually acceptable fIXed fee, or if none can be agreed upon;
11.6~2.. a fee based on the following percentages of the various portions of the Cost of the Work:
11.6.2.1. for costs incurred under paragraphs 11 A 1 and 11.4.2, CONTRACTOR's Fee shall be ,
fifteen percent, .
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent; and if a
subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to CONTRACTOR on
account of overhead and profit of all Subcontractors shall be fifteen percent,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4, 11.4.5 and
11.3,
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such change
which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in
CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and
. 11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in CON-
TRACTOR's Fee shall be computed on the basis of the net change in accordance with paragraphs 11.6.2.1
through 11.6.2.4, inclusive. . . )
11.7. . For all changes, CONTRACTOR shall submit an itemized cost breakdown, together with
supporting data in such detail and form as prescribed by the Project Manager. When a credit is due, the
amount of credit to be allowed by CONTRACTOR to OWNER for any such change which results in a net
GC-33
Page 33 of 52
Revisi.on Date
August 2001
d~crease 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 any change, the combined overhead and profitshall be calculated on the basis of the net change, whether .
an increase or decrease. In any event, the minimum detail shall be ail itemization of all man-hours required by
discipline/trade with the unit cost per man-'-hour and total labor price, labor burden, equipment hours and rate /
for each piece of equipment, material by units of measure and price per unit, other costs specifically itemized,
. plus the overhead and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances so
named in the Contract Documents and shall Cause the Work so covered to be done by such Subcontractors or
Suppliers and for such sums within the limit of the allowances as may be acceptable to PROFESSIONAL
CONTRACTOR agrees that .
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade discounts) of
materials and equipment required by the allowances to be delivered at the site and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation costs,
overhead, profit and other expenses contemplated for the allowances have been included in the Contract
Price and not in the allowances. No demand for additional payment on account of any thereof will be valid.
Prior to final payment, an appropriate Change Order will be issued as recomniended. by PROFESSIONAL to
reflect actual amounts due CONTRACTOR on account of Work covered by allowances, and the Contract
Price shall be correspondingly adjusted. .
Unit Price Work:
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,.
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the
estaplished unit prices for each separately identified item of Unit Price Work times the estimated quantity of
each item as indicated in the Agreement The estimated quantities of items of Unit Price Work are not
guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price.
Determinations of the actual quantities and classifications of Unit Price Work performed by CONTRACTOR.
will be made by PROFESSIONAL in accordance with Paragraph 9~ 1 O.
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 CONT~CTOR differs
materially and significantly from the estimated quantity of sucti item indicated i1ithe 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 iri accordance with Article 11 if the parties are unable to agree as to the amount
of any such increase. .
GC-34
Page 34 of 52
Revision Date
August 2001
ARTICLE 12-CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Chang~ Order., Any request for an extension in
the C.ontract 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 sl!ch occurrenCe unless the
OWNER allows additional time. All claims submitted by CONTRACTOR for adjustm~nts to the Contract Time
must set forth in detail the reasons for and causes of the delay and clearly indicate why the subject delay was
beyond CONTRACTOR's control or fault
12.2. If CONTRACTOR is delayed at any time in the performance, progress, commencement, or
. completion of the Work by any act or neglect of OWNER or PROFESSIONAL, or by an employee of either, or
by any separate CONTRACTOR employed by OWNER, or by changes ordered in the Work, or by labor
disputes,: fire, unavoidable casualties, utility conflicts which Could not have been identified or foreseen by
CONTRACTOR using reasonable diligence, or any causes beyond CONTRACTOR'scontrol or.faul~ then the
Contract Time shall be extended by Change Order for siJch. reasonable time as OWNER may determine.
CONTRACTOR shall be entitled to an extension of time for such causes only for the number,ofdaysof 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 r~quiremfilnts ofthe Contract Documents. . Provided, however, notwithstanding anything in the Contract
Documents to the cOntrary, no interruption, interference, inefficiency, suspension or delay in th~ performance,
progress, commencement or cOmpletion of the Work for any cause whatsoever, including. those for whi,?h
. ()WNER or PROFESSIONAL may be responsible in whole or in par~ shall relieve CONTRACTOR of its duty
to perform or give rise to any right to damages or additional compensation from OWNER. CONTRACTOR's.
'sole and exclusive remedy. against OWNER for interruption, interferenCe, inefficiency, suspension or delay of
any aspect of the Work shall be the right to seek an extension to the Contract Time in accordance with the
procedures set forth herein.
GC-35
Page 35 of 52
Rerlsi.ol1 Date
AUgUst - 2001
ARTICLE 13-WARRANTY AND GUARANTEE; TES.TS. AND INSPECTIONS: CORRECTION,
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
. . 13.5. All inspections; tests or approvals either than those required by Laws or Regulations of any
. public. body having jurisdiction shall be' performed by organizations acceptable to OWNER and
. CONTRACTOR (or by PROFESSIONAL if so specified).
. -
13.6. If any Work (including the work of others) that is to be inspected, tested orapproved is covered
without written concurrence of PROFESSIONAL, it must. if requested by PROFESSIONAL, be uncovered for
observation. Such uncovering shan be a~ CONTRACTOR's expense unless CONTRACTOR has given
PROFESSIONAL timely notice of CONTRACTOR's intention to cover the same and PROFESSIONAL has not
acted with reasonable promptnesS in response to such. notice. .
GC-36
Page 36 of 52 .
Revision Date
August 2001
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or
approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to perform the
Work in accordance with the requirements 6f the Contract Documents.
Uncovering Work:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto without the
prior written approval of PROFESSIONAL,or if any Work is covered contrary to the request of
PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, b~ uncovered forobservation, inspection,
testing or approval and replaced at CONTRACTOR's expense. .
13.9~ If PROFESSIONAL considers it necessary or advisable that covered Work be observed by
PROFESSIONAL or inspected or tested. by others, CONTRACTOR, at PROF.ESSIONAL's request, shall
uncover, expose or otherwise make available for observation, inspectio[). or testing as PROFESSIONAL may
require, that portion.of the Work in question, furnishing all necessary labor, material and equipment If it is
found that such Work is defective, CONTRACTOR shall bear a,1 direct and consequential costs of such
uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not
limited to fees and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs), and
OWNER shall be entitled to an appropriate decrease in the Contract Price and, if the parties are unable to
agree as to the amount thereof, OWNER may make a clairn therefor as provided in Article 11. If, however,
such Work is riot found to be defective, CONTRACTOR shall be allowed an increase in the Contract Price or
an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,
inspection, . testing and reconstruction,. and, if the parties are unable to agree as to the amount or extent
thereof, CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
OWNER May Stop the Work:
13.10. When Work is defective or when CONTRACTOR rails to supply sufficient skilled workmen or
. suitable materials or equipment or make prompt payments to Subcontractors for labor, materials, or
equipment or if CONTRACTOR violateS any, provisions of these Contract Documents, OWNER may order
CONTRACTOR to stop the Work until the cause for such order has been eliminated. However, this right of
OWNER to stop the Work shall.notgive rise to any duty on the part of.OWNER to exercise this right for the
benefit of CONTRACTOR or any other party. CONTRACTOR shall have no right to claim an increase in the
Contract Price or Contract Time or other damages for a stop work order under this paragraph, .
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to OWNER
. arid as specified by PROFESSIONAL, either correct the defective Work whether fabricated, installed, or
completed, or remove it from the site and replace it with non-defective Work. If CONTRACTOR does not
correct such defective Work or remove and replace such defective Work within a reasonable time, as
specified in a written. notice from PROFESSIONAL, OWNER may have the deficiency corrected. AU direct and
indirect costs of such correction shall be paid by CONTRACTOR or deducted from payment to
CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and replacing all Work
of others destroyed or damaged by the correction, removal, or replacement of the defective Work.
GC-37
Page 37 of 52
Revision Date.
August 2001
One Year Carrectian Periad:
13.12. If, after approval of final payment and prior t.o the expiration of one year after the date of
substantial completion or such longer period of time as may be prescribed by law or by the terms of any
applicable special guarantee required by the Contract Documents, any Work or materials are found to be
defective, incomplete, or .otherwise not in accordance with the Contract Documents, CONTRACTOR shall
. promptly, without cost to OWNER and -in accordance with OWNER's written instructions, either correct such
defective Work or if it has been rejected by OWNER, remove it from the Site and replace it with non-defective
Work. .If CONTRACTOR does not promptly Comply with the terms of such instructions, OWNER may have
the defective Work cOrrected, removed, or replaced; AIl direct, indirect and consequential costs of such
removal and replacement (includJng but not limited to fees and charges of engineers, architects, attorneys and
other pr<?fessianals) will be paid by CONTRACTOR. .
Acceptance .of Defective Wark:
( -
. . 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 consequ~htial costs attributable to
OWNER's evaluation .of and determination to accept such defective Wark (such costs ta be approved by
PRQFESSIONAL as to reasonableness and to include but not be limited to fees and ct:largesof engineers;
architects, attorneys and other professionals), If any such acceptance. occurs prior to PROFESSIONAL's
recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the
Contract Documents with respect ta the Work, and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to c:igree as to the am.ount thereof, OWNER may make a claim
. therefar as pravided in Article..11, If the acceptance occurs after such recommendation, an apprapriate
amount will be paid by CONTRACTOR to OWNER.
OWNER May Correct Defective Wark:
13.14. If CONTRACTOR fails within a reasonable time after written notice of PROFESSIONAL to
proceed to correct defective Work or to remove and 'replace rejected Work as required by PROFESSIONAL in
accordance with paragraph 13.11, or if CONTRACTOR fails.to perform the Work in accordance with the
Contract Documents, or if CONTRACTOR falls to comply with any other provision .oftha Contract Documents,
OWNER may, after seven days' writteri n.otice to CONTRACTOR, correct and remedy any such deficiency. In
exercising the rights and remedies under this paragrapl\ OWNER shall proceed expeditiously, to the extent
nec;:essary to complete cOrrective and remedial actian. OWNER may exclude CONTRACTOR from all or part
Qf tb~ ~jte,Ja_~~ Ro~essi()n()f.all or ~art of the Work, and suspend CONTRACTOR's services related thereto, .
take possession of CONTRACTOR's tooiS~appjjances,-constniCtion-equipmentariamact1irteryatthe- site and -
incorporate in the Work all materials and equipment stored at the site .or for which OWNER has paid
CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's
representativeS, agents and employees sUch access to the site as. may be necessary t.o enable OWNER to
exercise the rights and remedies under this paragraph,. All direct, indirect and consequential CostS of OWNER
. in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved as to
reasonableness by PROFESSIONAl,. and a Change Order will be issued incorporating. the necessary
reyisi.ons in the Contract Documents with respect to the Work, and OWNER shall be entitled to an appropriate
decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may
make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but
not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs
GG-38
Page 38 of 52
Revisi.oI1 Date
August 2001
and ali costs of repair and. replacement of work of others destroyed or damaged by correction, removal or
replacement of CONTRACTOR's defective Worlc CONTRACTOR shall not be allowed an eXtension of the
Contract Time because of any delay in performance of the Work attributable to the exercise by OWNER of
OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13.15. If CONTRACTOR neglects to execute the Work in accordance with the Contract Documents,
including any requirements of the progress schedule, PROFESSIONAL may direct CONTRACTOR to submit
a recovery plan and take specific corrective actions including. but not limited to, employing additional workmen
and/or equipment. and working extended hours and additional days, all at no cost to OWNER in order to put
. the Work back on schedule. .If CONTRACTOR fails to correct the deficiency qr take appropriate corrective .
. action, OWNER may terminate the contractor CONTRACTOR's nghtto proceed with that portion ofWbrk and.
have the Work done by others:. The cost of completion under such procedure shall be charged against.
CONTRACTOR A Change Order shall b~ issued incorporating the necessary revisions in the Contract
. Documents, including an appropriate reduction in the Contract Price. Itthe payments due CONTRACTOR are
not sufficient to cover such amount, CONTRACTOR shcili 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.
GC-39
Page 39 of 52
Revision Date
August 2001
ARTICLE 14-PAYMENTSTO CONTRACTOR AND COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in 2.9 will serve as the basis for progress
payments and will be incorporated into a form of application for Payment acceptable to Project Manager.
Progress payments on account of Unit Price Work will be based on the number of units completed.
Application for Progress Payment:.
14.2. At least twenty (20) calendardays before the date established for each progress payment (but
not more often than once a month); CONTRACTOR shall submit to PROFESSIONAL forreviewan 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 Work but delivered and
suitably stored at the site or ?t another location agreed to in writing, the Application for Payment shall also be
accompanied by a bill of. sale, invoice or other documentation warranting that OWNER has received the
materials and equipment free and clear of all liens and evidence that the materials and equipment are covered
by appropriate property insurance and other arrangements to protect OWNER's interest therein, all of which
will be satisfactory to OWNER. Payment is subject to a ten percent (10%) retainage that will be held until the
final payment or acceptance by OWNER The amountof retainage with respect to progress payments will be
.. as stipulated in the Agreement.
CONTRACTOR'$. Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and equipment
covered by any Application for Payment, whether incorporated in the Project or not, will pass to OWNER no
. later than the time of payment free and clear of all Liens. .
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application for
Payment, either indicate in writin.g a recommendation of payment and present the application to OWNER, or
retum the application to CONTRACTOR indicating in writing PROFESSIONAL's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit
the application. OWNER shall, within thirty-one calendar days of presentation to him of the appl!cation for
payment with PROFESSIONAL's recommendation of the amount for payment, pay CONTRACTOR amount
recommended. .
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for Payment
will constitute a representation by PROFESSIONAL. to OWNER, based on PROFESSIONAL's on-site
observations of the Work in progress as an experienced and qualified design PROFESSIONAL and on PROF-
ESSIONAL's review of the Application for Payment ~nd the accompanying data and schedules, that the Work
has progressed to the point indicated; that, to the best of PROFESSIONAL's knowledge, information and
belief,.the quality of the Work. is. in accordance with the Contract DocUments subject to an evaluation of the
Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests
called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price
GC-40
Page 40 of 52
Revision Date
August 2001
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
. 14.7,3. OWNER has been required to cOrrect defective Work or complete Work in accordance with
paragraph 13.14. or
14.7.4; of PROFESSIONAL's actual knowledge of the occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.9 inclusive. .
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL because claims
have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work or .
Liens have been filed in connection with the Work or there are other items entitling OWNER to a off-set
against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a
copy to PROFESSIONAL) stating the reasons for such action. .
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work ready for its intended use, CONTRACTOR
shall notify OWNER and PROFESSIONAL iri writing that the entire Work is substantially complete (except for
items specifically listed by CONTRACTOR as incomplete) and request that PROFESSIONAL issue a
certificate of Substantial Completion~ Within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAl shall make an inspection of the Work to determine the status of completion. If.
PROFESSIONAl does not consider the Work substantially complete, PROFESSIONAL willno!ify
CONTRACTOR in writing giving the reasons therefor. If PROFESSIONAL considers the Work substantially
complete, PROFESSIONAl will. prepare and deliver to OWNER a tentative certificate of Substantial
Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a
tentative list ~f items to be completed or corrected before final payment OWNER shall have seven days after
receipt of the tentative certificate during which to make written objection. to. PROFESSIONAL as to any
GC-41
Page 41 of 52
Revision Date
A11qust 2001
p.rovisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL concludes
that the Work is not substantially complete, PROFESSIONAL will, within fourteen days after submission of the
tentative certificate to OWNER notify CONTRACTOR in writing stating the reas()ns therefor. If, after
consideration of OWNER's, objecti()ns, PROFESSIONAL c0nsiders the Work substantially complete,
PROFESSIONAL will within said fourteen days execute and deliver to OWNER and CONTRACTOR a
definitive certificate of Substantial Completion (with a revised tentative list of items to be completed. or
correCted) reflecting such changes from the tentative certificate as PROFESSIONAL believes justified after
consideration of any objections from OWNER. At the time of delivery of the tentative certificate of Substantial
Completion, PROFESSIONAL will deliver to OWNER and CONTRACTOR a written reCommendation as to
divisionofrespon.sibilities pending final payment between OWNER and CONTRACTOR with. respect to
security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER and
CONTRACTOR agree otherwise in writing and, so inform PROFESSIONAL prior to PROFESSIONAL's issuing
the definitive certificate of Substantial. Completion,. PROFESSIONAL's aforesaid recommendation will be
binding on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shaU allow CONTRACTOR reasonable access to complete or correct
items on the tentative list. -
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work which (Q
has specifically been identified in the. Contract Documents, or (ii) OWNER, PROFESSIONAL, and
CONTRACTOR agree constitutes a separately functioning and usable part of the Work that can be used by
OWNER for its intended purpo$e without significant interference with CONTRACTOR's performance of the
remainder of the Work, may be accomplished. prior to Substantial Completion of all the Work subject to the
. following:
14.10.1. OWNER at any time may request CONTRACTOR in Writing .to permit OWNER to use any
such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If
CONTRACTOR agrees, CONTRACTOR will certify to OWNER and PROFESSIONAL that said part of the
Work is substantially complete and request PROFESSIONAL to issue a certificate of Substantial Completion
for that part of the Work. CONTRACTOR at any time may notify OWNER and PROFESSIONAL in writing that
CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and
request PROFESSIONAL to issue a certificate of Substantial Completion fOr that part of the Work. Within a'
reasonable time after either such request, OWNE~. CONTRACTOR and PROFESSIONAL shall make ail
inspection of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify OWNER and CONTRACTOR,
in writing, giving the reasons therefor. If PROFESSIONAL considers that part of the Work to be substantially
complete, the provisions of paragraphs 14,8 and 14.9 will apply with respect to .certification of Substantial
Completion of that part of the Work and the division of responsibility in. respect thereof and. access thereto..
. ..
14.10.2. OWNER may at any time request CONTRACTOR. in writing, to permit OwNER to take over
operation of any such part of the Work although it is not substantially complete. A copy of such request will be
sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER, CONTRACTOR and
PROFESSIONAL shall make an inspection of that part of the Work to determine its status of completion, and
PROFESSIONAL will prepare a Iistof 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
GC-42
. Page 42 of 52
Revisi.on Date
August 2001
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 iist to OWNER and CO.NTRACTOR together with a written
recommendation as to the. division of responsibilities pending final payment between OWNER arid
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 paragrap~ 5.15 in respect of property insurance.
14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed upon portion
thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CONTRACTOR and will
notify CONTRACTOR in writing of all particulars in Which this inspection reveals that the Work is incomplete or
defective. CONTRACTOR shall immediately take such measures as. are neCessary to. remedy such defi-
ciencies.
Final Application for Payment:
. 14.12. After CONTRACTOR has completed all such corrections to the satisfactibn of
PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all maintenance
and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required
by 5.2, certificates of inspection, marked-up record documents and other documents, CONTRACTOR may
. make application for final payment following the procedure for progress payments. The final Application for
Payment shall be accompanied (except as ,previously delivered) by: (i) all documentation called for in the
Contract Documents, including but not limite;d to the evidence of insurance required, (iQ 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 Worlc In lieu of such releases or waivers of liens and as
approved by OWNER, CONTRACTOR may furnish receipts or release in full and an affidavit of
CONTRACTOR that (i) the releases and receipts include all labor, services, material and equipment for which
. a lien could be filed, and (iI) all payrolls, material and equipment bills and other indebtedness connected with
the Work for which OWNER or OWNER's property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor or supplier fails. to furnish such a release or receipt in full,
CONTRACTOR may furnish a bond or other COllateral satisfactory to OWNER to indemnify OWNER against
any lien.
14.12.1. No appUcation for final payment will be accepted by OWNER until approved as-built.
documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
GC43
Page 43 Of 52
Revis.1on Date
August 2001
. 14.12.2. Notwithstanding any other provision of these Contract documents .to the contrary, OWNER
and. PROFESSIONAL are under no duty or obligation whatSoever to any. vendor,. materials provider,
Subcontractor, laborer or other partY to ensure that payments due and owing by CONTRACTOR to any of
them are or will be made~ Such parties shall rely only on. CONTRACTOR's surety bonds for remedy of
nonpayment by him. CONTRACTOR agrees to defend and resolve all Claims made by Subcontractors,
indemnifying OWNER and PROFESSIONAL for all claims arising from or resulting from Subcontractor or
supplier or material men or laborer services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and PROFESSIONAL for any
dam~ges sustained, including lost profits, resulting from CONTRACTOR's failure or refusal to perform the
work required by these contract documents. .
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction and final
inspection and . PROFESSIONAL's review of the final Application for Payment and accompanying
documentation as required by the Contract Documents, PROFESSIONAL is satisfied that the Work has been
completed and CONTRACTOR's other obligations under the Contract Documents have been fulfilled,.
PROFESSIONAL will, within ten (10) working days after receipt of the final Application for Payment, indicate in
writing PROFESSIONAL's recommendation of payment and present .the Application to OWNER for payment.
At the same time PROFESSIONAL will also give written notice to OWNER and CONTRACTOR that the Work
is. acceptable subject to the provisions of 14.6. Otherwise, PROFESSIONA~ will return the application to
CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application. After the presentation to
OWNER of the application and accompanying documentation, in appropriate form and substance and with
PROFESSIONAL's recommendation and. notice of aCceptability, the amount recommended by
PROFESSIONAL will become due and will be paid by OWNER to CONTRACTOR. .
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly delayed and'
if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's final Application for
Payment and recommendation of PROFESSIONAL and without terminating the Agreement, make payment of
the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held
by OWNER for Work not fully completed or corrected is less than th~ retainage stipulated in the Contract and
if bonds have been furnished as required in Article 5, the written consent of the surety to the payment of the
balance due for that portion of the Work fully completed and accepted ,shall be submitted by CONTRACTOR
to PROFESSIONAL with the application for such payment. Such payment shall be made under the terms. and
Conditions governing final payment, except that it shall not constitute a waiver of claims~
CONTRACTOR's Continuing Obligation:
. 14.15. CONTRACTOR's obligation to perform and complete the Work inaccorclance with the
Contract Documents shall be absolute. Neither recommendation of any progress or final
payment by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor
any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or
occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER
nor any failure to do so, nor any review and approval of a Shop Drawing or sample
submission, nor the issuance of a notice ofaeceptability by PROFESSIONAL pursuant to
paragraph 14.13, nor any correction of defective Work: by OWNER will constitute an
GC-44
Page 44 of 52
~
Revision Date
.August '2001
[.
acceptance of Work. not in accordance. with the Contract Documents or a release of
CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents
(except as proVided in paragraph 14.16).
Waiver of Claims:
14.16. The making and acceptance of final payment will constitute: .
14.16.1. A waiver of all cla!ms by OWNER against CONTRACTOR, except claims arising from
unsettled liens, from defective Work appearing after final inspection pursuant to 14.11, from failure to comply
with the. Contract Documents or the terms of any special guarantees specified therein, or from
CONTRACTOR's continuing obligations Linder 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. .
GC-45
Page 45 of 52
Revi.sion Date
August" 2001
I
! "
ARTICLE 15-SUSPENSION OF WORK AND
TERMINATION
OWNER May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof for a
period of not more than ninety days by notice in writing to CONTRACTOR and PROFESSIONAL which will fix
the date on which Work will be resumed. CONTRACTOR shall resume the. Work on the date so fixed.
CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Time, or
both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided
in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
. .
15.2. 1. if CONTRACTOR commenGesa 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 otherf~eral or state law in effect at such time relating
to the bankruptcy or insolvency; .
15.Z.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy Code as now
. or hereafter -in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief
against CONTRACTOR under any other federal or state law in effect atthe time relating to bankruptcy or
insolvency; .
. .
. 15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law
or under contract, whose appointment or authority to take charge of property of CONTRACTOR is for the
purpose of enforcing a Lien again~t 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, faHure to supply sufficient skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established under paragraph 2.9 as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction;
15:2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the Contract
Documents, . .
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written notice and to
the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude.
GC-46
I
,
I
I
I
I.
Revision Date
August 2001
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 ~se the same to the full extent they could be used by
CONTRACTOR (without liability to CONTRACTOR for trespa~ or conversion), incorporate in t~e 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 hi 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, attomeys 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 btfapproved as to
reasonableness by PROFESSIONAL and incorporated in a Change Order, but when exercising any rights or
remedies under this paragraPh, OWNER shall not be required to obtain the lowest price for the Work
performed.
15.3. In ,the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be the
means for disposition of the balance of the contract obligations.. .
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL, OWNER
may, without cause and without prejudice to any other right or remedy of OWNER, elect to terminate the
Contract In such case, CONTRACTOR shall be paid (without duplication of any items):
15.4.1. For completed and aCceptable Work executed in accordance with the Contract Documents
. prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such
Wo~; .
15.4.2. For expenses sustained prior to the effective date of termination in performing services and.
furnishing labor, materials or equipment as required by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
15.4.3. For aU 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 tenriination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss
arising out of or resulting from such termination. .
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the termination will
not affect any rights or remedies of OWNER against CONTRACTOR thenexistin9 or which may thereafter
accrue. Any retention or. payment of moneys due CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
GC-47
Page 47 of 52
Revision Date
August 2001
. ninety calendar days by OWNER or under an order of Court ot 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 finallydetermined.to be due, CONTRACTOR may upon seven days' written notice to
OWNER and PROFESSIONAL stop the Work until receipt of payment of all such amounts due
CONTRACTOR, including interest thereon. The provisions of this paragraph are not intended to preclude
CONTRACTOR frommakingclaiiTl 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 provisic;msof .this paragraph shall not relieve. CONTRACTOR of the
obligations under paragraph 6.30 to carry on the Work in accordance with the progress schedule and without
delay during disputes and disagreements with OWNER. .
GC-48
Page 48 of 52
Revision Date
August 2001
ARTICLE 16:"'DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law orfact or both,
or extra work, and all claims for alleged breach of contract shall within ten (10) working days of the
commencement of the dispute be presented by CONTRACTOR to OWNER for decision. All papers
pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but
shall state the facts surrounding the claim in sufficient detail to identify the claim, together with its character
and scope. In the meantime, CONTRACTOR shall proceed with the Work as directed: Any claim not
. presented within the time limit specified in this paragraph shall b~ deemed to have been wajved, except that if
. the claim is of a c:ontinuing character and noti~ of the claim is not given within ten (10) working days of its
commencement, the claim will be considered only for a period commencing ten (10) working days prior to ~e
receipt by OWNER of notice thereof: Each decision by OWNER will be in writing and Will be mailed t<?
CONTRACTOR by registered or certified. mail, retum receipt requested, directed to his last kriown address.
16.2 All claims, disputes and other matters in question between OWNER arid CONTRACTOR
arising out of; or relating to, the Contract Documents or the breach thereof shall be decided under Georgia
Law in the Superior Court of Richmond County, Georgia. CONTRACTOR by execution of the Contract
consents to jurisdiction and venue in the Superior Court of Richmond County, Georgia, and waives any right to
contest same.
,
GC-49
Page 49 of 52
j
Revision Date
August 2001
ARTICLE 17-MISCELLANEOUS
Giving Notice:
17.1. Wheneverany provision of the Contract Documents requires the giving of written notice, itWiIl
be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to
an officer of the corporation. for whom it is intended, or if delivered at or sent by registered or certified mail,
postage prepaid, to the last business address known to the giver of the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be computed
to exclude the first and include the last day of such period. If the last. day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be
omitted from the computation. .
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight shall.
constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property because of
. any error, omission or act of the other party or of any of the other party's employees or agents or otherS for
whose acts the other party is legally liable, claim should be made in writing to the other party within a
r:easonable 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 ora waiver of the proviSions of any applicable statute of limitations or
'repose. .
17.4. The duties and obligations imposed by these General Conditions and the rights and remedies
. available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees
. . and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1, 13.12, 13.14, 14.3 and 15.2 and all
of the rights and remedies availaple to OWNER and PROFESSIONAL thereunder, are in addition to, and are
. not to be construed in any way as a limitation of; any rights and. remedies available to any or all of them which
are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated
specifically in the. Contract Documents in connection with each particular duty, obligation, right and remedy to
which they apply. All representations, warranties and guarantees made in the Contract Documents will survive
final payment and termination or completion of the Agreement . .
17.5. CONTRACTOR shall keep adequate records and supporting documentation appli~ble to this
Work and Contract. Said records and documentation shall be retained by CONTRACTOR for a minimum of
five (5) years from the date of final completion or termination of this Contract OWNER shall have the right to
audit, inspect, and copy all such records and documentation as often as OWNER deems necessary during the
period of the Contract and for a period of five (5) years thereafter provided,however, such activity shall be
conducted only during normal business hours. OWNER, during this period of time, shall also have the right to
obtain a copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the
aforesaid records and su~porting documentatio.n.
GC-50
Page 50 of 52
Revi.sion Date
August 2001
17.6. The Contract. Documents are intended by the Parties to, and do, supersede any and all
provisions ofthe Georgia Prompt Pay Act, O. C.G.A. Section 13-11.,.1, et seq. In the event any provision of the
Contract Documents are inconSistent with any provision of the Prompt Pay Act, this provision of the Contract
Documents shall cOntrol.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any sum held as retainage pursuant to the Contract Documents and
CONTRACTOR specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no substitutions of
materials that are not determined to be equivalent to those indicated or required in the contract documents
without an amendment to the contract. .
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Pr~vent Overflows During Sanitary Sewer Construction:
17.9~ 1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater to
waters of the State is a violation of Georgia Water Quality Regulations and is prohibited.
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning work. This
. plan will include a list of key personnel with 24-hour contact information whowill respond during an emergency
situation. The ERP will include estimates of mobilization time .for a response crew to arrive onsite. Any
changes to the EmergencY Response. Plan will be submitted to the RESIDENT PROJECT
. .REPRESENTATIVE prior to implementation.
17.9.3 In the event bypass pumping is required to facilitate new sewer construction, bypassing plans
and supporting calculations must be submitted to the Augusta Utilities. Department for reView prior to
establishment of the bypass. All bypass systems will include complete redundancy in pumping systems, if
failure of the primary pumping systemC,Ould result in a discharge of untreated wastewater to waters of the
State.
17.9.4 Bypass pumping will be monitored continuously bya person knowledgeable in pump operation
and maintenance if the failure of the bypass pump could result in the discharge of untreated wastewater to
waters of the State.
17.9.5 In the event of a discharge of untreated wastewater, the CONTRACTOR will take the following
. actions:
1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the RESIDENT
PROJECT REPRESENTATIVE (contact information will be provided at the preconstruction
conference). .
3. Maintain a chronicle of relevant information regarding the incident including specific actions taken
by the CONTRACTOR and estimates of the discharge volume. . .
. 17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the Georgia
Environmental Protection -Division (800.241.4113) and the Augusta Emergency Management Agency if
GC-51
Page 51 of 52
Revision Date
August 2001
appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the OWNER, the
CONTRACTOR is not responding to an emergency situation in an appropriate manner, the Utilities
Department will undertake necessary actions to abate an overflow situation. The cost of these actions will be
the responsibility of the CONTRACTOR.
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be conducted by
the Utilities Department to assess potential mitigation measures that may be required of the CONTRACTOR.
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is Augusta Utilities Department, 360 Bay Street,
Suite 180 Augusta, GA 30901.
The presence or duties of PROGRAM MANAGER's personnel at the construction site, whether as onsite
representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM MANAGER's personnel in
any way responsible for those duties that belong to OWNER and I or the CONTRACTOR or other entities, and
do not relieve the CONTRACTOR or any other entity of their obligations, duties, and responsibilities, including,
but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for
coordinating and completing all portions of the construction work in accordance with the construction Contract
Documents and any health and safety precautions required by such construction work.
PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise any control
over any construction contractor or other entity or their employees in connection with their work or any health
or safety precautions and have no duty of inspecting, noting, observing, correcting, or reporting on health or
safety deficiencies of the CONTRACTOR( s) or other entity or any other persons at the site except PROGRAM
MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of providing to
OWNER a greater degree of confidence that the completed construction work will conform generally to the
construction documents and that the integrity of the design concept as reflected in the construction documents
has been implemented and preserved by the construction contractor(s). PROGRAM MANAGER neither
guarantees the performance of the construction contractor(s) nor assumes responsibility for construction
contractor's failure to perform work in accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials incorporated into
the construction work, and construction contractors include manufacturers of materials incorporated into the
construction work
GC-52
Page 52 of 52
· Commercial General Liability (per occurrence) Each Occurrence
· General Aggregate .
· Products
· Personal << Adv Injury
· Fire Damage
· Automobile Liability (any auto) Combined Single Limit
· Excess Liability (Umbrella) Each Occurrence
· Workers Compensation
· Employer Liability
$1,000,000
$ 2,000,000
$ 2,000,000
$1,000,000
$. 500,000
$1,000,000
. $5,000,000
Statutory Umits
$1,000,000
SECTION SGC
SUPPLEMENTAL GENERAL CONDffiONS
CONTRACTQR~SLiabllity Insurance
Insurance shall be written with limits of liability shown ~low or as required by law, whichever
is greater:
SECTION
SC-Ol
SC-02
SC-03
SC-04
SC-05
SC-06
SC-07
SC-08
SC-09
SC-10
SC-11
SC-12
SC-13
SC-14
SC-15
SC-16
SC-17
SC-18'
SC-19
SC-20
SC-21
SC-22
SC-23
SECTION SC-O
INDEX TO SPECIAL CONDITIONS
Special Condition #1 - Contract Documents and Drawings
Special Condition #2 - Contractor's Field Office
Special Condition #3 - Temporary Sanitary Facilities
Special Condition #4 - Boundaries of Work
Special Condition #5 - Existing Structures and Utilities
Special Condition #6 - Traffic Safety
Special Condition #7 - Utilities
Special Condition #8 - Estimate of Quantities
Special Condition #9 - Surveys
Special Condition #10 - Dimensions
Special Condition #11 - Erosion and Sediment Control
Special Condition #12 - Safety and Health Regulations
Special Condition #613 - Site Contamination and Chemicals
Special Condition #14 - Storage of Materials
Special Condition #15 - Manufacturer's Directions
Special Condition #16 - Cleaning Up
Special Condition #17 - Prior Use By Owner
Special Condition #18 - Restoration of Property
Special Condition #19 - Subsurface Investigation
Special Condition #20 - Maintenance of Access
Special Condition #21 - Contractor Field Mark-Up
Special Condition #22 - General Requirements
Special Condition #23 - Dedicated Flagman
SC - 1
SC - 2
SC - 3
SC - 4
SC - 5
SC - 6
SC - 7
SC - 8
SC - 9
SUPPLEMENTARY CONDITIONS
INDEX
CONTRACT DOCUMENTS AND DRAWINGS
CONTRACTOR'S FIELD OFFICE
TEMPORARY SANITARY FACILITIES
BOUNDARIES OF WORK
EXISTING STRUCTURES AND UTILITIES
TRAFFIC SAFETY
UTILITIES
ESTIMATE OF QUANTITIES
SURVEYS
SC - 10 DIMENSIONS
SC - 11 EROSION AND SEDIMENT CONTROL
SC - 12 SAFETY AND HEALTH REGULATIONS
SC - 13 SITE CONTAMINATION AND CHEMICALS
SC - 14 STORAGE OF MATERIAL
SC - 15 MANUFACTURER'S DIRECTIONS
SC - 16 CLEANING UP
SC - 17 PRIOR USE BY OWNER
SC - 18 RESTORATION OF PROPERTY
SC - 19 SUBSURFACE INVESTIGATION
SC - 20 MAINTENANCE OF ACCESS
SC - 21 CONTRACTOR FIELD MARK-UP
SC - 22 GENERAL REQUIREMENTS
SC - 23 DEDICATED FLAGMAN
0706-00. SC.doc
SC-l
SECTION SC
SUPPLEMENTARY CONDITIONS
'ZEL. ENGINEERS ,
'ZEL, ENGINEERS
S.ECTIO.N SC
SUPPLEMENTARY CONDITIONS
SC - 1
CONTRACT DOCUMENTS AND DRAWINGS:
The Contract Documents which form a part of this contract include Advertisement
for Bids, Information for Bidders, Bid, Bid Bond, Notice of Award, Agreement,
Payment Bond, Performance Bond, Notice to Proceed, Change Order, General
Conditions, Supplementary Conditions, Technical Specifications, Drawings and
Addenda.
Specifications: The specifications consist of a written description of a
general and technical nature of materials, equipment, construction systems,
standards and workmanship, and include General Conditions, Supplemental General
Conditions, Supplementary Conditions and Technical Specifications indexed at
,the front of this bound volume of Contract Documents.
Drawings: The Engineer will furnish to the Contractor, free of charge, one set
of the drawings and specifications reasonably necessary for the execution of
the work and any additional sets may be purchased from the designated party.
Locations of all features of the work included in the contract are indicated on
the contract drawings. The following drawings, dated February 2007 comprise
the plans for this contract.
DRAWING NO.
TITLE
6
7
8
LOCATION MAP AND DRAWING LIST
GENERAL NOTES - PROJECT SANITARY SEWER BID SCHEDULE
PLAN AND PROFILE STA 0+00 TO STA 30+00
PLAN AND PROFILE STA 30+00 TO STA 61+00
PLAN AND PROFILE STA 61+00 TO STA 91+52.45
SOIL EROSION AND SEDIMENT CONTROL
EROSION AND SEDIMENT CONTROL DETAILS FOR UTILITY
LINE CONSTRUCTION
EROSION AND SEDIMENT CONTROL NOTES AND DETAILS
MISCELLANEOUS DETAILS
COVER SHEET
G
1
2
3
4
5
SC - 2
CONTRACTOR'S FIELD OFFICE:
The Contractor shall maintain a field office on the site of the work which
contains a telephone, the contract documents, and the contractor's records.
SC - 3
TEMPORARY SANITARY FACILITIES:
Upon commencing work, the Contractor shall provide temporary screened and
shielded sanitary privies in a manner meeting the approval of the Engineer.
Facilities shall be maintained in a sanitary condition by the Contractor and in
compliance with the requirements of authorities having jurisdiction. All
temporary facilities shall be removed by the Contractor and the area returned
to its original condition prior to acceptance of the completed project.
0706-00 SC.doc
SC-2
'ZEL, ENGINEERS
SECTION SC
SUPPLEMENTARY CONDITIONS
SC - 4
BOUNDARIES OF WORK:
The Contractor shall not enter on or occupy with men, tools, equipment, or
materials, any ground outside tl,1e limits of Owner's property or construction
easements without written consent of the Owner of such property.
SC - 5
EXISTING STRUCTURES AND UTILITIES:
It is mandatory that the Contractor locate all previously placed underground
installations and construction prior to his engaging in any wor~ in areas where
such improvements may exist. The Contract drawings indicate general locations
of such existing improvements solely for the purpose of initial and general
representation thereof. The Owner and Engineer have not verified locations of
these improvements as a basis for locations displayed on the drawings . All
utilities and improvements must be located and flagged by the Contractor prior
to commencing work. Flags must be maintained and based upon actual fie~d
determinations. The Owner's project inspector must be notified before any work
begins in vicinity of existing underground improvements.
The Contractor shall be held responsible for any damage and for maintenance and
protection of existing construction and utilities. All damaged construction,
utilities or improvements shall be restored to the original or better condition
in which they were discovered.
SC - 6
TRAFFIC SAFETY:
The Contractor will be held responsible for any damages caused by negligence on
his part, or by the improper placing of or failure to display danger signs and
road lanterns; all traffic lanes will be kept open and clear at all times and
no _ excavated material or equipment will be placed on pavement during
construction.
SC - 7
UTILITIES:
The Contractor shall provide for temporary utilities for construction
operations. Potable water is available through a rental meter from hydrants.
The Contractor shall make provisions for telephone service with the pho!le
company. Electric power for construction operations shall be provided by the
Contractor by arrangement with the appropriate power company. The Contractor
shall make suitable ar~angements to provide fuel for temporary heating and/or
other construction operations as necessary.
SC - 8
ESTIMATE OF QUANTITIES:
Estimated quantities of work to be done and materials to be furnished under
this Contract if shown in any of the documents including the BID, are given
only to indicate approximately the scope of the Contract; variation of the
quantities reasonably necessary to complete the work contemplated by this
Contract shall, in no way, vitiate this Contract, nor shall any such variation
give cause for claims or liability for damages.
0706-00 SC.doc
SC-3
'ZEL, ENGINEERS
SECT.ION SC
SUPPLEMENTARY CONDITIONS
SC - 9 SURVEYS:
The Contractor shall make his own surveys and establish his own working lines
and grades from the basic reference lines established by the Engineer.
SC - 10 DIMENSIONS:
Dimensions shown in figures or which can be determined by computation from
other figures shown, shall take precedence over dimensions scaled from the
drawings. When the work of the Contractor is affected by finished dimensions,
these shall be determined by the Contractor at the site and he shall assume the
responsibility thereof.
SC - 11 EROSION AND SEDIMENT CONTROL:
The Contractor will be required to schedule his work and perform operations in
such a manner that siltation and bank erosion will be minimized during all
phases of construction-. Any areas disturbed during the course of construction
shall be restored to a condition equal or better than the original condition.
Grassing of disturbed areas shall be the minimum acceptable restoration. Silt
control devices such as straw bale fences and/or silt fence weight filter
fabric shall be installed to limit migration of silt to the water courses.
Erosion Control devices such as mats, grass, mulch, and crushed stone shall be
installed to protect adjoining areas from soil contamination. Compliance with
the guidelines of the Manual for Erosion and Sedimentation Control in Georgia,
pursuant to the Erosion and Sedimentation Act of 1975, shall apply as though
fully set forth herein.
The Contractor shall procure a Land Disturbing Permit from: Augusta-Richmond
Planning Commission, 525 Telfair Street, Augusta, GA 30911. As a part of the
permitting process, .the Contractor shall provide his construction schedule of
land disturbing work and shall include a plan of the temPorary measures to be
in place during construction. An employee of the prime Contractor shall be
designated as the work site Erosion and Sediment Control Supervisor who is to
be responsible for timely installation of erosion and sediment control measures
and who shall provide early detection and correction of erosion, sediment, and
flooding problemS and who shall have full (24 hr) access to the
personnel, equipment, materials, means and measures to ensure correction of
routine and or special deficiencies.
Permanent erosion control measures for this site include moderate slopes,
pavement, and permanent grassing. . The Contractor shall strive to expedite
completion of the permanent measures and shall keep the temporary measures in
place until a satisfactory grass cover is established. Sediment and erosion
control materials shall be as specified in Section Tl, Site Work and Section T7
Grassing.
An erosion control and sediment containment (E&S) allowance limit is included
as a supplementary bid price. Where installed quantities of acceptable E&S
measures result in an overrun of the E&S allowance limit an upward adjustment
of the contract will be made on the basis of the total amount resulting from
installed quantities and unit prices of E&S bid items. Because this contract
0706-00 SC.doc
SC-4
'ZEL, ENGINEERS
SECTioN SC
SUPPLEMENTARY CONDITIONS
considers the E&Swork to be a subsidiary obligation of the base .bid items, no
downward adjustment of the base bid will be made where more efficient E&S means
result in adequate control of erosion control and containment of silt.
SC - 12 SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor Safety and Health
Regulations for construction promulgated under the Occupational Safety and
Health Act of 1970 (PL91-596) and under Sec. 107 of the Contract Work Hours and
Safety Standards Act (PL91-54).
SC - 13 SITE CONTAMINATION AND CHEMICALS:
The CONTRACTOR shall prevent the construction site from being contaminated with
any substance in quantities or under circumstances prohibited by environmental
protection laws of the United States or .the State of Georgia. The CONTRACTOR
shall be responsible to the OWNER if, at any time, state or federal authorities
make a claim or demand against the OWNER on account of contamination of the
site caused or allowed by the CONTRACTOR or any of its forces or
subcontractors.
All .chemicals used during projE;!ct construction or furnished for project
operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of
other classification, must be registered for the purpose specified with USDA.
Use of all such chemicals and disposal of' residues shall be in st;rict
conformance with instructions.
SC - 14 STORAGE OF MATERIALS:
Materials shall be so stored as to insure the preservation of their quality and
fitness for the work. When considered necessary, they shall be placed on
wooden platforms or other hard, clean, surfaces, and/or placed under cover.
Stores of materials shallbe\so located as to facilitate prompt inspection.
SC - 15 MANUFACTURER'S DIRECTIONS:
Manufactured articles, materials and equipment shall be applied, installed,
connected, erected, used, c~eaned and conditioned as directed by the
manufacturer unless herein specified to the contrary.
SC - 16 CLEANING UP:
The Contractor shall keep the premises free from the accumulation of waste
material and rubbish, and upon completion of the work; prior to final
acceptance of the completed project by the Owner, he shall remove from the
premises all rubbish, surplus materials, implements, tools, etc., and leave his
work in a clean condition, satisfactory to the Engineer. On a daily basis, the
work area shall be cleaned sufficiently to produce a neat appearance.
0706-00 SC.doc
SC-5
'ZEL, ENGINEERS
SECTION SC
SUPPLEMENTARY CONDITIONS
SC - 17 PRIOR USE BY OWNER:
Prior to completion of the work, the Owner (by agreement with the Contractor)
may take over the operation and/or use of portions of the project. Such use of
facilities by the Owner shall not be deemed. as acceptance of any work or
relieve the Contractor from any of the requirements of the Contract Documents.
SC - 18 RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced by the operations
or acts of any of his agents or ethployees. Such restoration shall include
seeding, sodding, transplanting of lawns, hedges, or ornamental plantings, and
the repair or replacement of streets, dri veways, walks, fences, or other
facili ties in such a manner as to meet the approval of the Engineer. Nq
structures, fences or trees shall be removed without the consent of the
property owner or until condemnation procedure, if necessary, has been
completed.
Restoration of property shall commence immediately upon substantial completion
oI the proposed work in the various areas of the construction site.
SC - 19 SUB~SURFACE INVESTIGATION:
Soil Investigation Reports are not available for this project;.
SC - 20 MAINTENANCE OF ACCESS:
The Contractor. will be .r:equi.r:ed to maintain vehicular and pedestrian access
to all businesses and institutions during the time they are open and to all
residential and other occupied buildings and facilities at all times.
Whenever direct entrance is blocked from one direction, suitable access shall
be provided from another location. Bridges. with handrail protection will be
required for crosswalks at street intersections. It is recognized that it
will be necessary to remove bridges and block cross traffic while equipment
is in operation. The Contractor shall plan and pursue his operations so as
to minimize the time that direct entrance is blocked.
SC - 21 CONTRACTOR FIELD MARK-UP:
Contractor shall keep i'i field record of all asbuilt field conditions on a
contract set of drawings during all phases of construction. All deviances from
contract drawings shall be indicated in red. All repairs, sample tap
locations, service line tap locations, etc. shall be clearly indicated in red
on the Contract Drawings. Contractor shall provide set of drawings to Engineer
upon completion of project.
SC - 22 GENERAL REQUIREMENTS:
All construction of sanitary sewer lines shall be in accordance to Augusta
Utilities Department's Standards and Specifications.
Disturbance to any Survey Markers or Monuments requires re-establishment by a
licensed surveyor at the Contractor's expense.
0706-00 SC.doc
SC-6
'ZEL, ENGINEERS
SECTION SC
SUPPLEMENTARY CONDITIONS
Augusta Utilities Engineering Department shall be
any construction, tie-ins, or testing of water
(706~722-55 03) If no answer, leave message.
notified 24 hours prior to
or sanitary sewer lines.
Contractor shall contact the Utilities Protection Inc. ~Call Before You Dig"
se.rvice in order to locate utilities prior to starting any excavation or
construction.
No connection to existing sanitary sewer lines until the proposed sewer line
is inspected and approved by the Augusta Utilities Engineeri~g Department.
SC - 23 DEDICATED FLAGMEN
Contractor shall provide dedicated flagmen for all road and driveway
crossings. Flagmen shall be certified. All signage and equipment will be
provided in accordance with,GA DOT rules and regulations;
0706-00 SC.doc
SC-7
SECTION-Tl
SITE WORK
SCOPE:
The work covered by this specification consists of furnishing all plant,
labor, equipment, appliances, materials and supervision, and in: performing
all operations in connection with clearing, grubbing, excavation, filling,
backfilling, grading the site, field layout, staking, and grade setting in
strict accordance with this section of the specifications, the applicable
drawings and terms and conditions of the Contract.
GENERAL:
Operations shall be conducted in a manner which will provide for the safety
of employees and others. Existing utility lines, walks, steps, paving,
structures, or trees to remain shall be safeguarded and protected from
damage, and supported if necessary. Prior to any work the Contractor shall
obtain necessary permits for work in the area or shall ascertain that the
permits have otherwise obtained. See Special Conditions, for field layout,
staking, and grade setting requirements.
CLEARING:
Clearing shall consist of the felling and cutting up or trimming of trees
and the satisfactory disposal of the trees and other vegetation designated
for removal together with the 'down timber, snags, brush and rubbish
occurring wi thin the proj ect limits. \ Trees and other vegetation to be
removed and all stumps, roots, and brush in areas to be cleared but not
grubbed shall be cut off flush with or slightly below th~ original ground
surface. Trees and stumps in areas to be covered by embankments 3 feet or
more in height shall be cut off to 8 inches or less above the original
ground surface. Trees and other vegetation in areas to be cleared and
grubbed may be removed by uprooting or any other method that the Contractor
may propose that is satisfactory to the Engineer. Individual trees and
groups of trees designated to be left standing shall be trimmed of all live
branches to such heights and in such manner as directed by the Engineer.
All limbs and branches required to be trimmed shall be neatly cut close to
the bole of the tree or to main branches, and the cuts more than 1-1/2
inches in diameter thus made shall be painted with an approved treewound
paint.
GRUBBING:
Grubbing shall consist of the removal and disposal of all stumps, roots
larger than 3 inches in diameter to the depth specified, and matted roots
from the areas to be grubbed. In foundations areas, stumps, roots, logs or
other timber 3 inches and over in diameter, matted roots, and other debris
not suitable for foundation purposes, shall be excavated and removed to a
depth not less than 18 inches below any subgrade, shoulder or slope; and to
a depth of 12 inches below finish grade in areas to be grassed. All
depressions excavated below the original ground surface for or by the
removal of stumps and roots, shall be refilled with suitable material and
compacted to make the surface conform to the surrounding ground surface.
Grubbing will not be required in areas other than those occupied by
construction and graded and grassed areas.
DISPOSAL OF CLEARED AND GRUBBED MATERIAL:
Merchantable Timber: All merchantable timber (6" diameter at the base or
larger) cut from the. construction sites, or from the rights-of-way, shall
remain the property of the landowner. The Contractor shall trim and cut
such timber and stack it neatly within the easement or right-of-way, as
directed by the Engineer.
0706-00 TOl Site Work. doc
Tl-l
'ZEL, ENGINEERS
0706-00 T01 Site Work.doc
Tl-2
'ZEL, ENGINEERS
SECTION Tl
SITE WORK
Burninq or Removal From Site: All Timber, except such timber which the
Engineer considers merchantable, all logs,. stumps, roots, brush, rotten
wood and other retus~ from the clearing and grubbing operations shall be
burned, except that when permitted in writing by the Engineer, logs and
large stumps may be otherwise disposed of as elected by the Contractor.
Such permit will state the conditions covering the disposal of such logs
and stumps without burning, including the areas. in which they may be
placed. Timber and other refuse to be disposed of by burning shall be
burned at locations specified by the Engineer, in a manner that will avoid
all hazards, such as damage to existing structures, construction in
progress,. trees and vegetation. The Contractor will be responsible for
compliance with all Federal and State Laws and regulations relative to the
buildi!!g of fires. . Disposal ~_l?urn:hJ;19 shall be kept under const_~nt n_______
attendance until the fires have burned out or have been extinguished.
GRADING:
General: Site grading shall consist of excavating and placing all
necessary materials outside the limits of the various structures. Site
grading shall be completed when all surfaces are aligned with surrounding
grades or are in conformity with the contours when shown, and are smooth,
firm, containing the specified materials. Site grading shall include all
excavation, filling and compacting required for construction of all
ditches, roads, and all other areas disturbed by construction except as
otherwise specified. Site grading also shall include excavation and
backfill for walks and steps.
Borrow Material shall be selected (to meet the requirements and conditions
of the particular installation for which it is to be used. The material
shall consist of sand soils or sand-clay soils capable of being readily
shaped and compacted to the required densities and shall be free of roots,
trash and any other deleterious material. The material shall be obtained
from off-site borrow pits approved by the Engineer. Borrow pits shall be
cleared and grubbed as necessary, and shall be opened, excavated, graded
and maintained so that adequate and proper drainage and a neat appearance
shall exist at all times.
Crushed Stone Surface Material shall be a dense graded No. 68 crushed stone
conforming to Georgia D.O.T. Specifications and with not less thap 60%
passing a 3/8" sieve, 25% passing a No. 4 sieve, and 10% passing a No. 8
sieve.
Topsoil shall consist of a natural material that occurs in surface deposits
of limited depth, and, in general~ on elevated areas, it shall be composed
of natural mixture.s of clay and soil binder with sand. Topsoil shall
contain not more than 25 percent of clay and shall.be free of stones larger
than 2 inches in diameter, roots , excessive vegetation, rubbish or other
deleterious matter. Topsoil shall be approved by the Engineer before being
used on the work. Topsoil as described, shall be excavated from all areas
to be disturbed, whether for structures, piping, site grading, or paving,
and if it cannot immediately be placed in its final location, it shall be
stored for later use. Stockpiled topsoil shall be placed to afford good
dra-ina.ge. Topsoil work -shall 'not be -pe-rformed when the soil is so wet that
the tilth of the soil will be destroyed.
Embankment: This item consists of placing in fills and embankments. for
roadways, and other site grading work, the materials removed from the
various excavations and borrow pits, all as specified herein and in
accordance with the appropriate lines, grades, sections, contours and
dimensions.
0706-00 TOl Site Work. doc
Tl-3
~ZEL, ENGINEERS
SECTION Tl
SITE WORK
Classification of Excavation: All excavation in connection with site work
will be considered unclassified common excavation.
CONSTRUCTION METHODS:
General: During construction, embankments, fills and excavations shall be
kept shaped and drained. Ditches and drains along the subgrade shall be
maintained in such manner as to drain effectively at all times. Grading
shall be done so that the surface of the ground will be properly sloped to
prevent water from running into the excavations for structures or pipe
lines; any water which accumulates in excavations shall be removed
promptly. Excavated materials shall not be s.tockpiled within a distance
from the edge of any excavation less than 1-1/2 times the depth of the
excavation. Suitable material removed from excavation shall be used, where
feasible, in the formation of embankments, fills, subgrades, shoulders,
backfills, and site grading; excess material from excavation, not required
for such uses or materials not suitable for such uses, shall be wasted in
locations directed by . the Engineer. Any wetting, hauling, s cari fying,
mixing, shaping, rolling, tamping or other operation incidental to the
following requirements, which, in the judgment of the Engineer, are
necessary to obtain the specified results, shall be performed by the
Contractor at no additional expense to the Owner.
Site Gradinq: Except as otherwise specified herein, all disturbed areas on
the site shall be finished o.ff to a uniformly smooth surface, free from
abrupt, irregular surface changes. The degree of smoothness shall be that
ordinarily obtainable from power grader operations. The finished surface
shall not be more than 0.5 foot above or below the established grade.
There shall be no roots, wasted building materials, trash or other
unsightly matter projecting through or visible at the surface.
After all embankments and fills have been completed to grade, and after all
structures and pipe lines requiring the use of heavy equipment have been
completed, excavation necessary for the construction of walkways and steps
may be performed. Excavation shall be accurately cut to line and grade;
sufficient width for the accurate placement and adequate support of. the
forms shall be allowed. After the forms are removed, the backfill shall be
replaced and recompacted around structures, walks and steps.. Care shall be
taken to avoid damage to the walks and steps by the tampers.
Topsoil shall be evenly spread over the entire area to receive vegetation
cover. The compacted subgrade shall be scarified to a depth of 2 inches
for the bonding of topsoil with the subsoil. Topsoil shall then be evenly
spread, lightly compacted (not less than one pass of a cultipacker weighing
100 to 160#/ft. of roller) and graded to a uniform thickness of not less
than 3 inches, and the surface shall conform to the requirements of site
grading, ditches, embankments, or other features, as applicable.
Ditches shall be cut accurately to line, grade, and cross-section. Any
excessive ditch excavation shall be backfilled to grade with material
approved by the Engineer, consisting of suitable excavated soil, borrow, or
stories or cobbles. The requirements of paragraph "Site Grading" above,
shall apply to ditches except as follows: The degree of smoothness shall
be that usually obtainable with string line or hand raking methods; the
finished surface of ditch slopes shall not be more than 0.10 foot above or
below the appropriate elevations.
Embankment: Sloping ground surface, steeper than one vertical to four
horizontal, on which embankment or fill is to be placed, shall be plowed,
stepped, or broken up in such manner that the embankment material will bond
with the existing surface. Approved material, consisting of earth, sandy
clay, sand and gravel, clay gravel, soft shale, or.other granular material
(not containing muck, trees, stumps, brush, matted roots or other clods of
0706-00 TOl Site Work. doc
TI-4
'ZEL. ENGINEERS
SECTION Tl
SITE WORK
earth or stones) shall be placed in horizontal layers of loose material not
more than 8 inches in depth. Each layer shall be spread unifonnly and
tamped and compacted to 95 percent of the density measured by Standard
Proctor ASTM 0698. Tamping shall be accomplished by sheepsfoot rollers or
mechanical hand tampers. Final compaction may be by an approvec;l power
roller weighing not less than 10 tons, except where insufficient cover may
cause damage to pipe.
INSPECTION AND TESTS:
The Engineer, at his discretion, may order tests and inspections to be
performed during the progress of the work, or at the corople.tion of any
individual unit of the work, or at the time of final inspection of the
entire. project. Random spot checks of elevation and slopes shall be
conducted by ordinary differential level and profile methods. Random spot
checks of topsoil thickness shall be conducted by cutting through the
surface with a spade or mattock, and measuring the thickness of topsoil
exposed. Density of embankment, fill, backfill or subgrade may be measured
according to the procedures of ASTM 0698.
GRASSING:
Areas of road shoulders and
operations shall be grassed in
specifications. Areas to be
shall utilize topsoil, lime,
mulch sufficient to produce
erosion.
other property disturbed by construction
accordance with the GRASSING section of the
grassed shall be planted, maintained, and
fertilizer, proper and approved grass and
a cover suitable to eliminate significant
MAINTENANCE:
Inspection of site work as it is completed, shall not constitute final
acceptance of the item. The Contractor shall maintain all items in such
condition as to be ready for final inspection from the time of completion
until the final acceptance of the entire project.
PAYMENT:
No separate payment will be made for the work covered by this section of
the specifications and all costs in connection therewith shall be included
in the appropriate lump sum or unit price in the Bid.
0706-00 T02 Excavation, Filling and Backfilling.doc
T2-1
'ZEL, ENGINEERS ,
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, equipment, appliances, materials, layout staking and grade
staking and supervision, and in performing all operations in connection with
the excavation, filling and backfilling for structures and piping in strict
accordance with this section of the specifications, the applicable drawings
and terms and conditions of the Contract.
CLASSIFICATION OF EXCAVATION:
Common Excavation shall comprise the satisfactory removal and disposition of
all materials not classified as rock excavation and shall include all earth,
clay, silt; sand, gravel, hardpan, loose shale and loose stone masses which
can be removed without systematic drilling and blasting, and boulders
measuring less than one-third cubic yard in volume.
Rock Excavation shall comprise and include the satisfactory removal and
disposition of the following: (1) All boulders measuring one-third cubic
yard or more in volume;. (2) all rock material in ledges, bedded deposits and
unstratified masses, which cannot be removed without systematic drilling and
blasting; (3) concrete or masonry structures; and (4) conglomerate deposits
which are so firmly cemented that they possess the characteristics of solid
rock and which cannot be removed without systematic drilling and blasting.
EXCAVATION:
General: The excavation shall conform to dimensions and elevations
appropriate for the pipe line or structure. Excavation shall not be carried
below the elevation necessary for construction.
Excavation for Walls and Footinqs shall extend a sufficient distance to allow
for the placing and removal of forms, installation of services and for
inspection, except where the concrete wall or footing may be authorized to be
depos~ted directly against excavated surfaces.
Trench Excavation: Trenches shall be excavated true to line and grade.
Trenches to receive pipe having a nominal diameter of 24 inches or less shall
not be less than 12 inches wider nor more .than 16 inches wider than the
outside diameter of the pipe to be laid therein, so that. a clear space of not
less than 6 inches nor more than 8 inches in width is provided on each side of
the pipe.
The maximum width specified applies to the width at or below the level of the
top of the pipe. The width of the trench above the pipe may be as wide as
necessary to provide room for proper installation of the work. The Contractor
shall comply with the safety requirements of OSHA.
The bottoms of trenches for water lines and force mains shall be rounded so
that the lower 90 degree quadrant of the pipe is in direct contact throughout
its entire length with undisturbed earth or with suitable compacted fill
material. Bell holes and excavation for joints shall be dug by hand after the
trench bottom has been shaped. These holes shall be so spaced and sized as to
permit first class workmanship on the joint and to insure that the maximum
length of pipe possible will rest on the prepared bottom of the trench.
Except as otherwise specified trenches for gravity sewers shall be excavated
below the pipe invert to provide space for the pipe bedding. Where good soil
or rock is encountered in the trench bottom, the excavation shall be carried
below toe bottom of the pipe a distance- as shown on the bedding detail
drawing.
0706-00 T02 Excavation, Filling and Backfilling.doc
T2-2
'ZEL, ENGINEERS
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
Where rock is encountered in the trench bottom, the excavation shall be
carried below the bottom of the pipe a distance of 4 inches or one-eighth the
outside diameter of the pipe, whichever is greater. Where, in the opinion of
the Engineer, the natural trench bottom 15. soil which is incapable of
satisfactorily supporting the pipe, such unsuitable soil shall be removed to
the depth required as determined at the site. The trench bottom shall then be
refilled with selected refill material, placed in 8 inch layers and compacted
at optimum moisture content. Each layer shall b~thoroughly tamped. The
refill shall be brought to the proper elevation for the pipe, and in the case
of gravity sewers, to the elevation that will provide space for the special
bedding.
Dewaterinq and Drainaqe of Excavated Areas: Grading in the vicinity of
structures shall be controlled to prevent surface water from running into
excavated areas. Dewatering by pumping or wellpointing from excavated areas
shall be performe~ by the Contractor to provide ~ stable excavation and a firm
pit or trench bottom. Dewatering shall incur no extra cost to the Owner.
All dewatering methods shall be subject to the approval of the Engineer as to
capacity and effectiveness. Water removed from the excavated areas shall be
conveyed in a proper manner to a suitable point of discharge where it will
neither cause injury to public health, public or private property, the surface
or use of streets by the public or work completed or in progress.
Protection Aqainst Flotation: To guard against the danger of flotation of
empty or partially. empty pipe due to a high water table, all dewatering
operations shall be continued without interruption until such time as
sufficient backfill has been placed over the top of the pipe to overcome the
buoyancy effect of a completely empty pipe which is entirely submerged.
Shorinq and Protection of Excavations: Shoring shall be provided by the
Contractor as necessary to protect life or property. All existing structures,
streets, pipes, and foundations which are not to be removed or relocated shall
be adequately protected or replaced by the Contractor without cost to the
Owner. The Contractor shall adequately protect the work under construction
and the safety of his workmen in excavations by the use of suitable sheeting,
shoring and bracing, or by sloping the banks in accordance with the angle of
repose of the soil.
The Contractor alone is responsible for any damage or inj ury resulting from
his failure either to provide' adequate protection from the excavation or to
comply with OSHA requirements.
Excess Material: Excess material to be used for backfill shall be stockpiled
as directed by the Engineer. Excavated material shall be deposited a
sufficient distance from the side of excavation walls to prevent excessive
surcharge on the wall. Excess excavated material not suitable or required for
backfill or filling shall be wasted within the limits of the site as directed
by the Engineer.
Blastinq: Where blasting is necessary, it shall be done in accordance with
local ordinances by skilled operators and precautions shall be taken to avoid
damage. Suitable mats shall be provided to confine, within the limits of the
excavations, all materials lifted by blasting.
PIPE BEDDING FOR GRAVITY SEWERS:
Vitrified clay pipe, ductile iron pipe and PVC pipe for gravity sewers shall
be bedded in compacted bedding material placed in the trench bottom. The
bedding material shall be well graded crushed stone or crushed gravel meeting
the requirements of ASTM C-33, Gradation 67 (3/4 inches to No.4). The bedding
0706-00 T02 Excavation, Filling and Backfilling.doc
T2-3
'ZEL, ENGINEERS.
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
shall have a minimum thickness beneath the bottom of the pipe of 4 inches or
one-eighth of the outside diameter of the pipe, whichever is greater, and
shall extend up the sides of the pipe as shown on the bedding detail drawing.
Holes must be dug in the bedding for each bell or coupling so that the load
is supported entirely by the pipe barrel, not the pipe bell or coupling.
After each pipe has been placed in final position, bedding material shall be
placed and compacted under the pipe haunches and on each side of the pipe to
prevent lateral displacement. "Shovel-slicing" of crushed stone bedding shall
be done using a crow bar heavy enough to penetrate the bedding material. The
pipe bedding shall be thoroughly compacted throughout its depth.
FILL:
Earth fill shall be placed in layers not to exceed 8 inches in thickness.
Each layer shall be compacted at optimum moisture content in a manner approved
by the Engineer. After compaction, the dry weight per cubic foot for each
layer shall be at least 95% of the maximum Laboratory Dry Weight per cubic
foot, as determined by the ASTM D 698. .
BACKFILLING:
Thp Rngineer shall be notified before backfilling in order that the work may
be inspected before it is covered. After completion of the foundation
footings, walls, or pipe work, and prior to backfilling, all forms shall be
removed and the excavation shall be cleared of all trash and debris.
Symmetrical backfill shall be placed in horizontal layers not in excess of 8
inch thickness, and shall have an optimum moisture content when compacted.
After compaction, the dry weight per cubic foot for each layer shall be at
least 95% of the maximum Laboratory Dry Weight per cubic foot, as determined
by ASTM.D 698. '
FILL AND BACKFILL MATERIAL:
Material for fill and backfilling shall consist of the excavated material, if
suitable, or borrow approved by the Engineer, and shall be free of trash,
lumber, or other debris, roots and other organic, perishable or deleterious
matter.
BORROW MATERIAL FOR TRENCH BACKFILL:
Borrow material for trench backfill shall consist of sand soils or sand-clay
soils capable of being readily shaped and compacted to the required densities
and shall be free of roots, trash, and any other deleterious material.
SELECTED REFILL MATERIAL:
When directed by the Engineer, selected refill material shall be used to
refill the trench bottom where unsuitable soil is encountered; or, where rock
excavation is required in trenches for water lines, selected refill material
shall be used to refill the trench bottom to a minimum depth of 4 inches.
Such material .shall be crushed stone or gravel of suitable gradation free from
sod, sticks, roots and other organic, perishable or deleterious matter. The
Contractor shall obtain prior approval from the Engineer of the material
proposed for the above use.
PAVEMENT REMOVAL AND REPLACEMENT:
The Contractor shall replace or repair all pavement which has been removed or
damaged in his trenching operation with pavement of equal quality with 2-1/2"
compacted asphaltic binder, plus 1-1/2" hot plant mix over compacted fill.
Sufficient pavement shall be replaced to allow for at least one foot outside
Elongation (% Max.)
(ASTM D-4632)
40
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
of excavation limits or damaged portions. The existing pavement shall be
neatly cut vertically and ona uniform horizontal alignment. The type of
paving used in patching shall be the same as the original pavement and shall
be tied into the adjacent pavement or slab as directed by the Engineer.
Pavement subgrade and pavement under the cognizance of local and state highway
departments shall be replaced in strict accordance with their standards or
direction. The Owner will provide permits for the opening of the pavement.
The Contractor shall meet all of the requirements of such permits for work
which is done within the highway right-of-way.
eROSION AND SEDIMENT CONTROL:
Temporary Silt Fencinq shall be installed to limit the migration of silt from
the construction area to waterways or proximate water courses. Filter fabrics
free of defects or flaws shall be installed against a stable, post supp~rted
wire backing to intercept all runoff from the construction site.
Filter Fabrics Materials shall be strong rot-proof synthetic fibers formed
into a fabric of either the woven or nonwoven type. Either type of fabric
shall be free of any treatment or coating which might significantly alter its
physical properties after installation. The fabric shall contain stabilizers
and/or inhibitors to make the filaments resistant to deterioration resulting
from exposure to sunlight or heat. The fabric shall be a pervious sheet of
synthetic fibers oriented into a stable network so that the fibers retain
their relative position with respect to each other under normal .handling,
installation, and service conditions. Edges of the fabric shall be finished
to prevent the outer yarn from pull~ng away from the fabric.
During all periods of shipment and storage, the fabric shall be wrapped in a
heavy-duty protective covering which will protect the cloth from sunlight,
mud, dust, dirt, and debris. The fabric shall not be exposed to temperatures
greater than 140 degrees F.
The fabric shall meet the following physical requirements:
Tensile Strength (Lbs. Min.)
(ASTM 0-4632)
Warp - 120
Fill - 100
AOS (Apparent Opening Size) (Max.
Sieve Size) (ASTM 0-4751)
Flow Rate (Gal/Min/Sq.Ft.)
(GDT-87)
#30
25
Ultraviolet Stability (2)
(ASTM D-4632 after 300 hours
weathering in accordance with
ASTM D-4355)
80
Bursting Strength (PSI Min.)
(ASTM D-3786 Diaphragm Bursting
Strength Tester)
175
Minimum Fabric Width (Inches)
24
. 0706-00 T02 Excavation, Filling and Backfilling.doc
T2-4
'ZEL, ENGINEERS
0706-00 T02 Excavation, Filling and Backfilling.doc
T2-5
'ZEL. ENGINEERS
SECTION T2
EXCAVATION, FILLING AND BACKFILLING
Filter Fabric Backinq shall be woven wire and attached to the posts by wire,
cord, staples, nails, or other acceptable means. The filter fabric shall be
installed in such a manner that 6 to 8 inches of fabric is left at the bottom
to be buried and a minimum overlap of 18 inches is provided at all splice
joints. After the fabric is installed in a trench, the trench is then to be
backfilled and compacted so that no flow can pass under the barrier.
The Wire Support Fence shall be at least 24" high and shall have at least 6
horizontal wires 4x4 WI.4xWI.4 or equal.
Posts shall be a minimum of 4 feet long and either wood or equivalent steel
posts may be used. Soft wood posts shall be at least 3 inches in diameter or
nominal 2 "x4" and straight enough to provide a fence without noticeable
misalignment. Maximum post spacing shall be 4 feet.
Wire Staples/Fasteners shall be #17 gauge minimum and shall have a crown at
least 3/4 inch wide and legs at least 1/2 inch long. Nails for fasteners
shall be #14 gauge minimum, 1 inch long with 3/4 inch button heads. Fasteners
shall be evenly spaced with at least 4 per post.
Straw Bale
additional
installed.
anchored to
Ditch Checks: To control erosion in waterways and to provide
restriction of silt migration, temporary ditch checks shall be
Standard rectangular mechanically produced straw bales shall be
2x4x4'-O" posts set 2.5' below grade.
Removal of Temporary Soil Erosion and Sediment Control Measures: After
permanent erosion control features of the work site are complete and ample
grass is established, the temporary fence~, ditch checks, etc. shall be
removed. Silt which has collected shall be removed, or when appropriate,
regraded, stabilized, and planted.
RESTORATION OF PRIVATE PROPERTY:
The Contractor shall carefully restore all private property defaced by
operations or acts of any of his agents or employees. Such restoration shall
include seeding, sodding, and transplanting of lawns, hedges or ornamental
plantings, and the repair or replacement of other private facilities in such
manner as to meet the approval of the Engineer and at no additional cost to
the Owner. No structures or trees shall be removed without the consent of the
property owner or until condemnation procedure, if necessary, has been
completed.
Selected Refill Material: Refill material, installed at the direction of the
Engineer, to replace unsuitable material below the pipe or to refill ,the
authorized overdepth excavation of rock in trenches for sewer lines will be
paid for on the basis of the applicable unit price in the Bid. No payment
will be made for gravel or sand used by the Contractor in the trench bottom in
lieu of dewatering by use of well points.
Borrow Material for Trench Backfill: Borrow material used to backfill the
trench above the pipe, where suitable material is not available from the
excavation, will be paid for on the basis of the applicable unit price in the
Bid. The quantity of borrow will be based on the computed volume in the
trench within the maximum permissible trench width for distances as authorized
by the Engineer.
Rock Excavation: The quantity of rock excavation which will be paid for is
the number of cubic yards of acceptably excavated material as hereinbefore
specified and defined as rock excavation, measured in its original position
and computed by allowing the width of rock excavation in trenches of I' -4"
plus the outside diameter of the pipe, and 2 feet outside formed walls but not
.SECTION T2
EXCAVATION, FILLING AND BACKFILLING
,
.in 'excess of the amount actually excavated. The measur~ment will include the
authorized overdepth excavation. The payment for rock excavation shall
include the cost of disposing of excess materials which cannot be used in the
backfill.
PAYMENT:
ITEM M-7: Select refill shall be measured in cubic yards and shall include
costs for the backfill and installation as well as all transportation and
stockpiling charges. The volume of material included shall be the actual
measured "in-place" volume. No additional payment shall be made for these
items.
Except as .speci-ficallystated in the. items.which follow, no separate payment
shall be made for common excavation for structures and pipeline trenches;
backfill; pipe bedding; protection of utilities; maintenance of usable driving
surfaces free from potholes; depressions and ruts; erosion and sediment
control; and other work covered by this section of the specifications. Such
work shall be considered as a subsidiary obligation of the Contractor in
completing the work and all costs in connection therewith shall be included in
the applicable lump sum or unit price items in the Bid.
0706-00 T02 Excavation, Filling and Backfilling.doc
T2-6
'ZEL, ENGINEERS
\
SECTION T3
CONCRETE
SCOPE:
The work covered by this specification consists of furnishing
labor, equipment, appliances, and materials, and in performing all
in connection with the installation of concrete work, complete,
accordance with this specification and the applicable drawings, and
the terms and conditions of the Contract.
all plant,
operations
in strict
subject to
APPLICABLE SPECIFICATIONS:
The current edition of the following specifications form a part of this
specification:
American Society for Testinq Materials Desiqnation:
c: 33
C 150
A 615
C 94
C 31
Concrete Aggregates
Portland Cement
Reinforcing Steel
Ready-Mix Concrete
Method of Making and Curing Concrete Compression
and Flexure Test Specimens in the Field
American Concrete Institute Publications:
ACI 318
ACI 31'5
Building Code Requirement for Reinforced Concrete
Manual of Standard Practice for Detailing Reinforced
Concrete Str~ctures
CONCRETE:
Materials:
Cement: Portland Cement shall be Type I or Type III conforming to ASTM C 150.
Only one brand of cement shall be used for exposed concrete in any individual
structure.
Fine Aqqreqate shall consist of natural sand, manufactured sand or a
combination thereof, conforming to the requirement of ASTM C 33, Concrete
Aggregate.
Coarse Aqqreqate shall consist of crushed stone, gravel, or air cooled
blast-furnace slag, or a combination thereof, conforming to the requirement of
ASTM C 33, Concrete Aggregates.
Water shall be clean and free from oils, acids, salts, or other injurious
substances.
Admixtures shall be used to provide entrained air. Other admixtures shall be
used only with written approval of the Engineer. Air entraining admixtures
shall conform to ASTM C 260. Other admixtures shall conform to ASTM C 494.
Calcium chloride will not be permitted.
Curinq Materials shall be approved by the Engineer before use.
Reinforcinq steel for concrete shall conform to ASTM A 615, Grade 40 or Grade'
60 except as otherwise noted on the drawings. Shop drawings are required.
Storaqe of Materials: Cement and aggregates shall be stored in such a manner
as to prevent deterioration or intrusion of foreign matter. Steel reinforcing
shall be stored in such a manner as to be protected from rusting, oil, grease,
and distortion.
'ZEL, ENGINEERS
0706-00 T03 Concrete. doc
T3-1
SECTION T3
CONCRETE
Mix: All concrete shall have a minimum 28-day compressive strength of 4,000
pounds per square inch and a slump of 4 inches, unless otherwise indicated.
All concrete shall be mixed in a power operated batch mixer. The contents of
the ,mixer shall be completely discharged before each. new batch is loaded.
Ready mix concrete shall conform to ASTM C 94. The use of retempered concrete
will not be permitted.
Concrete for pipe encasement and blocking may have a strength of 3,000 psi.
Forms: Cradles, collars, encasement, blocking, manhole floors and other
members shall be formed, where necessary, to accurately conform to the
appropriate shape, lines and dimensions. Wood forms shall be made from lumber
pf No. 2 Common Grade or better. They shall be properly braced and tied so as
to maintain their position and shape, and shall be sufficiently tight to
prevent leakage of grout.
Cylinders: Two cylinders per 50 yards of concrete and not less than two -for
each day's pour shall. be tested for 26~day strength.
PAYMENT:
Except as specifically stated in the following item, no separate payment will
be made for work covered by this section of the specifications and all costs
in connection therewith shall be included in the applicable lump sum or unit
price items in the Bid.
Concrete for Encasement and Reaction Blockinq~ Payment fQrconcrete
.encasement and reaction blocking will be paid for as established in Section
T-6:
--..- .'ZE..L ENGINEERS
,
0706-00 T03 Concrete.doc
T3-2
'ZEL, ENGINEERS
SECTION T5
UNDERGROUND CROSSINGS OF HIGHWAYS
SCOPE:
-
The work covered by this section of the specifications consists of
furnishing all plant, labor, supervision, equipment and materials and in
performing all operations in connection with the installation of dry bored
and jacked underground crossings of highways for sewer lines, complete, .in
strict accordance with the specifications and the applicable plans, and
subject to the terms and conditions of the contract.
GENERAL:
Work on highway right-of-way
Engineer . of the agency, or
notified at least 15 days
started.
shall be under the supervision of the Chief
his authorized representative who shall be
before actual work on the installation is
UNDERGROUND CROSSINGS:
Sewers: Underground crossings for sewer lines shall consist of a carrier
pipe installed in a casing pipe. The casing pipe shall be installed under
the roadbed by dry boring and jacking. The carrier pipe shall be pushed
through the casing pipe on skids fastened to the carrier pipe.
CASING:
Casing pipe shall be smooth steel pipe with a minimum yield strength of
35,000 psi. The joints shall be butt welded. A 1/16" corrosion allowance
of wall thickness has been included in the tabulated pipe data in lieu of
any coating and wrapping requirement.
CARRIER PIPE:
Sewer: The carrier pipe for sewers shall be Restrained Ductile Iron pipe
conforming to the requirements of the GRAVITY SEWER section of the
Specifications.
Installation: Carrier pipe installed in steel casings shall be pushed
through the casing pipe on skids securely fastened to the carrier pipe.
The jacking operation shall utilize soap or drilling mud as a lubricant and
shall utilize timber cushioning on the end subjected to the forces from the
jacking device. Any damaged pipe shall be cut off and removed from the
site. After the carrier pipe has been checked and tested, the casing pipe
shall be filled with sand and the ends sealed with pull on rubber seal.
ABORTED BORES:
Unsuccessful bore and jack installations which must be abandoned because of
failure to meet alignment and/or grade requirements, bore and jack attempts
frustrated by obstructions, or otherwise unusable bore and jack
installations shall be completely filled with concrete. The steel casing
may be left in place or withdrawn simultaneously with the filling of the
hole with concrete. Relocation for additional bore and jack attempts shall
be made after consultation with the Engineer.
SKIDS:
Skids shall be Collins steel bore supports or comparable approved spiders
appropriate for the installation. Spiders, nuts, and bolts shall be heavily
coated with the manufacturer's Bituminous paint.
0706-00 T05 Underground Crossings of Highways.doc
'T5-2
'ZEL, ENGINEERS
SECTION T5
UNDERGROUND CROSSINGS OF HIGHWAYS
PAYMENT:
ITEM S-17: Jack and bore line items shall be measured in linear feet and
shall include costs for casing piping, carrier piping, installation,
blasting, asphalt cutting, restrained joints and gaskets, end seals, and
normal backfill. No additional payment shall be made for these items.
0706-00 ros Underground Cro~3ings of HighwaY3~doc
TS-2
SCOPE:
SECTION T6
GRAVITY .SEWER
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment, appliances and materials, and
performing all operations in connection with the construction of the
sanitary sewers, including appurtenant structures, complete, in strict
accordance with this section of the specifications and the applicable
drawings and subject to the terms and conditions of the Contract.
APPLICABLE SPECIFICATIONS:
The latest edition of the following specifications form a part of this
section of the specifications:
ASTM C 12
ASTM C 32
ASTM C 700
ASTM C 425
ASTM C 478
ASTM C 594
ASTM C 828
ASTM D 2321
ASTM D 3034
ASTM D 3212
ANSI C 151
GENERAL:
Installing Vitrified Clay Pipe Lines
Clay or Shale Manhole Brick .
Extra Strength Clay Pipe
Vitrified Clay Pipe Joints using Materials having
Resiliā¬nt Properties
Precast Reinforced Concrete Manhole Risers and Tops
Compression Couplings for Vitrified Clay Plain End Pipe
Low-Pressure Air Test of Vitrified Clay Pipe Sewer
Lines
Underground Installation of Flexible Thermoplastic
Sewer
Pipe
Type PSM PVC Sewer Pipe and Fittings
Specification for Joints of Plastic Sewer Pipe Using
Flexible Elastomeric Seals
Ductile Iron Pipe
Gravity sewers and appurtenant structures shall be constructed in
conformance with the requirements of this section of the specifications
except concrete work which shall conform to the requirements of the section
entitled "CONCRETE". Excavation, trenching and backfilling for gravity
sewers and appurtenant structures shall cohform to the requirements of the
applicable sections of these specifications. The work included under this
section will not be accepted until the sewers wi th all appurtenances have
been .completed, tested, and approved. Any section of sewer which is found
to be defective in material, alignment, grade, or joints shall be corrected
to the satisfaction of the Engineer and/or Owner.
MATERIALS:
General: All materials furnished by- the Contractor shall be new and shall
meet the requirements of the applicable' specifications given in trhis
paragraph. Four sets of shop drawings consisting of manufacturer's
literature shall be submitted for pipe joint materials, precast manholes,
manhole steps and manhole frames and covers.
I
I
I
I
I.
Pipe:
Except where specifically indicated otherwise on the plans, or in the
specifications, all sewer pipe shall be ductile iron pipe, or Polyvinyl
Chloride Pipe. Ductile iron pipe shall be classed as flexible pipe.
0706-00 T06 Gravity Sewer.doc
'ZEL, ENGINEERS
T6-1
SECTION T6
GRAVITY SEWER
Standard Polyvinyl Chloride (PVC) Pipe (up to 15" diameter): PVC pipe
shall, conform to ASTM specification D-3034, SDR 35, PS 46 and shall be
furnished in approximate 12' lengths. Compounds for PVC pipe shall be
according to ASTM D-1784 with the filler content limited to 5% of the
mixture.
Polyvinyl Chloride (PVC) L-arqe Diameter Pipe (lW' - 30" diameter): Large
diameter PVC sewer Pipe 18" and larger only shall conform to ASTM F679,
SDR26, Tl thickness only.
Ductile Iron Pipe: Shall conform to ANSI specification C151. Ductile Iron
Pipe shall be as follows:
Diameter
30
Pressure Class
250
Ductile Iron Pipe shall be American Dutile Iron Pipe with American Polybond
Lining or U. S. Pipe Ductile Iron Pipe with Poly thane Lining or engineer
approved equal products of other manufacturers.
Joints and Jointinq Materials:
Standard PVC pipe shall conform to ASTM D-3212 having push-on type, using
flexible elastomeric seals.
Push-on Joints for Ductile Iron Pipe shall have gaskets made of vulcanized
natural or synthetic rubber compound conforming to ANSI A21.11 and smooth
and free from all imperfections and porosity. Lubricant for push-on joints
shall be non-toxic, shall not support bacteria growth and shall have no
deteriorating effect on the gasket material.
Dissimilar Pipe Joints shall utilize an appropriate standard adapter, or
concrete collar as detailed on the plans.
TESTING PVC PIPE:
Laboratory Tests: PVC pipe shall be laboratory tested for dimensions,
flattening, impact resistance, stiffness, joint tightness and extrusion
quality in accordance with ASTM D-3034, D-2412, and D-3212 and/or F794.
Each joint of pipe shall be stamped with the laboratory certification, pipe
class, date of manufacture, .and the name or trademark of the manufacturer.
Field Tests: The deflection limit of all installed PVC pipe shall be 5%.
At least 30 days after installation and again 6 months after installation,
a mandrel of 95% of the internal diameter of the pipe in accordance with
ASTM D3034 and F794 shall be pulled by hand freely through each section of
sewer pipe. Failure to pass the mandrel will be considered the limit of
the pipe's serviceability and it shall be replaced.
INSTALLATION:
General: For any materials or methods of installation not specifically
detailed in these specifications, the Contractor shall conform to the
requirements of the latest revision of the appropriate following documents:
ASTM C-12 if installing vitrified clay sewer pipe; ASTM D-2321 if
installing PVC .sewer pipe.
Pipe Layinq: See Specification Section T-2 for trench excavation, pipe
bedding and backIilling requirements.
'ZEL, ENGINEERS
0106-00 T06 Gravity Sewer.doc
T6-2
SECTION T6
GRAVITY SEWER
Pipe laying shall proceed upgrade with the spigot end of bell and spigot
pipe pointing in the direction of the flow. Each pipe shall be laid true
to line and grade in such manner as to form a close concentric joint with
the adj acent pipe and to preve.nt offsets in the flow line. As the work
progresses, the interior of the. sewer shall be cleaned of all dirt and
superfluous materials of every description. Where cleaning after laying is
difficult because of small pipe.size, a suitable swab or drag shall be kept
in the pipe and pulled forward past each joint immediately after the joint
is completed.
If the maximum permissible width of the trench at the elevation of the top
of the pipe is exceeded for any reason other than at the direction of the
Engineer, the Contractor shall install at his own expense such additions as
are required by the Engineer to.support the additional load on the pipe~
Trenches shall be kept free of water until joints have been made up. No
pipe shall be laid when the condition of the weather or the trench bottom
is unsuitable for such work. At all times when the work is not in
progress, all open ends shall be securely closed to the satisfaction of the
Engineer so that no trench water, earth or other foreign substance can
enter the line.
All pipe shall be carefully examined before it is installed in the trench.
All damaged, warped, cracked, blistered, or otherwise unsound pipe or pipe
which otherwise fails to meet specification requirements shall be rejected
and shall be removed from the site of the work.
Installation of ductile iron sewer pipe shall meet all applicable
requirements of the manufacturer and this specification.
Jointinq:
All Pipe: The jointing procedure for any pipe having joints using
materials having resilient properties as specified hereinbefore, shall be
recommended by the manufacturer of the joint materials approved by the
Engineer. The Contractor shall furnish and install the joint complete,
using such adhesive or lubricating substances as are recommended. Care
shall be taken to prevent excessive exposure of the gaskets to sunlight
before installation.
Push-on Joints shall be assembled by prepositioning a continuous, molded
rubber ring gasket in an annular recess in the pipe socket, applying
appropriate lubricating substances, and forcing the spigot end of the
entering pipe into the socket, thereby compressing the gasket radially to
the pipe to form a positive seal. The design and shape of the gasket and
the annular recess shall be such that the gasket is locked in place against
displacement as the joint is assembled. Details of the joint design shall
be in accordance with the manufacturer's standard practice. The size and
shape of the gasket shall be such as to provide adequate compressive force
between the spigot and the socket after assembly to effect a positive seal
under all combinations of the joints and gasket tolerances.
CONCRETE COLLARS, CRADLES, SADDLES AND ENCASEMENT:
General: Collars, cradles, saddles or encasement shall be constructed of
3000 psi concrete. In locations where ductile iron pipe joins nonmetal
pipe, the connection shall be by a concrete collar as shown on the plans,
or by appropriate adapter.
'ZEL, ENGINEERS
0706-00 T06 Gravity Sewer.doc
T6-3
SECTION T6
GRAVITY SEWER
MANHOLES:
General: Manholes shall be constructed with cast iron frames and covers.
The base and invert channels of the manhole shall be constructed of 4000
psi concrete. The invert channels shall be smooth and accurately shaped to
the. semi -circular bottom conforming to the inside of the adj acent sewer
sections. Where brick are used as a filler for the shaped channels, the
minimum thickness of the finished layer of concrete shall be 4". Changes
in direction of the sewer and entering branches shall have as long a radius
of true curvature as the size of the manhole will permit.
Precast Concrete Manholes: Precast manholes, consisting of precast risers
and tops conforming to the requirements of ASTM C478-61T and having a
minimum wall thickness of 5 inches, may be used in lieu of brick manholes.
The precast top section shall be of the eccentric cone type and shall have
a top outside diameter larger than that of the manhole ring. The lower end
of the bottom section shall be set ina bed of mortar in a recess formed in
the cast-in-place base slab and the outside of the joint shall then be
sealed with a beveled fillet of mortar. Integral bases of equivalent
strength may be used if the manhole base section is leveled by setting in a
bed of mortar.. The joints in the riser pipe shall be sealed with a mastic
gasket, similar and equal to K.T. Snyder "Ram-Nek".
Manhole Steps shall be installed in, all sections of each manhole. The
steps in the precast sections may be installed when the sections are cast
or may be inserted after the manhole has been constructed. All damages to
the precast section caused by the insertion of the steps shall be repaired
and sealed with expanding mortar to prevent leakage. Steps shall be
located only on the vertical inside face of eccentric cones and shall be
aligned with the steps in the lower sections. Manhole steps shall be 1'-::,4"
O. C., cast iron, Neenah R-1980-I for brick manholes, and R-1981-I for
precast manholes.
Manhole Frames and Covers:
General: Manhole frames and covers in improved areas or streets shall be
set flush with the finished. grade; the Contractor shall set and adjust
manhole frames and covers as necessary to meet. this requirement. In
unimproved areas or where no finished grade is established, the top of the
frarne and cover shall be set one {l} .to .two (2) feet above theexist.ing
ground, unless otherwise directed. The word "SEWER" shall be cast on the
cover.
Standard Frames and Covers: Cast iron for manhole frames and covers shall
conform to ASTM A 48, Class 30, gray iron. Castings shall be quality cast
iron such that the metal is strong, tough and of uniform grain. They shall
be smooth, free from scale, lumps, blow-holes, blisters and defects of
every kind which render them unfit for the intended use. No. plugging or
filling shall be permitted. Standard frames and covers shall have machined
bearing surfaces and shall be Sumter Machinery Company No. MF-68L Frames
and MC-68L Covers, and weighing approximately 390 pounds total, or shall be
the comparable product of Neenah, Dewey Bros., U. S. Foundry, or equal.
Manhole frames and covers in concrete slabs shall be Neenah R6400 CS or
equal.
Watertiqht Frames and Covers shall be similar and equal to standard frames
and covers specified above in all respects except that covers shall be
gasketed and bolted to the frames. Gaskets shall be 1/8 inch thick rubber
and bolts shall be 1/2 inch diameter hex head brass cap screws, minimum 6
'ZEL, ENGINEERS
0706-00 106 Gravity Sewer.doc
T6-4
bolts. Bolt holes in
Watertight frames and
respectively, or equal.
cover
covers
shall
shall
be
be
counterbored for
Sumter MF-40B
bolt
and
heads.
MC-40B,
SECTION T6
GRAVITY SEWER
STUB-oUTS FOR FUTURE SEWERS:
Pipe stub-outs for the connection of future sewers shall be 1-joint of pipe
with a bell connection at the end of the stub-out. Each stub-out shall be
plugged with 3" treated wood or pre-manufactured plug sealed in the bell
end of the stub-out to achieve a watertight plug which then shall be
blocked with concrete cast against firm earth.
FIELD TESTS:
Pipe: Each piece of pipe shall be visually inspected immediately before
being placed -in the -trench and all .pieces .which appear to be cracked or
damaged in any way that could not be repaired after installation, shall be
rejected. Particular notice shall be made of the joints to be sure that a
watertight joint can be assured.
I
Joints, Aliqnment and Grade: After the pipe has been installed in the
trench, and prior to the placing of any backfill, the joints, alignment,
and. grade shall be carefully examined and checked for conformance with
specified requirements. The pipe shall be observed during backfilling
operations and shall be rechecked following the backfilling operations to
be sure that the required conditions of the joints, alignment and grade
have been maintained.
Appurtenances: All manholes and other appurtenances shall be of specified
size, shape and materials; the work shall comply with these specifications
and if found not so in any respect, it shall be brought to proper condition
by cleaning, painting, or if necessary, by rebuilding at the expense of the
Contractor.
Inteqrity of the Installed Sewer: All gravity pipe lines 'shall be checked
for infiltration and subjected to either an infiltration test, an
exfiltration test, or a low-pressure air test to demonstrate the integrity
of the installed sewer. The Contractor shall provide, at no additional
cost to the Owner, all labor, materials, supervision, equipment and
measuring devices necessary to conduct the test. Results of the tests,
witnessed by the construction inspector, shall be delivered to the Owner in
written form. Meeting the minimum requirement herein specified does not
relieve the Contractor of the necessity of making sewers as tight as
possible.
Low-Pressure Air Test: Only for sections of sewer which are not submerged
by groundwater will the air test be applicable. If the pipe to be tested
is submerged in groundwater, an infiltration test shall be used. The air
test is performed as follows: Flush and clean the sewer line with water
prior to testing, thus cleaning out debris and wetting the pipe surface to
produce more consistent results. Plug all outlets to resist the test
pressure. Give special attention to stoppers and service laterals. Add
air until the internal air pressure of the sewer is raised to approximately
4.0 psi gauge. When the pressure has stablilized and is at or lowered to
the starting test pressure of 3.5 psi gauge, commence the test. Record the
time period for the pressure to drop to 2.5 psi gauge and compare to the
time chart below. Recorded times less than the specified times indicate
the line has failed and repair is required to bring the line up to
specification. The test may be discontinued when the prescribed test time
has been completed, even though the pressure has not dropped to 2.5 psi
gauge.
. I
'ZEL, ENGINEERS
0706-00 T06 Gravity Sewer.doc
T6-5
SECTION T6
GRAVITY SEWER
Infiltration Check: The .maximum allowablera-te oT 'i'n-filtration into the
sewer lines shall be 100 gallons per 24 hours per inch of diameter per mile
of sewer where minimum groundwater depth is two (2) feet above the high
point of the sewer under test. Where infiltration is apparent, a V-notch
weir shall be installed and maintained at the low end of the sewer and a
test performed. Upstream reaches not under test shall be plugged. Water
. level behind the V-notch weir shall stabilize and. a reading of flow rate
shall be recorded and compared to the above specified rate. A rate greater
than that specified shall require the Contractor to repair the sewer so
that this test will be met. Sewer segments being tested shall be no longer
than 1200 feet.
Exfiltration Test : The maximUm allowable rate of exfiltration from sewer
lines using the exfiltration test shall .be 100 gallons per 24 hours per
inch of diameter per mile of sewer. The run of sewer to be tested shall be
plugged and the line filled with water to a point approximately one foot
below the top of the lowest manhole frame. No more than ten (10) feet of
head shall be placed on th~ lowest point in the sewer. After sufficient
time has elapsed Tor air to bleed ~TT and absorption to be complete, the
water level in the manhole shall be measured at 30 minute intervals for two
hours. The measured drop in water level shall be translated into the
exfiltration rate. Sewer segments being tested shall be no longer than
1200 feet.
RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced by the
operations or acts of any of his agents or employees. Such restoration
shall include seeding, sodding, and transplanting of lawns, trees, hedges,
or ornamental plantings, and the repair or replacement of streets,
driveways, walks, fences, or other facilities, in such manner as to meet
the approval of the Engineer or Owner. No structures or trees shall be
removed without the consent of the property owner until condemnation
procedure, if necessary, has been completed. See SC-19.
CLEAN UP AND REPAIRING:
The sewers shall be kept clean during the progress of the work, and upon
completion shall be thoroughly cleaned. All needed repairs shall be made
before this final cleaning. The Contractor shall provide sui table tools
and labor to clean the sewers at his own expense. Any excessive leakage of
water into the sewers, or any deviation from proper grade alignment such as
to make the work, in the opinion of the Engineer, not consistent with first
class work, shall be promptly corrected by the Contractor at his own
expense. After a section of line is installed and backfilled, restoration
of affected property shall not be delayed; cleanup shall progress with the
work. All materials, tools, temporary structures, and excess excavation
shall be removed, cleaned, smoothed, graded, and/or finished in a
workmanlike manner at the completion of the work.
FINAL INSPECTION:
When the ContrC\ctor considers that all work has been completed, he shall
then notify the Engineer who will inspect all work and make such tests as
to satisfy himself that the provisions of the Contract have been faithfully
carried out. During this inspection, the Contractor shall, at his own
expense, make provisions for suitable drainage and maintenance.
'ZEL, ENGINEERS
0706-00 T06 Gravity Sewer.doc
T6-6
SECTION T6
GRAVITY SEWER
MEASUREMENT AND PAYMENT:
Except for the specific payment items which follow, no other separate
payment will be made for the work covered by this section of the
specifications and all costs in connection therewith shall be considered as
a subsidiary obligation 'of the Contractor and shall be included in the
applicable lump sum or unit price items in the Bid; the payment shall cover
all costs of every kind required for clearing and grubbing, excavation,
pavement removal, pipe and manhole removal, maintenance of the driving
surface, bedding, backfill, protection of utilities, erosion control,
cleaning up, restoration including gravel surfaced driveways,. grassing,
furnishing the materials and completing the installation.
Sewer Pipe shall be measured in place from center to center of manholes or
structures without deductions for length of line through the structures or
for wye branches. Depth of cut shall be measured from the ground surface to
the pipe invert. Depth of the cut shall be a subsidiary obligation included
in the price per foot. Sewer lines shall be paid for at the applicable
contract lump sum or unit price as set forth in the Bid.
Manholes l Payment shall be made for the satis factory installation of
standard 4' and S' diameter manholes complete with the base section, shaped
. invert, manhole steps, boots, and plugs, .and shall be paid for at the
applicable unit price as set forth in the Bid. Additional height of 4' and
5' diameter risers shall be paid per vertical foot.
Manhole Frames and Covers: . Payment shall be made for the satisfactory
installation of watertight manhole frame and covers complete, in place and
shall be paid for at the applicable unit price as set forth in the Bid.
Encasement: Payment for concrete encasement for creek crossings, etc. will
be made on the basis of the applicable unit price as set forth in the Bid.
Concrete Collars, Cradles, Saddles: Concrete for cradles and collars, when
required to be placed for protection of pipe at the. direction of the
Engineer, will be paid. for on the computed volume of concrete actually
placed in accordance with dimensions established by the Engineer. Payment
will be made on the basis of the price per cubic yard as stated in the Bid
except when the cost is specifically included in separate lump sum payment
items. Such price shall include all costs of .excavation, dewatering,
forming, reinforcing, and other items of work and materials involved.
REPAIR OF BROKEN WATER OR GAS LINES:
Where existing water or gas lines are broken as a result of the
Contractor's opeTations, where relocation of a water or gas line is elected
by the Contractor, or where relocation is otherwise necessary to the
installation of the sewer, the relocation or replacement is to be a
subsidiary obligation of the sewer installation.
Pipe Counterweiqhts: Payment for pipe counterweights will be made on the
basis of the applicable unit price as set forth in the Bid. Measurement
for pipe counterweights will be made along the centerline of the weighted
sewer pipe.
PAYMENT:
ITEMS S-lB throuqh S-9C: All piping line items shall be measured in linear
feet and shall include costs for piping and installation, trench
excavation, trench box, dewatering, asphalt cutting, normal joints and
gaskets, normal backfill, infiltration and exfiltration testing, mandrel
'ZEL, ENGINEERS
0706-00 T06 Gravity Sewer.doc
T6-7
SECTION T6
GRAVITY SEWER
pulling, and CCTV camera inspection as required. Camera inspection shall
include all costs for closed circuit camera inspection of the sanitary
sewer system, including mobilization, demobilization, inspection, videotape
copies, and field reports. No additional payment shall be made for these
items .
ITEMS S-20A: Pre-cast manholes shall be measured individually (each) and
shall include costs for manholes, excavation, dewatering, asphalt cutting,
collars and boots, grouting and/or other connections, installation, normal
backfill, and vacuum testing as specified. Manhole vacuum testing shall
include all costs for testing equipment, testing labor, mobilization,
demobilization, and reporting. Manholes failing testing shall be re-
tested at Contractor's expense. Repairs to failing manholes shall be made
external to the manhole utilizing a method approved by the Augusta
Utilities Department. No additional payment shall be made for these items.
ITEMS S-2lA: Additional sanitary manhole depth line items shall be measured
by vertical foot and shall include costs for excavation, dewatering, and
backfill as specified by type and class. No additional payment shall be
made for these items.
ITEM S-33: Sanitary sewer manhole tie-ins shall be measured individually
(each) and shall include costs for cutting/coring of existing manholes,
collars, rubber boots, any required gaskets, excavation, dewatering, soil
stabilization, asphalt cutting, and normal backfill. No additional payment
shall be made for these items.
ITEM 5-38: Concrete pipe encasement shall be measured in cubic yards and
shall include costs for concrete, installation, excavation, dewatering,
soil stabilization, pipe stabilization, asphalt cutting, and normal
backfill. No additional payment shall be made for these items.
No separate payment will be made for any of the work covered by this
section of the specifications. All costs in connection therewith shall be
included in the applicable lump sum or unit priced items in the Bid.
'ZEL, ENGINEERS
.0706-00 T06 Gravity Sewer.doc
T6-8
SECTION T7
GRASSING
SCOPE:
The work covered by this section of the specifications consists of
furnishing all plant, labor, equipment and materials and performing all
operations required to establish a satisfactory cover of grass within all
unpaved areas disturbed by this construction. All work shall be performed
in strict accordance with this section of the specifications and the
applicable drawings and subject to the terms and conditions of the Contract.
GENERAL:
The grassing operations shall consist of preparation of the soil, including
tillage, liming and fertilizing, seeding, mulching, and watering, and
maintenanc~ and repair of planted areas until a satisfactory grass cover is
obtained and the work is finally accepted.
MATERIALS:
Seed: All seed shall be Hulled Bermuda grass seed tested and approved by
the Georgia Department of Agriculture not more than 6 months prior to the
date of sowing and packaged and labeled in accordance with the Georgia Seed
Laws and Rules and Regulations in effect on the date of the Invitation for
Bids. Seed which has become wet or moldy or otherwise damaged prior to the
time of sowing will be rejected.
Aqricultural Lime shall be a pulverized limestone having the following
certified chemical and physical properties:
Total Carbonates, not less than 85%
Passing 10-mesh screen, at least 100%
Passing 100-mesh screen, at least 25%
Fertilizer: All fertilizer shall be a dry, free-flowing commercial 10-10-10
fertilizer suitable for application by a fertilizer distributor, grain
drill, planting machine or similar standard equipment. The fertilizer shall
be certified to meet the requirements of Fertilizer Laws of the State of
Georgia in effect on the date of the Invitation for Bids. Any fertilizer
which becomes caked or otherwise damaged prior to the time of use will be
rejected.
Mulch: Any of the mulch materials, consisting of forest litter, hay, straw,
hulls of cottonballs or peanuts, ground corncobs, stalks of corn, cane,
potato vines, tobacco or other stems, or peat, which are permitted under
Standard Specifications of the State Highway Department of Georgia will be
acceptable providing they are properly shredded or ground. Mulch materials
which contain seeds of species of weeds or plants which would germinate and
be harmful to the proposed planting will not be accepted. Before collection
of mulch material is begun or delivery is made, the Contractor shall submit
samples for approval. Only approved mulch from approved sources will be
accepted.
Water for use in connection with the grassing operation may be purchased
from Augusta/Richmond County, or obtained from any other approved source.
Such water shall be free of excess chlorine, or other chemicals or
substances harmful to plant growth.
GROUND PREPARATION:
Prior to preparing the ground for grassing operations, all weeds, brush and
other vegetation in the areas to be planted which has not been removed
during clearing and grubbing and grading operations shall be removed from
the site. All irregularities in the surface shall be smoothed out and all
0706-00 T07 Grassing.doc
T7-l
'ZEL, ENGINEERS
0706-00 T07 Grassing.doc
T7-2
. Z-=:L.
ENGINEERS
SECTION T7
GRASSING
the site. All irregularities in the surface shall be smoothed out and all
roots, stone and other foreign material detrimental to tillage, planting
and proper growth and maintenance of the grass shall be removed. In all
areas where the topsoil has been removed during grading operations, the
topsoil which has been stockpiled shall be returned and evenly distributed
over these areas. Objectionable foreign materials contained in the topsoil
shall also be removed as the topsoil is distributed.
LIMING AND FERTILIZING:
After the areas to be seeded have been brought to finished grade,
agricultural lime and fertilizer conforming to the requirements of this
specification shall be uniformly distributed over the areas, lime at the
rate of one ton per acre and fertilizer at the rate of 1000 potinds per
acre. In areas where mechanical spreaders cannot be used, the lime and
fertilizer may be applied by hand methods. The lime and fertilizer shall
not be applied when the wind makes it difficult to obtain satisfactory
distribution.
TILLAGE~
The lime and fertilizer shall be thoroughly and uniformly mixed with the
soil to a depth of approximately 3" by plowing, discing and harrowing until
the soil is friable and well pulverized. Hand tillage will be required in
all areas where mechanical equipment cannot be operated.
SEEDING:
Hulled Bermuda grass seed conforming to the requirements of this
specification shall be uniformly sown by approved mechanical power drawn
drills or seeders or, in small areas, by mechanical hand seeders, at the
rate of 40 pounds per acre. The seeds shall be covered and compacted to a
depth of 1/8 to 1/2 inch by means of a cultipacker and an empty traffic
roller or another roller weighing less than 3 tons. Broadcast seeding
shall not be done when the wind makes it difficult to get satisfactory
distribution. The Bermuda grass seed shall not be planted prior to April
15 or after September 15. Seed shall not be sown unless the soil has the
optimum moisture content or more through a depth of at least 3 inches.
WATERING:
After the seeds have been sown, the moisture content of the soil will be
tested. If there is not enough moisture in the soil to insure germination
and adequate plant growth, water shall be applied by sprinkling until an
adequate moisture content has been reached. In the absence of adequate
rainfall during the germination and early growth period, the Contractor
will be required to maintain the required adequate moisture content of the
soil by periodic sprinkling operations.
MULCHING:
Mulching of seeded areas will not be required but may be employed at the
option of the Contractor as an aid in reducing erosing and conserving soil
moisture. If employed, the mulch shall conform to the requirements of this
specification. The rate of application of the mulch depends on the texture
of the mulch. The proper application will allow some sunlight to penetrate
and air to circulate, at the same time shading the ground. If desired,
immediately after the mulch is spread, the material may be anchored to the
soil by a cultipacker, disc harrow, or other suitable equipment.
SECTION T7
GRASSING
ESTABLISHMENT AND MAINTENANCE:
The Contractor is responsible for providing a satisfactory stand of living
seeded grass in which gaps larger than 12 inches do. not occur at the time
of acceptance of the project. Any areas which fail to show a uniform stand
for any reason whatsoever, shall be reseeded with Hulled Bermuda seed, and
such reseeding shall be repeated until acceptance by the Engineer. The
Contractor shall properly water, mow and otherwise maintain all grassed
areas and any damage resulting from erosion, washing or other causes, shall
be repaired by fill topsoil, tamping, refertilizing and reseeding at no
additional expense to the Owner, if such damage occurs prior to acceptance
of the project.
EROSION CONTROL:
In the event completion of grading operations of areas to be grassed
extends beyond September Hi, Bermuda seeding must be postponed until the
following spring season. The Contractor will be permitted to seed such
areas with Rye qrass at his own expense, if he so desires, to control
erosion of the qraded areas. All mowing and maintenance operations during
the fall and winter seasons will be the obligation of the Contractor.
Erosion must be controlled by acceptable methods to prevent damage to the
Owner's property or to adjacent property owners and to .limit migration of
silt to the streams.
GRASSING TABLE
Permanent Cover:
Fertilizer: 5-10-10i 1800 lbs. per acte
. Agricultural Lime: 2 tons per acre
Mulch: 2-1/2 tons mulch hay per acre
Hulled Common Bermuda
and Browntop Millet
10 lbs./Ac.
10 lbs./Ac.
4/1 - 6/30
Temporary Cover:
Fertilizer: 10-10-10; 500 lbs. per acre
Agricultural Lime: 1000 lbs. per acre
Mulch: As Needed
Sudcingrass
Rye Grass
60 lbs./Ac.
15 lbs./Ac.
4/1 9/1
8/15 - 10/31
PAYMENT:
No separate payment will be made for grassing of the unpaved areas within
the limits of the work disturbed by construction and all costs shall be
included in the appropriate Lump Sum or unit price in the Bid. Grassing
shall include all operations specified herein until a satisfactory cover of
grass is obtained and accepted.
0706-00 T07 Grassing.doc
T7-3
'ZEL. ENGINEERS
SECTION T20
ASPHALT PAVEMENT
SCOPE:
The work covered by this section of the specifications consists of furnishing
all plant, labor, supervision, equipment, materials and performing .all
operations in connection with the Pavement of.the driveway and parking area of
this project, in accordance with. this section of the specifications, and
subject to the terms andcond{tions of the Contract.
GENERAL:
Asphalt Pavement: Asphalt pavement shall consist of the excavation, filling,
preparation and further compaction when necessary of the proof~rolled and
recompacted subgrade, placing of the graded aggregate base course, application
of bituminous prime coat, application of the binder course, tack coa.t, and an
asphaltic concrete surface course and performing other. items of construction as
indicated or necessary to complete the pavement.
SEAsONAL LIMITATIONS:
No bituminous materials shall be applied for surf~ce treatment between November
10 and April 10, except with written approval of the Engineer.
WEATHER LIMITATIONS:
-..J
Bituminous mixtures shall not be produced or placed during rainy weather, when
the subgradeor base course is frozen or shows any evidence of excess moisture
or when the moisture on the surface to be paved would prevent proper bond, nor
when the air temperatu~e is less than 450 F. in the shade away from artificial
heat.
APPLICABLE SPECIFICATIONS:
All work and materials required under this section of the specifications shall
. conform to the applicable ~ections of the. "Standard Specifications for the
Construction of Roads and Bridges" of the Department of Transportation, State
of Georgia.
SUBGRADE:
Excavation: The Contractor shall excavate.the existing material as needed to
provipe for the base course. All unsuitable excavated materials that cannot be
lised in fill areas shall be wasted in spoil areas. Excavation shall be
perfooned in a.manner and sequence that will provide drainage at all times.
All excavation shall be unclassified and considered common excavation for this
project
Grading, Filling and Backfilling: The grading shall conform to the applicable
requirements described in detail in the "Site Work" section of these
specifications. Filling and. backfilling shall conform to Section T2 of the
specifications.
0706-00 T20 Asphalt Pavement.doc
T20-1
'ZEL, ENGINEERS
SECTION T20
ASPHALT PAVEMENT
Protection of Subgrade: The Contractor shall protect the sub grade from damage
and shall keep it adequately drained. It shall be kept free from ruts and
other depressions and in a smooth and compacted condition until the asphaltic
binder course has been placed.
GRADED AGGREGATE BASE COURSE:
An 6" thick graded aggregate base course shall be constructed using Class A
graded aggregate material conforming to the requirements of Article 816 of
the Georgia DOT Standard Specifications. The graded aggregate base course
shall be applied in accordance with the applicable requirements of Section
300 and 303. of the Georgia DOT Standard Specifications . Material shall be
compacted to at least 100% of maximum density at optimum moisture content
based upon the Modified Proctor Method, ASTM D-1557. The base shall be
drained by installing weeps at low points and intervals not to exceed 50 ft.
BITUMINOUS PRIME:
Bituminous prime shall be applied to the finished base course and to existing
surface treatment at a rate of not less than 0.18 and not more than 0 ~ 23
gallons per square yard, using materials conforming to Article 820.00 of the
Georgia DOT Specifications. Application of the bituminous prime shall be in
accordance with Section'412 of those specifications.
ASPHALTIC CONCRETE BINDER AND SURFACE COURSES:
Ge~eral: Areas required to be paved shall receive a 2" Binder Course and a 1~
1/2" inch compacted thickness surface course. The surface course shall be
Asphaltic Concrete, Type E; the binder course, Type B.
Materials: The materials used shall be in accordance with the following
Articles from the Georgia DOT Specifications.
Asphalt Cement
Coarse Aggregate for
Asphaltic Concrete
Fine Aggregate for
Asphaltic Concrete
Mineral Filler
820.01 - Table 820.1
802.02
802.01
803.01
Mix: The job mix will be determined in accordance with the prov~s~ons of
Article 400.04 of the Georgia DOT Specifications and shall require the approval
of the Engineer.
Application: Apply the asphaltic concrete surface course in accordance with
the applicable requirements of Section 400, Georgia DOT Specifications.
Compaction: Compact to at least 98% of the density of a laboratory specimen of
the same mixture subjected to 50 blows of a standard Marshall Hammer on each
side of the specimen, based on the Marshall Test Procedure, ASTM D-1559.
0706-00 T20 Asphalt Pavement.doc
T20-2
'ZEL, ENGINEERS
SECTION T20
ASPHALT PAVEMENT
TESTS:
Materials: ,The Contractor shall be responsible for having the materials he
proposes to furnish tested to demonstrate this conformance to these
specifications. Certified copies of Test Reports shall be approved by the
Engineer prior to construction.
Compaction and Thickness; Compaction and thickness tests will be made at the
discretion of, and at locations specified by the Engineer, at no cost to the
Contractor.
RESTORATION OF PROPERTY:
The Contractor shall carefully restore all property defaced by operation or
acts by his agents or employees. Such restoration shall include, but not be
limited to seeding, sodding, ornamental planting, repair or replacement of
structures, or other facilities and shall be at least equal in quality to the
original undisturbed condition. No such cost shall be incurred by the Owner~
PAYMENT:
ITEM P-l: Asphalt overlay shall be measured in square yards and shall include
costs for asphalt materials and installation, temporary striping and permanent
striping (replaced in kind), and markers (both temporary and permanent). .No
additional payment shall be made for these items.
ITEM P-2: Items associated with asphalt pavement repair and patching,
including aggregate base (10 ~u thick) and asphalt patch (2 ~u thick) shall be
measured in square yards and shall include costs for all aggregates (regardless
of type)( 2 ~ U graded aggregate base removal and disposal, bituminous tack
coat, asphalt, installation, excavation, striping (both temporary and
permanent), and markers (both temporary and permanent). The square yardage
calculation shall be based upon a standard width of seven (7) feet for payment
purposes. No additional payment shall be made for these items.
ITEM P-8: Curb and/or gutter placement shall be measured in linear feet and
shall include costs for concrete, installation, site preparation, formwork, and
finishing. Payment shall included all removal and disposal costs. No
additional payment shall be made for these items.
No separate payment will be made for work covered under this section of the
specifications. All costs in connection therewith shall be included in the
lump sum bid for the completed work.
0706-00 T20 Asphalt Pavelllent.doc
T20-3
'ZEL. ENGINEERS
'-I
SECTION T21
MEASUREMENT AND PAYMENT
GENERAL
Note: All items which must be removed by the contractor during construction,
and which are not specifically shown to be paid for otherwise, are to be
removed without additional payment. All costs for this removal and resetting
(if necessary) shall be included in the pay item "Lump Sum Construction".
Also, any other item without a specific -pay item shall be included in "Lump Sum
Construction".
SANITARY SEWER
ITEMS S-lB through S-9C - All piping line items shall be measured in linear
feet and shall include costs for piping and installation, trench excavation,
trench box, dewatering, asphalt cutting, normal joints and gaskets, normal
backfill, infiltration and exfiltration testing, mandrel pulling, and CCTV
camera inspection as requlred. Camera inspection shall include all costs for
closed circuit camera inspection of the sanitary sewer system, including
mobilization, demobilization, inspection, video tape copies, and field reports.
No additional payment shall be made for these items.
ITEM S-17 - Jack and bore line items shall be measured in linear feet and shall
include costs for casing piping, carrier p~p~ng, installation, blasting,
asphalt cutting, restrained joints and gaskets, end seals, and normal backfill.
No additional payment shall be made for these items.
ITEMS S-20A - Pre-cast manholes shall be measured individually (each) and shall
include costs for manholes, excavation, dewatering, asphalt cutting, collars
and boots, grouting and/or other connections, installation, normal backfill,
and vacuum testing as specified. Manhole vacuum testing shall include all costs
for testing equipment, testing labor, mobilization, demobilization, and
reporting. Manholes failing testing shall be re-tested at Contractor's
expense. Repairs to failing manholes shall be made external to the manhole
utilizing a method approved by the Augusta Utilities Department. No additional
payment shall be made for these items.
ITEMS S-21A - Additional sanitary manhole depth line items shall be measured by
vertical foot and shall include costs for excavation, dewatering, and backfill
as specified by type and class. No additional payment shall be made for these
items.
ITEM S-33 - Sanitary sewer manhole tie-ins shall be measured individually
(each) and shall include costs for cutting/coring of existing manholes,
collars, rubber boots, any required gaskets, excavation, dewatering, soil
stabilization, asphalt cutting, and normal backfill. No additional payment
shall be made for these items.
ITEM 5-38 - Creek crossing shall be measured in linear feet and shall include
rip rap, filter fabric and concrete pipe encasement, including costs for
concrete, installation, excavation, dewatering, soil stabilization, pipe
stabilization, asphalt cutting, and normal backfill. No additional payment
shall be made for these items.
0706-00 T21 Measurement and payment.doc
T21-1
'ZEL, ENGINEERS
0706-00 T21 Measurement and Payment.doc
T2l-2
'ZEL, ENGINEERS
SECTION T2l
MEASUREMENT AND PAYMENT
MISCELLANEOUS
ITEM M-7 - Select refill shall be measured in cubic yards and shall include
costs for the backfill and installation as well as all transportation and
stockpiling charges. The volume of material included shall be the actual
measured "in-place" volume. No additional payment shall be made for these
items.
LUMP SUM .CONSTRUCTION
ITEM LS-l - Lump sum copstruction includes, but is not limited to, the items
described in the bid schedule. No separate or additional payment shall be made
for these items.