Loading...
HomeMy WebLinkAboutTOPCOR AUGUSTA LLC WALTON WAY EXT STORM DRAIN IMP Invitation To Bid Bids will be received at this office until 11 :00 a.m., Friday, August 11, 2006. Bid Item #06-125 Walton Way Extension Storm Drain Improvements for Augusta Engineering Department Bid's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30911 706-821-2422 Bid documents may be examined at the office ofthe Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30911. Plans and specifications for the project can be made available upon request to Augusta Blue Print. The fee for the plans and specifications which are non-refundable are $100.00. Documents may also be examined during regular business hours at the Augusta Builders Exchange, 1262 Merry Street, Augusta, GA 30904; F. W. Dodge Plan Room, 1281 Broad Street, Augusta, GA 30904. It is the wish ofthe Owner that all businesses are given the opportunity to submit on this project. To facilitate this policy, the Owner is providing the opportunity to view plans online (www.aue:ustablue.com) at no charge through Augusta Blue Print (706-722-6488) beginning Thursday, June 29, 2006. Bidders are cautioned that submitting a package without review or Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods or services, or coordination with other work that is material to the successful completion of the project. Bidders are cautioned that sequestration of documents through any other source is not advisable. Acquisition of documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. A Mandatory pre bid conference will be held on Friday, July 21, 2006 @ 10:00 a.m. in the conference room ofthe Procurement Department. All questions must be submitted in writing to the office ofthe Procurement Department by fax at 706-821-2811 or by mail. The last day to submit questions is Tuesday, July 25, 2006 by 4:00 p.m. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. It is the wish ofthe Owner that minority businesses are given the opportunity to submit on the various parts ofthe work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. No BID may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100% performance bond and a 100% payment bond will be required for award. Bidders will pleasenote that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid are material conditions ofthe package. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete bid submission shall have the right to appeal to the appropriate committee of the Augusta Commission. Please mark bid number on the outside of the envelope. Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women Owned Businesses. For more information about this program contact the Office of the Disadvantage Business Enterprise at 706-821-2406 GERl A. SAMS, Procurement Director Publish: Augusta Chronicle Augusta Focus June 29, July 6, 13,20,2006 July 62006 cc: Tameka Allen Abie Ladson Robert Oliver Anthony Williams Yvonne Gentry Interim Deputy Administrator Engineering Department Engineering Department Engineering Department DBE SEALED BIDS SELECTION METHOD A method for submitting a bid to perform work on a proposed contract. In general, each party interested submits a bid in a sealed envelope, and all such bids are opened at the same time and the most favorable responsible bid is accepted. All bid responses will be retained as property of Angusta-Richmond County. Conditions for use. All contracts of Augusta-Richmond County shall be awarded by competitive sealed bidding except as otherwise provided elsewhere in this article (see S 1-10-45 - Sealed Proposals; 1-10-46 - Professional Services; 1-10-47 - Quotations; 1-10-49 - Sole Source Procurement; and 1-10-50 - Emergency Procurements, of this chapter). Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. Pre-bid conference and addendum. A conference to be conducted by the Procurement Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Bid opening. Sealed Bids shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Procurement Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance withS 1-10-5 (Public Access to Procurement Information). Bid acceptance and bid evaluation. Provided that the bids are delivered to the Procurement Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs. The main advantage of using life-cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion for awarding the contract is based on lowest responsive bidder, it may mean that the contract specifications are just minimally complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down-time could eat up any savings made if the Procurement process considers only the initial cost. Under no circumstance will any bid be accepted by fax or email. All bids must be labeled and received in the Procurement office by the due date and time. There will be no exceptions made for any late. lost by the post office or express carrier. or misdirected submittals. Please be aware that vendors shall be removed from the vendor list for the following reasons: (1) Declining to offer bids for the period of time listed in specifications. (2) Suspension for the following shall not be for less than three (3) months or more than three (3) years: (a) Failing to satisfactorily meet terms, agreements, or contracts made with the Procurement department or the using agency. (b) Being convicted of criminal offenses in obtaining contracts or convicted of embezzlement, violation of state or federal anti-trust statutes, or any other crime which indicates a lack of business integrity or honesty. (c) Violating contract provisions or failing to perform without good cause or any other cause which the Procurement Director deems to be so serious as to affect the responsibility of a contractor, including disbarment or suspension from a vendor list by another government entity. PREFERENCE FOR LOCAL SUPPLIERS AND CONTRACTORS (a) Augusta encourages the use of local suppliers of goods, services and construction products whenever possible. Augusta also vigorously supports the advantages of an open competitive market place. Nothing in this Section shall be interpreted to mean that the City Administrator or Purchasing Director is restricted in any way from seeking formal bids or proposals from outside the Augusta market area. (b) When the quotation or informal bids selection method is used by the Purchasing Director or using agency head to seek firms to quote on Augusta commodity, service and construction products, local firms should be contacted, if possible, first. Then if the Purchasing Director or using agency head believes that there may not be at least three qualified informal bidders, quotes shall be sought from outside the Augusta market area. (c) In the event of a tie of bid (see 1-10-43 (h)), when all other factors are equal, the City Administrator is encouraged to select the bid from within the local market area. The City Administrator shall retain the flexibility to make the award of contract to a bidder outside of the local market area if evidence supports collusive bidding in favor of a local source. (d) The local vendor preference policy shall be applied when the lowest local bidder is within 5% or $10,000, whichever is less, of the lowest non-local bidder. The lowest local bidder will be allowed to match the bid of the lowest non-local bidder; if matched, the lowest local bidder will be awarded the contract. For purposes ofthis section, "local bidder" shall mean a business which: 1) Has had a fixed office or distribution point located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and 2) Holds any business license required by the Augusta-Richmond County Code and 3) Employs at least one (1) full time employee, or two (2) part time employees whose primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta. BACKGROUND INFORMATION ON VENDORS. The Department Head and/or the Administrator is directed to provide the bid amount as submitted, information concerning the vendor's previous performance, the service and quality of the products offered, the availability of the goods and services when needed, adherence to delivery schedules, and other criteria pertinent to that particular item, on vendors who have submitted bids, proposals, or contracts for the Commission's consideration. The information is to be included in the backup documents for the Commission's consideration in awarding the contract. INSPECTION OF PURCHASES. The Procurement agent in conjunction with the using agency or department head shall inspect, or supervise the inspection of, all deliveries of materials, supplies or contractual services to determine their conformance with the specifications set forth in the pertinent purchase order or contract. The Procurement agent may require chemical and physical tests of samples submitted with bids and samples of deliveries, which examinations are necessary to determine quality of tQe samples and conformance with specifications. Letting the contract. The contract shall be awarded or let in accordance with procedures set forth herein. Award shall occur with reasonable promptness by appropriate written notice to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the invitation for bids. In addition to price and other material factors, the Procurement Director, in consultation with the using agency, shall consider the following in the context of award recommendations: (1) The ability, capacity, and skill of the bidder to perform, the contract or provide the services required, (2) The capability of the bidder to perform the contract or provide the service promptly, or within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience, and efficiency of the bidder, (4) The quality of performance on previous contracts, (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract or servIces, (6) The sufficiency of the financial resources of the bidder relating to his ability to perform the contract, (7) The quality, availability, and adaptability of the supplies or services to the particular use required, (8) The number and scope of conditions attached to the bid by the bidder, and (9) Service availability may be considered in determining the most responsible bid, and the bidders shall be required to submit information concerning their ability to service and maintain the product of the equipment. Award to other than low bidder. When the award is not given to the lowest bidder, a full and complete statement of the reasons for placing the purchase order or other contract elsewhere shall be prepared and signed by the Procurement Director and/or Administrator and made part of the record file for audit proposes. It is the wish of the Owner that minority businesses are given the opportunity to BID on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding . or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity for business growth and development. ~~.^.......,,\'~... -"j.. "t }~ .1' :, pl'.A . ....,>"'^.~:-.._......v<_-r;{o EMPLOYEE CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per a.c.G.A. 36-1-14, or the procurement contract is awarded pursuant to a.C.G.A. 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by a.c.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or [mancial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or [mancial interest. I, (vendor) -::JA I-( IE. 5 l.3A..KE:'~ have read and understand the information contained in the bid specifications. Signature: Vendor Name: I opeO R A....~ I LlC. 3c::r?7 ~sk.~ ~si-r;A.\ 'ElvQ. A~ I C-o.... ~OqD ~ Phone #: (70') 7C}Z - I II CY Fax # (]O ,) 7tt2-- /.4-1 8-11-0fD 7roj~ 3Z'Z-04--Z04--QZz. 37Q &Jc-/-h;-r ~ it!/G,r~;P-rl '.;:#"06-/z5 ::s70A!H Ptb1,i5\JT"I'/l!bi/EH~~ OM MUST BE SUBMITTED WITH RFQ PACKAGE. NO EXCEPTlON(S) WILL BE GRANTED Address: City & State: Date: ~ ~((;ro?Jumt Wtjxuctment Si1i' @(}Ji. (jl/O/Jl'ltJ, {JJlo/le{jtIN' 'ADDENDUM TO: All Bidders FROM: Oeri A. Sams DATE: August 2, 2006 SUBJ: ADDENDUM #1 BID ITEM #06-125 - Walton Way Extension Storm Drain hnproyements for Augusta Engineering Department BID DUE Friday, August 11,2006 @ 11 :00 a.m. Please note the following change to your bid package: Please acknowledge receipt of addendum in your bid package. If you haye any questions regarding this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen Abie Ladson Yvonne Gentry Interim Deputy Administrator Engineering Department DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aulrnstae:a.IWv Register at www.demandstar.com/sUl)nlierfor automatic bid notification Addendum No. 1 to the Contract Documents and Drawings for the construction of Bid Item # 06-125 Walton Way Extension - Storm Drain Improvements Our File No. 2004-0396 August 2, 2006 1. The following clarifications/amendments have been made to the contract drawings: (No revised contract drawing sheets will be reissued.) A. Sheet 2 - Revise all pay items and quantities in the Detailed Estimate to match enclosed revised Proposal Section (P-1 through P-2) on Pages 2-3 of 6. B. Sheet 3 - Revise parcel NIP Milton Martin, Jr. as shown on Page 4 of 6 to include new junction box, asphalt removal apd replacement, and concrete curb and gutter removal and replacement. C. Sheet 5 - Add Paving Detail and Curbing Detail on Page 5 of 6. D. Sheet 5 - Add Catch Basin - Type 9 on Page 6 of 6. III. The following items haye been revised or added to the contract documents and specifications: A. Proposal Section - Delete the Proposal Section (P-1 through P-2) in its entirety and replace with the enclosed revised Proposal Section on Pages 2-3 of 6. (Note that CCTV Inspection was revised to Video Inspection.) Addendum No. 1 Page 1 of 6 SEP-26-2006 14:12 ARC PURCHASING 7063124602 P.04/07 ~. Walto. Way Exte..io. Storm Drain Impro.';;;:;; .Project: # 322-l14-20482237~~ 1--. BID TABULA TION$ Il~~~~if~.li:~l''':~''ir~" ~~j~;~1~ :. 1~6lr,,;;:.J.:. '~iu-:rfj . ...i~~;~j~~ ~~ ~,."t ..~:~ ~J} . .'i:t:~\ ";~~~'~}. '~~!l;~~,~t{, , .:!::~:~ ;~.:l.~:~ . "":"o)"'r~".--':." ; :...~r: 001-1000 FORCE ACCOUNT NO. LS 1 $50,000.00 '---'---".,~.'-._-- ~.. 0- j 161-1000 CONTROL OF SOIL EROSION AND SEDIMENTATION LS 1 .~ ..- TYPE "C" Silo T FENCE ..-.-....."'--... . -."......... .~._- " ......... .,.. TEMPORARY GRASSING ",-,- .,.---. .- .~-- .... I .................,- CHECK DAMS -...." . .-.,..-...-........... "...~ n_. ....,. n.. ..._-- CONSTRUCTION EXITS .-. .-. ... MAINTENANCE OF SOIL EROSION AND SEDIMENTATION --. ............--.- " .-.-- .... ._- 230-1000 LUMP SUM CONS1R~.gl!ON_...... .....J_~..._. LS 1 ....- ...-. CLEARING AND GRUBBING, AS REQUIREQ.. ... ...........-. .-- REMOVE AND RESET EXISTINGJMEf30'{.EM~f.!TS, IF REQUIRED ..... f-o,.._-- . . .- TRAFFIC CONTROL, AS REQUIRED --- ....-.... .'., ..... --.. ........--- "---.. ..-...... .--- PROTECTION AND/OR REPAIR OF' ExiSTING IMPROVEMENTS -- -~. ... -~ . .. '- MISCELlANEOUS GRADING --~ ,....... .,.... PROPERTY RESTORATION I I-..._".~-_....-. .. -......... .. ~.. ..-"""-~ MOBILIZATION & DEMOBILIZATION I ,....-. _h.__... -. -- BONDS AND INSURANCE -.....--..-.-....... ..._......n' ... -"'-- 1------- PERMANENT GRASSING OF DISTURBED AREAS --"-..-.-. ,.........- ..... ANY OTHER REQUIRED WORK WITHOUT A SPECIFIC PAY ITEM .....-- 205-0002 UNSUI~~!Il:E El5S:AVATION, INCLUDING DISPOSAL CY 75 , n,_ ._ --... ........... '.- 206-0002 ._.~g~~o~ EXCAVATION, INCLUDING MATERIAL (OFFS~~~L. CY 75 ~..__.... .--......- ."..- 310-5060 . GR AGG~_EGATE BASE: CRS, 6 INCH, INCLUDING M~T~R1AL SY 125 -- . _. -....,.... ... 402-3911 2 IN RECYCLED ASPH CONCRETE 12,5 MM SUPERPAVE. GP 2 Sy 125 ONI. Y. INCLUDING BITUM MATE:RIAL & H LIME ....... 'MH. "~ 441-6012 CONCRETE ..9~RB & GUTTER, 6 IN X 24 IN, TP 2 LF 55 ... '- 561-3000 STORM WATER BY.PASS OR TEMPORARY DETENTION LS 1 i..uivir: Suivi '''_--'---_0.._ --....-- .. 561-3001 VIDEO INSP'E~!I_'2~~_ EXISTING PIPE (IF REQUIRED BY CITY). LF 748 .. -.....--. 561-3002 VIDEO 1"i~E~TION OF LINED PIPE (IF REQUIRED 8Y CITY~_...__ LF 748 . .... ~ I~. 561-3100 LIGHT TO MEDIUM CLEANING OF EXlSTlNG 84-INCH C.M.P. (IF LF 748 REQUIRED) .-.-...-,...." .,-- .. 561.3200 JOINT REPAIRS EA 20 -.-...-....... 561-3300 PRESSURE GROUT PIPE EXTERIOR CF 500 _..0....-_____.._ _ . n .._ '.'- ..~ 561-3484 PLACE REINFORCING & SHOTCRETE EXISTING 84-INCH C.M.P. SY 1.830 (CRANE CREEK TO SCOTT NIXON DRIVE) --. .. ....-. ..... . ....-...,.. --'.'.- 561-3584 DE-WATER, CLEAN & SHOTCRETE INVERT OF EXIST. 84-INCH Sy 1,005 C.M.P. (SCOTT NIXON DRIVE TO DETE:NTION POND) 668-1205 CATCH BASIN GROUP 2, SPECIAL DESIGN EA 1 668-1210 CATCH BASIN GROUP 2, ADDITIONAL DEPTH. SPECIAL DESIGN LF 12 - .- ---.......--,.,..................-......----- Total Project Cost .... .. .- Arlrlennnm No. 1 "PAe~ 1 of Il SEP-26-2006 14:12 ARC PURCHASING 7063124602 P.05/07 30 L 15 0 I fl' SCALE IN 30 I FEE T 60 I \\ /' I.V' / /r-----7 I 'r-- i J \ 1 <<!~,,/I/ Lf Eil;,/ ,. Jf Ii r / \ / \'~\. (\/,./".....:......'" ',.'11'1':: I \ '\ I \ . ,".. .....-~:(l)t?-_. ('e / \ . ,." ~, - -'/i!.11J~~':..:J.::'.......r'Joo. -'" / ': L...~._--d! / \ \ .' ::...:....~,.-..,....:~;;>,:;;~)' \" E f:l . '" "".J 1/ l r :-":>"" r U.,'( GRo \ \ '\.-"" . '" '.. j L II ";:1';;:::; ~" .u,~,.1 \. :~: ,~. __~ -...... ) " CONSmUCT NEW JUNCnJ BOX J) \ B .J'- - OVER PIPE !f!JD..-{SEt OcTNL '6 ~~..~:"~;?~~.~: '. "" ...-- -- -- ~1I'H '5.OM(lJATCH GRADF)--/ /"'~ ~ ," .. - \ Mt~ ~~. .. _-1.~= 37:1:: . aA:~' I " , 1 R~_._~ - -. - ....____- ~""F1~ ~. J~--~ ..I...r.>...~ -. ... ,. j{WPi"" . .~'\.l.\~-,;",:",,_..\..:-.~~-~~.......-. ":'~._I".~ ..-:::,.,;~~;:,~ ~.... .--- '..- .~. -:.;:; .a!"'I~r'l\.,-,--,< \--1;.' '4,'~ \ r..i-"'~.:+ - ~..'- :~=- . - I -- \,' - - -- -.::: i ---- . --., o '.. L '."( ~ \ r~ "'~..('\ ,..1. . .~ -. " '\ '\":;'':-'t-.'Ir--. ..-- "7~. "-",, -.......-... ~- __ :. _ ~'-_.. ~ .~.. -.\~. -'-- . , , , . \ \ '. \'-"-';"~ '~~'~..:-~-,..... .~._<,......,&~"(.~ ," ,.~^ -::.:.... "-'" " ~" .. -7'~'-, '\.' \ \" , \ \ " '--. ---., ,." \ \........... \ ,', \' , '. '. \. '. .-!Jo[.I"I'" I ' ....... ~.'"'. ..j...... ""t'. ,. '. . . ',! .. . ". \.. ........,19?. ".' , V". . . ,. 7T ~i /,\l: ___ ~ "-"1 -......... -..... . .,.~..J..~~1~:_~.~,....~."'9~!-7'11.;.....\i~... l;l,~~_ ---==~__ ~ ---.... ____ ....... r,P/F8 - -.-- " _.,._.-r."':'.":"".__:>-"'!....'-'-_, ,,--.- 7....' ...-.--..... . --. -- '''_'''-''~'''f \ .- " I ...'., 'p' ( :~~, . : ,', .f' ~\.~~)" _ _ _ ... --1''' - . .~~ .._.\.~:~~:.~~~~\~:.~~~,:~~i~~~ 4< CUrTER A~ NECIfI \. .' .: - ~ .. :, . ".'" """\,,:'O"'-'O"=lc,~;, C:~ ;:e, ~ I' @ "''''/ \\ \ II r}!!""A:~,:;~OVAL ~.\~=JJ' T \, I I) I ~:!f~~ //'-;,~<\\ .,;.,u-l,SPrlr.I..T\-" I t. ,: I \ i t ~' , ~ ,r I I' i\ 'I' I ~_ ___"" --.."-"--' --.1 -:! ;! i~ r i ;:4"C&:c; i ............. - - "j !' I'=--=-~~::'--"""'-"""'"'""-"''''''''''''''='':::;-:=:''=~~~ _.,-,-",-.._- -~ -- ~,~30~ iI r=~~~ll" 'r~'~:'~~~_~--/f'~' ~f r~ i i I f i f-. I -. ~'l f r I I I i r-! ;~ I .1.:;. Or; 'I' (:Ff"iCr ! if i I I ! ~j'," I ! I ~ ::m)R" Or-FICE i t i I;.] .~ ( I, I ~ ~ r .~ ... r\'1 j.! I~) 1l'l '." l'p <, IJ ~'i Ji"! ii ifj ',q ell WALTON W A V EXTENSION STORM DRAIN IMPROVEMENTS ~ PIEP"IED IY Cranston. Robertson & Whitehurst! P.&..- 4DIlEWS~ .p.o._._ _ -:.w=- 1'H:0fJIl1m-1~.~. -.! ADDENDUM NO.1 SHEET" OF 6 2004-03915 81%/06 SEP-26-2006 14:12 . . ., '., ", ,~ \. . . ,',:. :.:: . .>',' ." " r{',:.;:::.: I ::.'. .. ~ .:. .... ~ .'. r ! ~ Ii ARC PURCHASING ,',' . ~ . . ~--l ,i' II . " i ~ a:l__J lH II ! 7063124602 P.06/07 ~ Z. O~ ~. p.cZ U f;l l/.l 01 rIl ~ p.c ~~~ . , fI1 . ;::<Z = :: u ~ u WALTON WAY EXTENSION STORM DRAIN IMPROVEMENTS ~ flfPAR.fD B" Cranston~ Robertson & Whitehurst. P.J1...- 4112EW1111l11EET ~ P.a_IBI_ ~ AIllllIIlJ,__ - PI/; t1IiJ m-I~--*--~ ADDENDl,TM NO.1 SHEET 5 OF 45 2004-03~6 8~U6 SEP-26-2006 14:13 ARC PURCHASING 7063124602 P.07/07 CONSTRUCT SHEDDING GUTTER WHERE GRADES ON PLAN SHEETS INDICATE. SLOPE TO t.IA TCH PAVEMENT GRADE. rI 3,000 P.S.I. CONCRETE .... -:- ,.~. ". . ", R - 2" . l> . .. ,( . . . . , .. # ". A .' . lD . A .~.' ~ ':,>. ....~. '~.' ,...A~ . : :-. ~ . ...: ~'~t~.. .:~..: .~ . A ..6' .. " . .':. .' . . , ... ... .. , 4. ~ .". o. . I '" . .4'. ~i"','. . ~ ,;.. .... I ,'. .~'.' '~, .... '!."jl.:SATJER1"-8'" ~"':b."'"," ~A::"~""""'~-::':< ~::,.A':'~.._:"':,;'.'~~<"~' '~'.;'..,',A..,~ A >"'~l . IN ... ---- ---- - ------ - I. 2..." J CURBING nET AIL N.T.S 2" 12.5mrn SUPERPAVE ASPHALTIC CONCRETE IN ACCORDANCE W1~ SEC110N 400 OF THE GA. D.O.T. sPECIFICATION. LATEST ED 111 ON. .", ":,t'"1- ~ . .;!:tf:Kf,;~:f:'~)tji:r~ .y;((VA0\ ,\0~\>>>~\'>>\"Y' 6" GRADED AGGREGA TE B~E COMPACTED. ~ SUBGRADE MIXED &: COMPAC1EO TO 100:11: TO 100~ MAXIMUM DRY DENSITY. MATERIALS MAXIMUM DRY DENSITY. MATERIALS &: COMPACTION & COMPACllON SHALL BE: IN ACCORDANCE SHALL BE IN ACCORDANCE WITH SECTION 209 & W1lH SECTION 310 &: 815 OF GA. D.O.T. 810 OF GA. D.O.T. SPECIFICATIONS, LAlESl EDI110N SPECIACA110NS, LATEST EDI110N. PAVING DETAIL N .T.S. WALTON WAY EXTENSION STORM DRAIN IMPROVE:MENTS ~ p~~p"Rlll IIV Cranston. Robertson & Whitehurst.. PJL..... .. III.IS S1lIll':r . ,.4. _ 8CI . ........ _ _ _ - MMMJIII' - ___ PI/! Dr16I =-J_ I!JIMJ __ ADDENDUM NO.1 SHEET (i OF jl; %00.-0396 81Z/06 TOTAL P.07 ~ rPJ5'roett/JWn(j'llt {jj)tjx:vd?neJU SUi' fJJeJ<i. ~Cl/III.6, {iJi'l'e(!tlYl' . ADDENDUM TO: All Bidders FROM: Geri A. Sams DATE: August 7, 2006 SUBJ: ADDENDUM #2 BID ITEM #06-125 - Walton Way Extension Storm Drain Improvernents for Augusta Engineering Department BID DUE Friday, August 11, 2006 @ 11 :00 a.m. Please note the following answers to questions for Bid Item #06-125: Please acknowledge receipt of addendum in your bid package. If you haye any questions regarding this correspondence, please contact me at (706) 821-2422. cc: Tameka Allen Abie Ladson Yvonne Gentry lnterim Deputy Administrator Engineering Department DBE Coordinator Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aUlmstae:a.e:ov Register at www.demandstar com/supplier for automatic bid notification Addendum No.2 to the Cont~act Documents and Drawings for the construction of Bid Item # 06-125 Walton Way Extension - Storm Drain Improvements Our File No. 2004-0396 August 7, 2006 1. The following questions for clarification have been posed by a potential bidder and the responses immediately follow. (No revised contract drawing sheets will be issued.): A. ((The plans refer to 2" x 2" W12XW12 welded wire mesh. Does this mean a 2" x 2 " 12 gauge wire mesh?" 1. Yes, a 2"x2" 12 gauge welded wire fabric shall be used. B. "For the 1,100 linear feet ofpipe receiving concrete in the invert only, can the concrete be poured and trowel applied?" 1. Yes, that is acceptable as long as the invert is formed in accordance with the detail. C. ((After we install the wire mesh reinforcement in the 84" CMP, can we pour afoul' foot wide bottom in the pipe? The bottom will allow access without crushing the wire mesh against the bOttom of the pipe and will ease the removal of rebound from the shotcrete operation." 1. Providing cold joints are addressed in accordance with the specifications, this is an acceptable method. II, The following clarifications/amendments have been made to the contract drawings: (No revised contract drawiJ?-g sheets will be reissued.) A. Sheet 5, Shotcrete Lining Detail- Revise "2" x 2" W12 XW12 galvanized welded wire fabric" to "2" x 2" 12 gauge galvanized welded wire fabric." Addendum No.2 Page I of 1 ATTACHMENT A PROPOSED DBE PARTICIPATION PRIME CONTRACTOR t'OFtf>/L Aujv~-k-.;, LtC.. PROJECT:#321.-04-- ZO'!-fJ 2Z~7B DBE FIRM PRINCIPAL OFFICIAL (i.A(l..'-f ADDRESS/PHONE NO. 70,.93 -s ~it..vc:ri D,.) Total Price: Total DBE value Total DBE percent: C Contractor will perform%oftbis contract Signed By: ~ Titl" ~~"Jb..+- Date: g - \ \- 0 (p TYPE OF WORK $ ~OO, 73B. ~O ,. pO ~ t,tPO - ,,7:5 $ % Revised 1/24/06 Dollar Value of Work .... S 600 - 84/20/2606 10:15 7065552576 68!~6/2e86 12:1a 78621e83e~ HARLEMLIBRARY 11..1j\..L.H'- .....n.-...~ !o'-'_..' PAGE 132/02 --+ ..._._.-~" ',- ....--~...__..._... ../' / 4.tBC~NT B PKOJICT ~ ~ ~2... 0....... ~J')f-€ ~1e 11V'~;p~ wAY #~l/4i11JJ ~N' ~/,A.) :;C",""I',e"vI' ~1S unn OF mrllNl TO P"UFORM AS.A 9U8COl'lSUL T AJ.'CT/SVlCO/"fTRACTOJlI8UPI'LIZB 'fo: 'lO~(l.. 4~aoJ~ ~,~ (!'lAME 01 pr.Ol'OS'f.F.) . , ,... Tb& ~U\isae~ intends ~ IlC'nonn iWock in co~ with tile above proj~t in !he followina ~ity(~koo.): L A.J\ irldlvictual. ___ A~P' A eorporaticn _' A j()d vmt\mI B. The DBE ,1.It"Ut 0' tIw undmi~d iJ eonfl.l1DEll at follows; ___ By t.Wicbrrtetlt of .. eumot Cmifiate at Cerd;6u.tios\ jallllfld ~ tb. nep.rtmll2t of T~tion _~ B)' &ttullmoODt of e CUrrtllt Cttti{i~icn iSS\1ed by the Diudvarltalr.4 BuainCQ EtltwprifC Ofnce C. Tbc'llll&:tliptG is prepared to pert. the followtD8 ~ iA ~oo with the tbO'110 ptoject ~~~-t~L:~ . 0, Tbc~pcchl.lw, tb8t ~ will'be perfoapinV - ,1 % oldle lotal ~ject. -~-_...- . ----- E. 1"be 'Ull~ will subLt1 udlor..~ / IJ. dJ 't\ of tJUa aubooJltnCllO ~oo- DeE cDaUc:tan ..n 1<< DD~.I:>BE sUl?P1u,l". ~. . gtttmmt for the abovt dmrlbed wot:k with the . Cl ClXC'lCllboll of a conltlCt tor tile projlliiCt cited bC':rtlU1 Coo\3tY. By: :;V"U elf (..~c..f;o" (Dun ConDll 'trill NIlOC) '1po4By;):)~~1. o COUtrlCtot wiJJ ptItfotm 100-4 of tit ~~c RW!lJed 1/?.A106 FR'~1 :DBE OFFICE FAX 1'10. : 7068214228 Aug. 10 2006 04:11PM P2 Disadvantaeed Busint'.8S Enterprise Yvoune Gentrv DBE Coordinato~ April 4, 2006 Dorsey Construction 4422 Dorsey Drive Dearing, GA 30808 Attn: Gary Dorsey Your firm has been registered as a Minority Business Enterprise (MBE) with the Augusta- Richmond County Disadvantaged Business Enterprise Department (DBE). Your company's registration will last for a period of two (2) years, beginning April 4. 2006. Registration- entitles your firm to be included on the DBE website directory and your firm information will be submitted to all contractors bidding on the ,A,ugusts-Richmond County projects. Placement on the DBE Directory's list is no guarantee of solicitation for informal or forms I invitation to bids/proposals. This is a service of convenience for the vendor and Augusta- Richmond County and not a binding assurance of solicitation. To insure maximum bid participation, vendors should register with DemandStar Service which will allow you to receive the appropriate bid specifications as they are issued. Please call toll-free 1-800-711-1712 or visit W\WI.demandstar.com for more information. As a registered firm. you are required to notify the Disadvantaged Business Enterprise Office of any changes in ownership and/or control of your firm. Failure to provide this notification, in 'NI"iting. may result in your firm being removed from the Disadvantaged Enterprise Office register. We welcome you to the Augusta-Richmond County Disadvantaged Business Enterprise program, Sincerely, <Yvonne gentry Yvonne Gentry DeE Coordinator YG:glw DisadvlIntaged BIISll1eS5 Enterprise Departlllent 501 ~rne Stn;ct- Suite 304. Augusla, GA 30901 (706) 821-4206 - Fax (706) 821-422.ll WWW.AUQUSTAOA.OQV Certification Statement Local Vendor Preference I certify that my company meets all of the following qualifications to be eligible for the local vendor preference: (1) That my company has a fixed office or distribution point located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and (2) That my company holds any business license required by the Augusta Richmond County Code for at least 6 months (3) That my company employs at least one (1) full time employee, or two (2) part time employees whose primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta. (4) Attached is a copy of my Augusta Business License. A....":I u.sk-~ LLC- &.-o5t.(~ -.;C ~ '1'::>u.s 11<.. ,A.. L Business License Number 7 Z 51 S Phone Number: 70 &.. - 7Cf l.,. , { \ q Q.. Company Name: lO?CO""R. Address: .3q 7 7 J3\.vD. Fax Number: 7D&"-7'12" 114-1 Owner's Name: f)4f if 5+ , 20 ().b Notary Public for the State of L p,. My Commission Expires @ d cz"d-~ Notary Public Signature ~~_ ;e.. J1.1.. tf1V.... ~ 6 'l~ 7r- Printed Name: 7E ILIlJ L. fhoo (' e /I b? 'S' 7 r ---l. II VENDOR DO NOT COMPLETE ~ -: ... ::- II To be completed by Authorized City Representative from Business License & Inspection Depa~~~mt: Vendor Certified: Date: ., '. Authorized Signature This 101m MUST be submitted with bid package. NO Exception(s) will be granted . vmp- -, . .. .... '".'- - - ," ~~.: ~":~h\~;_~:/ t?'; .. .. - "-.- ". ~.' k ....::'-:.t.ii~.,..~~.. < ";;'Y . .:/' "" -.~::"'" .,.. -.- :-.. ; 'c_ . ,. '.. . >.::~:,;.:-..:.,.,...~.:~;' - .~: ',' _",,_".-.;:. ;,1'.' -_. ..' ',' August 11 th, 2006 3977 Goshen Industrial Blvd. Augusta, Georgia 30906 Ph: (706) 792-1119 Fax: (706) 792-1141 Watts: (866) 247-3317 The Augusta Commission at the offices of: Geri A. Sams Procurement Department 530 Greene Street Augusta, Georgia 30911 Re: Walton Way Extension Storm Drain Improvements Project Number: 322-04-204822378 Bid Item # 06-125 Gentlemen: TOPCOR Augusta, LLC. is pleased to proyide a bid for the aboye referenced project. We look forward to working with the City of Augusta on this project as well as many more proj ects in the future. TOPCOR Augusta, LLC. opened in 1998 and the large majority of our employees call Augusta their home. Although TOPCOR has been mostly associated with the industry in this area, it is our desire to become a fIrst choice resource for the City of Augusta's public works department and engineering department for services that until now could only be proyided from out of town yendors. TOPCOR is uniquely qualifIed to complete this project due to our expertise in concrete restoration that includes both wet and dry shotcrete applications. TOPCOR is a member of the American Concrete Institute as well as the American Shotcrete Association. Again, we appreciate the opportunity to proyide a bid proposal for this project and look forward to working with the City of Augusta in the future. rew D. Braithwaite Vice President TillS CERTIFICATE IS TO BE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREIN DESCRIBED. BUSINESS CERTIFICATE AUGUSTA THIS CERTIFICATE EXPIRES ACCOUNT 2006#031388 ISSUE DATE 01/24/2006 CERTIFICATE ISSUED IN NAME OF . TOPCOR AUGUSTA LLC ;,,':' Sunday, December 31,2006 Yearly 01/0112006-12/3112006 . ,..:{r'. BUSINESS LO-CATION .",.,,;':.r.(i 3977 GO~~ INDV.STRl~i'~VD.-,-J/.;t. CERTIFICXTE ADDRESS'lNFORMATION JAMES BAKER 18422 WVILLAGE WAY BATON ROUGE, LA 70810 MAILING ADDRESS INFORMATION TOPCOR AUGUSTA LLC ANDREW BRAITHWAITE 3977 GOSHEN INDUSTRIAL BLVD AUGUSTA, GA 30906 2006 SIC CODE 23322 BUSINESS. Bun.DING com CA TEq9c~X".i:~ BUSINE.SS'<TYPE CONTRACTOR ..!i~~t:--,,, ~ THE LICENSE AND INSPECTION DEPARTMENT SHALL HAVE THE RIGHT TO SUSPEND ANY CERTIFICATE IF THE BUSINESS VIOLATES ANY LAW OR ORDINANCE OF THE UNITED STATES, THE STATE OF GEORGIA, OR RICHMOND COUNTY. ORIGINAL 72518 List of References International Paper Augusta, GA Mr. Gary Mckenzie 706-796-5559 Rayonier,Inc Jesup, GA Mr. Greg Young 912-427-5329 DSM North America Augusta, GA Mr. Steye Rogers 706-849-6626 PCS Nitrogen Fertilizer Augusta, GA Ron Ansley 706-849-6509 Thiele Kaolin Company Sandersville, GA Mr. Billy Wiggins 478-552-3951 Smurfit Stone Container Florence, SC Mr. Mike Lumas 843-662-0313 List of Services Restoration & Strengthening Wet & Dry Shotcrete Form and Pwnp Structural Strengthening Carbon Fiber Blast Resistance Pile Jackets Elevated Deck Repair and Replacement Epoxy Injection Crack Repair Specialty Concretes Microsilica Machinery Grouting Balcony and Fayade Repair Floor Leyeling/ Resloping/ Drainage Diving Services Infrastructure Rehabilitation Manholes Lift Stations and Wet Wells Clarifiers and Head Works Protection Concrete Coatings Epoxies, Vinyl Esters ~ Elastomeric Polyurea FRP Acid Brick Primary/ Secondary Containment TSA Thermal Spray Alwninum Cathodic Protection of Steel Thermoplastic Liners HDPE HDPP Resinous/Seamless Floor Systems Expansion Joints Urethane Crack Injection Parking Deck Membranes Fire Proofmg Waterproofing Thermal Spray Metallizing & Cathodic Protection Cathodic Protection of Reinforcing Steel in Structural Concrete Protection from Corrosion Under Insulation (CUI) using Thermal Spray Aluminwn Cathodic Protection Pile Jackets Metallizing Steel Structures Barrier Coating and Cathodic Protection Heat Resistance Marine Structures and Risers Steel Bridges ATTACHMENT C (Contractor's Statement of DBE Utilization Form) The completion of this form is the responsibility of the awardee of the contract. Complete the form indicating the DBE's utilization for the requested pay period. This information identifies the actual DBE sub-contractors/suppliers, types of work performed, actual dollar value of work/services and suppliers. To avoid delay of payments this form must accompany all pay requests. "l:j t.".l i:l:l ~ Z >-3 > ~ t.".l o ~ >-3 o >-3 ~ ("'} o Z >-3 ~ ("'} >-3 ("'} o ~ "l:j t"l t.".l >-3 t.".l ~ >-3 o ~ > >-3 t.".l - - CI\ tH ~ - - ("'} "l:j >-3- -l "llCl 0 i:l:l O~ Zl"l Z~= Z 0 >-3- ~t"'" >enl"l >-3 t;j ~i =d~ 3:l"lz ~ ~ == l"lZ> (") r.nt.".l l"lo 1(o-l3: ("'} >-3 "z ~l"l Z l"l < >-3 ~ Z l"l P t.".l ~ ~t"'" '"" o~ ... "en .s ~o "l - -..I - >~ ~ 3:~ '"" ,0 O-l ... e ~~ .::: ~ ~q ~ ~ ~ = ~ t.".l 3:~~ e '"" >-3 l"lE!-l ... ~ ~en~ ~ t"l ~ en~~ ~ -l >-3 ~ 0 >8~ z == I 3:z< '0 0 O-l", ~ ~ ~ ~~en .. ~ ~q~ ~ - r.n 00 ~ l"l - ~ "l:j Z "ll~> ~ > l"l 3: '"" '2l"l0 ... ~ ~ "l:j OCl~ 0 Cl-lZ =-l r.n '" t.".l en ~ ~ l"l> = t.".l =~3: '"" ... >l"l0 ~ ;;l=~ -l-l 0 -l =~> tiJ-l3: '"" I "ll>0 ... l"l"'~ ~ ''2 Z'z - o~-l N = N - ~ S> > >-3 t.".l =>3: '"" >"'0 ... -lZ~ ,::;! l"ll"lZ Cl-l -l 0 ~ O~ 3:0 Cl"ll~t '"" ... ~[;;~O $ l"l-l "l l"l~ -l-l 0 - - N N tH = - - ("'} o Z >-3 ~ >-3 o ~ - N .... - s e >-3 ~ - t"l tJl ~ - ~ >-3 ~ o z ~ .. '"Z: - N - - "l:j ~ i:l:l 0 "l:j t;j 0 (") ~ >-3 "l:j Z t.".l 0 ~ 0 ~ ~ i:l:l 0 ~ = > r.n t.".l = ~ ~ ~ r.n == t.".l t.".l >-3 o ~ - .... - "l:j ~ ~ ,0 e t.".l r.n >-3 Z P ~ ("'} ~ r.n 0 ~ Z >-3 <: ~ ~ (") > ~ >-3 ~ 0 t.".l i:l:l ~ ~ ~ = e r.n r.n e >-3 ~ >-3 r.n ~ > ~ ~ ~ o-l >-3 > t.".l r.n ("'} ("') ~ r.n ~ ~ t.".l t.".l ~ Z >-3 0 0 t.".l Z Z ~ ~ o-l ~ ("'} ("') ~ 0 = t.".l r.n ~ t.".l e ~ >-3 >-3 t.".l ~ ~ t"l "l:j ~ ~ ~ >-3 ~ ~ 0 t.".l Z Z >-3 >-3 o AUGUSTA-RICHMOND COUNTY CHECKLIST FOR GOOD FAITH EFFORTS A bidder's good faith efforts must be those that could reasonably be expected from a bidder who was actively and aggressively seeking to meet the Disadvantaged Business Enterprise (DBE) goal. Good faith efforts may include, but are not limited to: Yes No 1. Soliciting, through all reasonable and ayailable means, the interest for all certified DBEs who haye the capability to perform the work of the contract. Such solicitations must be in sufficient time to allow DBEs to participate effectiyely. 2. Confirming attendance at any pre-solicitation or pre-bid meetings. 3. Proyiding proof of any adyertisements in general circulation, trade association, and minority or woman focused media. 4. Documenting the follow-up to the initial solicitation with DBEs. 5. Documenting how portions of the work were selected to solicit DBE participation and how the selection was made in order to increase the likelihood of meeting the DBE goals. This would include, where appropriate, breaking down contracts into economically feasible units to facilitate DBE participation. . 6. Proyiding information on any negotiations with DBEs including bid item adjustments, terms and conditions of the contract, bonding and insurance requirements and etc. 7. Documenting efforts to assist DBEs in obtaining bonding, lines of credit, or insurance. 8. Proyiding copies of the information supplied to DBEs to solicit their bids. Such information should include adequate information about the plans, specifications, and requirements of the contract to enable the DBE to supply a complete and competitiye bid. 9. Proyiding information regarding the services/assistancesecured from minority and women community organizations, contractors' groups, local minority and women business assistance offices and other organizations that proyides assistance in the recruitment and placement DBEs. 10. Negotiating in good faith with interested DBEs. It is the bidder's responsibility to make a portion of the work ayailable to DBE subcontractors and suppliers. The bidder must proyide documentation that consideration was giyen when selecting portions of the work or material needs on the contract to the ayailability of DBE firms in those areas when soliciting for DBE participation. 11. Documenting the basis for rejecting DBE bids. In cases where the bidder determines the DBE to be unqualified, supporting eyidence used to make the determination must be proyided. Revised 1/24/06 WALTON WAY EXTENSION STORM DRAIN IMPROVEMENTS PROJECT NUMBER: 322-04-204822378 List of Project Documents SECTION AGREEMENT PROPOSAL PERFORMANCE BONDS LABOR AND MA TERrAL PAYMENT BOND BID BOND GENERAL CONDITIONS INDEX SPECIAL CONDITIONS INDEX TO TECHNICAL SPECIFICATIONS PAGES A-I THRU A-4 PI PB 1 -PB2 PB3 - PB5 BB 1 -BB2 GC1 -GC5 SCl - SC7 TS-O-OI - TS-6-02 SECTION A AGREEMENT ~ 5th Sept THIS AGREEMENT, made on the~ of ,200,; by and between AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, party ofthe fIrst part, hereinafter called the OWNER, and TOPCOR Augusta party of the second part, hereinafter called the CONTRACTOR. LLC 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 1abornecessary, and to perform all of the work shown on the plans described in the specifications for the project entitled: WALTON WAY EXTENSION STORM DRAIN IMPROVEMENTS PROJECT NO. 322-04-204822378 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 -- LIOUIDA TED DAMAGES The work to be performed under this Contract shall be commenced within Ten (lQ) calendar days after the date of written notice by the Owner to the Contractor to proceed. The work shall be completed no later than Ninety (90) calendar days after date of Notice to Proceed. 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 ofthis Contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the 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 THE WORK WTI1IIN THE TIME(S) HEREIN SPECIFIED, then the Contractor does hereby agree, A-I contract as hereinafter set forth, for each and every calendar clay that the Contractor shall be in default after the time(s) stipulated in the contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and the specifications wherein a definite portion and certain length'oftime is fixed for the performance of any act whatsoeyer; and where under the contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE III - PAYMENT A. THECONTRACTSUM The Owner shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the attached schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. B. PROGRESS PAYMENTS On,not later than the fifth day of every month, the Contractor shall submit to the Engineer an estimate covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last working day ofthe preceding month, the estimate shall include only quantities in place and at the unit prices set forth in the bid schedule. Within ten (10) days of receiving each Application for Payment, the Engineer shall either indicate in writing a recommendation of payment and present the application to the Owner, or return the Application to the Contractor indicating in writing necessary corrections. In the latter case, the Contractor shall make the corrections and resubmit the application. Ten days after presentation of the Application for Paymentto the Owner with the Engineer's recommendation, 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 Engineer shall within 10 days make such inspection, and when he finds the work acceptable A-2 under the Contract and the Contract fully performed he will promptly issue a finalcertificate, over his own signature, stating thelt the workreqllired by the 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 30 days after the date of said final certificate. . B. Before fmal paymentis due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material-bills, ancl otherindebtedI1esscollllecte4 with the work have been paid,exceptthat in case of disputed indebtedness orliens theContractormaysubmit iI1lieu of evidence of payment a surety bond satisfactory to the Owner gUaranteeing payfuent of all such disputed amounts when adjudicatedin cases where such paymenthasnot already been guaranteed by surety bond. C. The making and acceptance of the final payment shall constituteawaiver of all claims by the Owner other than those arising from unsettled liens, from faulty work appearing within 12 months after final pa:yment,from requirements of the specifications, orfroIl1 manufacturers' guarantees. Itsl1allalsocon~titute a waiver ofallclaiInsbythe Contractor except thoSe previously made and still unsettled. D. If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall . upon certificate of the Engineer, and without terminating the Contract, m3ke payment of the balance clue for that portion of the work fully completed.and accepted, Suchpaymentshall bemade under the terms and conditions goyeming final payment, except that it shall not constitute a waiver of claims. A-3 IN WITNESS WHEREOF, the parties hereto have executed this Agreement, the 91Y and year first written above. .. L/I (SEAL) AUGUST A, GEORGIA By:J~.~ . As its May -. lJlJo/IWiV# t~1 w lY/~7 (SEAL) CONTRACTOR /- ~ .-- - '34>ot~ a.;... Title: Owner A.TTEST: fkcrJ~ rl!!:rr-. ~ Address: /2f;Zb ~X- ~. ~, ~ I LA ,/offD'j A-4 SECTION P PROPOSAL DATE: ~ - 11- 0 ~ Gentlemen: In'compliance with your invitation for bids, the undersigned hereby proposes to furnish all labor, equipment and materials, and to perform all work for the project referred to herein as: ' W ALTON WAY EXTENSION STORM DRAIN IMPROVEMENTS PROJECT NO. 322-04-204822378 in strict accordance with the Contract Documents and in consideration of the amounts shown on the bid schedule attached hereto and totaling: Grand Total: :5 ,y E:\~ ~:t Hu ...~Cr,. Ai , and 00 ~\J~~1J ~~e..- 1100 dollars (l'OO, i3Q.Qg Hv~pra :Ri r,~ 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 documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within Ten (iQ) calendar days after the date of written notice to proceed, and that he will complete the work within Ninety (2Q) calendar days after the date of such notice. The undersigned acknowledges receipt of the following addenda: Addendum No. I Addendum No. "Z- Addendum No. Addendum No. Addendum No. , Addendum No. Enclosed is a bid guarantee, consisting of Q.... in the amount of 10 ~ov-"+- Respectfully submitted, 10 PeD (L AvCf, vA , LLC- , . FIRM NAME ~ 3~11 (;.o~~ :r:-~;~\ "B\v~. A vd v5+-'" / ~a.... :30 ~ 0 "- BUSINESS ADDRESS BY: ::5/lru-lP-'? d~~' ~ TIlLE: ~ k P-l Walton Way Extension Storm Drain Iml>rove~ents .Proiect: # 322-04-204822378 001-1000 FORCE ACCOUNT NO. LS ' 1 $50,000.00 161-1000 CONTROL OF SOil EROSION AND SEDIMENTATION LS 1 3SD00:9 ~51M ,~ TYPE "C' SILT FENCE TEMPORARY GRASSING CHECK DAMS CONSTRUCTION EXITS MAINTENANCE OF SOil EROSION AND SEDIMENTATION 230-1000 LUMP SUM CONSTRUCTION LS 1 r~l/In() ~ CLEARING AND GRUBBING, AS REQUIRED REMOVE AND RESET EXISTING IMPROVEMENTS, IF REQUIRED TRAFFIC CONTROL, AS REQUIRED PROTECTION AND/OR REPAIR OF EXISTING IMPROVEMENTS MISCELLANEOUS GRADING PROPERTY RESTORATION MOBILIZATION & DEMOBILIZATION BONDS AND INSURANCE PERMANENT GRASSING OF DISTURBED AREAS ANY OTHER REQUIRED WORK WITHOUT A SPECIFIC PAY ITEM 205-0002 UNSUITABLE EXCAVATION, INCLUDING DISPOSAl CY 75 I ~ ,fIJJ; /j50~ 206-0002 BORROW EXCAVATION, INCLUDING MATERIAL (OFF SITE) CY .75 -J5~ I JJ~5gJ.:. 310-5060 G~AGGREGATE BASE CRS, 61NCH,INCLUDING MATERIAL SY 125 :l.J~ ,jb2~ 402-3911 2 IN RECYCLED ASPH CONCRETE 12.5 MM SUPERPAVE, GP 2 SY 125 ONLY, INCLUDING BITUM MATERIAL & H LIME .J. Cf ~ 36J.SJ>- 441-6012 CONCRETE CURB & GUTTER, 6 IN X 24 IN, TP 2 LF 55 ,2~~ /3jjb~ 561-3000 STORM WATER BY-PASS OR TEMPORARY DETENTION lS 1 17g bO~ 7. 3/J0 c;Y LUMP SUM . 561-3001 VIDEO INSPECTION OF EXISTING PIPE (IF REQUIRED BY CITY) LF 748 1,10';-_ 111.J.;1.~ 561-3002 VIDEO INSPECTION OF LINED PIPE (IF REQUIRED BY CITY) LF ,748 - /.5/) J I J,.J. ~ - " 'J 561-3100 LIGHT TO MEDIUM CLEANING OF EXISTING 84-INCH C.M.P. (IF LF 748 141./1'!~ REQUIRED) h.D/) 561-3200 JOINT REPAIRS EA 20 1.1J,1.,~ ?1/)()~ 561-3300 PRESSURE GROUT PIPE EXTERIOR CF 500 'bJ.~ f{ In II (J0:J2. 561-3484 PLACE REINFORCING & SHOTCRETE EXISTING 84-1NCH C.M.P. SY 1,830 J '8"1 ~ 3~ ~1) ~ tJ~ (CRANE CREEK TO SCOTT NIXON DRIVE) 561-3584 OE-W ATER, CLEAN & SHOTCRETE INVERT OF EXIST. 84-INCH SY 1,005 'is 1;9- C.M.P. (SCOTT NIXON DRIVE TO DETENTION POND) ~"l.J 25~' 668-1205 CATCH BASIN GROUP 2, SPECIAL DESIGN EA 1 13iDb!' ~3.,1()()'~ 668-1210 CATCH BASIN GROUP 2, ADDITIONAL DEPTH, SPECIAL DESIGN LF 12_ '1 tJtJ~ , fJllJO g1i... Total Project Cost : ' , hOd.'1~<ttJ~ Addendum No. 1 Page 3 of 6 , Bond No. 929389039 ~- SECTION PB . PERFORMANCE BOND (NOTE: THIS BOND IS ISSUED STh1ULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3, INF A VOR OF THE OWNER CONDITIONED FOR THEP A YMENT OF LABOR AND'MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That TapCaR AUGUSTA, LLC as Principal, hereinafter called Contractor, and WESTERN SURETY CaMP ANY a corporation organized and existing under the laws ofthe State of South Dakota ._' with its principal office in the City of Sioux Falls , State of South Dakota , as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND C01JNTY COMMT~STON .asdObliQee, hereinafter . 'S'iX Irundfed TfiousarlQ8eVen "Hundre ThittY- called the Owner, III the penal amount of Rieht nollaT~ amI 00/100 Dollars ($ 600,738.00 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns,j ointly and severally, firmly by these presents for the faithful performance of a certain written agreement. WHEREAS, Contractor has by said written agreement dated CtlZ-5~(P , entered into a contract with Owner for the construction of WALTON WAY EXTENSION STORM DRAIN IMPROVEMENTS, Augusta, Georgia, in accordance with the drawings and specifications issued by the Augusta Public Works and Engineering Department and the Augusta- Richmond County Commission, which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. , NOW, THEREFORE, the condition ofthis obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall reinain in full force and effect. ! Owner. The Surety hereby waives notice of any alteration or extension of time made by the 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 condjtions, and upon determination by Surety ofthe lowest responsible bidder, or, if the Owner elects, upon detennination by the Owner and the. Surety jointly ofthe PB~l lowest responsible bidder, arrange for a contract between such bidder and O\VIler, and make available as Work progresses (even though there should be a default or a succession of 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 -z6 ~ day of .5.ept A.D. 20 e Co Witness. V~~f'\\ (\ ~ TOPCOR AUGUSTA, LLC (Co Attest =~ --::. Witness ~ ~ WESTERN SURETY COMPANY (Surety) (Seal) Attest See Attached Power of Attorney By Bert Guiberteau, Jr. Attorney-In-Fact . (Seal) (Title) PB-2 ~w Western Surety Company A Subsidiary of CNA Surety Corporation POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation. ;s a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Stephen L. Cory, Bert Guiberteau, Jr., Melanie Stern, Pamela K. Tucker, Individually of Metairie, Louisiana its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such Instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its President and its corporate seal to be hereto affixed on this 25th day of Ju 1 y 2000 ~,.... ...\lIlET)o~ ,.. -'~~ !~~9Dftt),\'1:,.\ ii"fe,; (f\!~! '\\ ~C',.." /ifl ir.l-., ,;.:;~'7 OfiiiiDW ~:z::~ State of South Dakota } ss County of Minnehaha On this 25th day of July ,~9---.beforemepersonallycameStephenT.Pate,tomeknown, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. t..-_..~......~-____.. 't J J. MOHR f J~NOTARY PUBl.IC~f 1 SOUTH DAKOTA 0( I My Comlnission Expires 10.22.2005 i t "".' ............... .."'..."....---......t My commission expires October 22. 2005 r7 7Y7~ ~ J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of Form F426().12.99 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. Bond No. 929389039 SECTION PB - LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-l, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That TOPCOR AUGUSTA, LLC as Principal, hereinafter called Contractor, and WESTERN SURETY COMPANY a corporation organized and existing under the laws of the State of South Dakota , with its principal office in the City of Sioux Falls , State of South Dakota I as Surety, hereinafter called Surety, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA-RICHMOND COUNTY COMMISSION, as Obligee, hereinafter called the Owner, .for the use and benefit of claimants as hereinbelow defined in the amount of _ Six Hundred Thousand, Seven Hundred Thirty-Eight Dollars and 00/100 Dollars ($ 600,738.00 ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated. ~~ ~/ ~eWtered into a contract with Owner for the construction of WALTON WAY EXTENSION STORM DRAIN IMPROVEMENTS, in accordance with drawings and specifications issued by the Augusta Public Works and EngineeriIig 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 oftms obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include . that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2) The aboye named Contractor and Surety hereby jointly and severally agree with the Owner that eyery 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 claimant's work or labor was done or performed, or materials were furnished by such PB-3 ~ 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 aboye named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was. done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, saye that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work 011 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, .inclusiye of the .payment by Surety of mechanics1liens 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 Witness Attest Signed and sealed this zh~ ~~-~. ~ Witness r~~ Attest See Attached Power of Attorney day of.. ~.er + A.D. 200-'. TQPCOR AUGUSTA, LLC (Seal) (contracto~_ BY~ . . Seal) (Title) - WESTERN SURETY COMPANY (Surety) (Seal) {Seal) (Title) By Bert Guiberteau, Jr. Attorney-In-Fact PB-5 . . ~y Western Surety Company A Subsidiary of CNA Surety Corporation POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEy-tN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Stephen L. Cory, Bert Guiberteau, Jr., Melanie Stern, Pamela K. Tucker, Individually mMetairie, Louisiana its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds. undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its President and its corporate seal to be hereto affixed on this 25th day of Jul y 2000 ~ET~~ l~~;o~\'ro\ i::i("i !~I ~\~t,.~)~ i1'ct-._...{~? rltg,.... _~EI::~ State of South Dakota } 55 County of Minnehaha On this 25th day of Jul y , _.~_QQ9----< before me personally came Stephen T. Pate, to me known. who. being by me duly sworn. did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he Is the President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. +..__..__..___~+ My commission expires J J. MOHR f October 22, 2005 J~NOTARY PUBLIC f$iltJf . $ SOUTH DAKOTA I $ My Commission Expires 10.22.200:5 i + Co.'.. .:.-.._.. '''l! ..._____..+ r7 'JY7~ ~ J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of WES~ SURETY COMPANY ~4..g71./' . elson, Assistant Secretary Form F42SQ-12.99 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURElY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CERTIFICATE OF INSURANCE NO 303 LIMITS OF LIABILITY IN CONFIRMATION TYPE OF INSURANCE POLICY POLICY THOUSANDS OF COVERAGE NUMBER PERIOD (000) WORKERS' COMPENSATION & XSWC-070272 10/06/2003 WORKERS COMPENSATION Statutory EMPLOYERS LIABILITY 1 % 1/2006 U. S. Longshoremen's and Harbor Workers' EMPLOYERS LIABILITY D NO Each Accident $ 1,000 Compensation Act Coverage Disease - Policy Limit $ 1,000 D NO Outer Continental Shelf Land Act Disease - Each Employee $ 1,000 D NO Jones Act (including Transportation, Wages, Maintenance, and Cure), Death on the High MARITIME EMPLOYERS Seas Act & General Maritime Law LIABILITY $ 1,000 D NO Voluntary Compensation Endorsement D NO Other States Insurance D NO Alternate Employer/Borrowed Servant Endorsement D NO "In Rem" Endorsement D NO Gulf of Mexico Territorial Extension GENERAL LIABILITY XSGL-072909 10/06/2003 Form & Edition Date ISO CG 00 01 11188 10/01/2006 General Aggregate Unlimited Products-Comp/OPS Agg. $ 3,000 ~ YES D NO Broad Form Property Damage Liability Personal & Advertising Injury $ 1,000 including X, C, U Each Occurrence $ 1,000 ~ YES D NO Products/Completed Operations Fire Damage $ 50 ~ YES D NO Contractual Liability (Anyone fIre) I2a YES D NO Sudden and Accidental Pollution Liability Medical Expense $ 5 I2a YES D NO Occurrence Form (Anyone person) I2a YES D NO Personal Injury ~ YES D NO "In Rem" Endorsement ~ YES D NO Cross Liability I>> YES D NO Watercraft exclusion has been modifIed by the vessels endorsement on scheduled equipment CERTIFICATE HOLDER NAMED INSURED tii ili~ili~~~~~~~~~~~~~~~~~~~~~~~~~ili tii Augusta, Georgia By and Through The Augusta-Richmond County Commission 1815 Marvin Griffin Road Augusta, GA 30906 Topcor Augusta, L.L.C. 3977 Goshen Industrial Blvd. Augusta, GA 30906 D NO D NO D NO D NO Do all policies contain a Waiver of Subrogation in favor of CertifIcate Holder if required by written contract? Do all policies except the Workers' Compensation name the CertifIcate Holder as Additional Insured ifrequired by written contract? Do policies provide 30 days written notice of cancellation to CertifIcate Holder? Is coverage under all insurance carried by Named Insured Primary Insurance if required by written contract? CONFIRMATION OF COVERAGE o NO o NO o NO o NO o NO TYPE OF INSURANCE POLICY NUMBER LIMITS OF LIABILITY IN THOUSANDS (000) POLICY PERIOD AUTOMOBILE LIABILITY XSAL-072707 10/06/2003 10/01/2006 Any Auto All Owned Autos Scheduled Autos Hired Autos Non-Owned Autos Bodily Injury & Property Damage Combined $ 1,000 EXCESS LIABILITY GXS-041911 10/01/2005 10/01/2006 Each Occurrence Aggregate $ 4.000. $ 4,000 Excess Form JOB OR PROJECT DESCRIPTION Walton Way Extension Storm Drain Improvements, Augusta, Georgia SPECIAL CONDITIONS BUSINESS AUTO COVERAGE INCLUDES PHYSICAL DAMAGE. $250 DED., PIP $500 DED.. ALL OTHER VEHICLES; SPECIFIED PERILS. $25 DED. ON SCHEDULED VEHICLES. Should the insurance herein described be cancelled. assigned or changed in such a manner as to affect this certificate. THE GRAY INSURANCE COMPANY will endeaver to give thiry ( 30 ) days written notice to the certificate holder. but failure to do so shall impose no obligation or liability upon THE GRAY INSURANCE COMPANY. T~tJ!f~ 3601 N. 1-10 Service Road West, Metairie, LA 70002 DATE: September 22, 2006 FORM NO. 135 REV. 1/01 tii ili~~~~~~~~~~~~~~~ili~~~~~~~~iliili~~ tii '. SECTION BB BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the TapcaR SERVICES, INC. as Principal, and WESTERN SURETY CaMP AN1!s Surety, are hereby held and firmly bound unto the Augusta-Richmond County Commission of Augusta, Georgia as Owner in the penal sum of Ten Percent (10%) of the Amount Bid for the payment of which, well and truly to be made, we hereby jointly and seyerally bind ourselyes, our heirs, executors, administrators, successors and assigns. Signed this 11th day of August ,,20~. The condition ofthe above obligation is such that whereas the Principal has submitted to the Augusta-Richmond County Commission of Augusta, Georgia, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing for WALTON WAY EXTENSION STORM DRAIN IMPROVEMENTS, for Augusta, Georgia in accordance with plans and specifications of the Augusta Public Works and Engineering Department NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliyer a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perfonn the agreement created by the acceptance of said Bid, then this obligation shall be yoid, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no eyent, exceed the penal amount of this obligation as herein stated. '0'0 1 The Surety, for value receiye, hereby stipulates and agrees that the obligations of said Surety and its bond sh.all be in no way impaired or affected by any extension ofthe time within which the Owner may accept such Bid; and said Surety does hereby waiye notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety haye hereunto set their hands and seals, and such ofthem as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed and sealed this 11th day of August A.D. 2006 . Witness TOPCOR SERVICES, INC. (Seal) (Principal) ( Attest (Seal) Witness ~ J~ WESTERN SURETY COMPANY (Seal) (Surety) Attest See Attached Power of Attorney By ~. (Title) Bert Guiberteau, Jr., Atto (Seal) RR-? ~w Western Surety Company A Subsidiary of CNA Surety Corporation POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Stephen L. Cory, Bert Guiberteau, Jr., Melanie Stern, Pamela K. Tucker, Individually of Metairie, Louisiana its true and lawful Attorney{s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instrumen,ts were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its President and its corporate seal to be hereto affixed on this 25 t h day of Ju 1 y 2 0 0 0 ~''''''!o k>~""C'o !~&-'Ofti$A i:\c'; i~1 ~*\~r:","J.i!J ;rct-_,{04.~ r" ~!:i' State of South Dakota } County of Minnehaha . 55 On this 25th day of Jul y , ~9--o before me personally came Stephen T. Pate, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. t..--..-......-......-..-...., + J J. MOHR j f@NOTARY PUBLIC rfiftJf t SOUTH DAKOTA I f My Commission Expires lO.22.200~ i t ..............___...............__..t My commission expires October 22, 2005 (/ /'Y7 ~jL) ~ J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURElY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 11 th day of August 2006 Form F42BO.12-99 GC-Ol. GC-02. GC-03. GC-04. GC-05. GC-06. GC-07. GC-08. GC-09. GC-10. GC-11. GC-12. GC-13 . GC-14. GC-15. GC-16. GC-17 . GC-18. GC-19. GC-20. GC-21. GC-22. GC-23. GC-24. GC-25. GC-26. GC-27. GC-28. GC-29. GC-30. GC-31. GC-32. GC-33. GC-34. GC-35. GC-36. GC-37, SECTION GC GENERAL CONDITIONS INDEX TO ARTICLES OF GENERAL CONDITIONS Section Page No. Definitions .... . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . , . . . . . . . . . 3 Additional Instructions and Detail Drawings. . . . . . . . . . . . . . . . . . , , . . . . . . . . . 5 Schedules, Reports and Records .....,......................,.,....... 5 Drawings and Specifications ...............................,......... 5 Shop Drawings . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . , . . . . . . . . . 6 Materials, Services and Facilities. . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . , . 7 Inspection and Testing. . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . , . . . . . . . . .7 Substitutions. . . . . . . . . . . . . . . , . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . 8 Patents ...,.............,........,............................... 9 Surveys, Permits and Regulations ..................................... 9 Protection of Work, Property and Persons. . . . . . . . . . . . . . . . . . . . . . , , . . . . . , . 9 Supervision by Contractor . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . 10 Changes in the Work ......................".............."...... 1 0 Changes in Contract Price ..............,...,....................... 11 Tirne for Completion and Liquidated Damages . . . . . . . . . . . . . . . . . . . , . . . . . . 11 Correction of Work ...........................,..........,........ 12 Subsurface Conditions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 12 Suspension of Work, Termination and Delay ........,.................. 13 Payments to Contractor ..........,................................. 14 Acceptance of Final Payment as Release. . . . . . . . . . . . . , . . . . . . . . . . . , . . . . . 16 Insurance .......................".............................. 16 Contract Security . . . . . . . . . . . . . . , . . . . . . . , . . . . . . , . . . . . . . . . . . . , . . . . . . 18 Assignments . . . . . . . . . . . . . . . . . . , . . . , . . . . , . . . . . . . . . . . . . . . , . . . . . . . . . 18 Indemnification ............,..........,.......................... 18 Separate Contracts ................................................ 19 Subcontracting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . 20 Engineer's Authority ..,....,....,..............,.....,...,........20 Land and Rights-of-Way .,................................,........20 Guarantee . . . . . . , . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . , . , . . . . . 21 Taxes .............................,............................ 21 Work Adjacent to Railway or Other Property. . . . . . . , . . . . . . . . . , , . . . . . . . . 21 Order and Discipline ...,.............,.,..........,............... 21 Waming Devices and Signs . . . , . . . . . . . , . . . . . . . . . . . . . , . . . . . . . . . . . . . . . 22 Special Restrictions .....................................,.,....... 22 As-Built Drawings. . . . . , . . . . , . . . . . . . . . . , . . . . . . . . . . . . . . . . . , . . . . . . . . 22 Contractor Not to Hire Employees of the Owner. . . , . . . . . . . . . . . . . . . . , . . . . 22 Drawings ..........................,............................. 22 GC-1 GC-38. GC-39, GC-40, GC-41. GC-42. GC-43. GC-44. GC-45. GC-46. GC-47. GC-48. GC-49, GC-50, Field Office Facilities. . . . . . . . . . . . . . . . . . . . . . , . . . . . . . , . . . . . . . . . . . . . . . 22 Rights-of-Way. . . . . . . . , . . . . , . . . . . . . . . . . . , . . . . . . . . , . . . . . . . . , . . . . . .23 Estimate of Quantities ..............,.............................. 23 Existing Structures and Utilities .........,..................."...... 23 Contractor's Breakdown of Lump Sum Payment Items. . . . . . . . . . . . . . . . . . . .23 Prior Use By Owner. . . . . . . , . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 Cleaning Up . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . 24 Maintenance of Traffic . . . . . . . . . . . . . . . . . . .'. . . . . . . . . . . . . . . . . . . . . . . . . .24 Maintenance of Access ...........,............................,... 24 Erosion Control and Restoration of Property. . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 Bypassing Sewage .....................,..........,......... . . . . . . 25 Safety and Health Regulations . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . 25 Pre-Construction Conference . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . , . . , 25 GC-2 GC-Ol. DEFINITIONS: Wherever used in the Contract Documents, the following terms shall haye the meanings indicated which shall be applicable to both the singular and plural thereof. 1. ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement which modifY or interpret the Contract Documents, Drawings and Specifications, by addition, deletion, clarifications or corrections. 2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 3. BIDDER: Any person, firm or corporation submitting a bid for thework. 4. BONDS: Bid, Performance and Payment Bonds and other instruments of security furnished by the Contractor and his Surety in accordance with the Contract Documents. 5. CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or revision in the work within the general scope ofthe Contract Documents or authorizing an adjustment in the contract price or contract time. 6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information for Bidders, Proposal, Bid Bond, Notice of award, Agreement, Performance Bond, Payment Bond, Notice to Proceed, Change Order, General Conditions, Supplemental General Conditions, Special Conditions, Technical Specifications, Drawings and Addenda. 7. CONTRACT PRICE: The total monies payable to the Contractor under the terms . and conditions of the Contract Documents. 8. CONTRACT Tllv1E: The number of calendar days stated in the Contract Documents for the completion of the work. 9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to completion of all the work. 10. CONTRACTOR: The person, firm or corporation with whom the Owner has executed the Agreement. 11. DRAWINGS: The part of the Contract Documents which show the characteristics and scope of the work to be performed and which have been prepared or approved by the Engineer. 12. ENGINEER: The person, firm or corporation named as such in the Contract Documents. GC-3 13. FIELD ORDER: A written order effecting a change in the work not involving an adjustment in the contract price or an extension of the contract time issued by the Engineer to the Contractor during construction, 14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the successful Bidder. 15. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor authorizing him to proceed with the work and establishing the date of commencement of the work. 16. OWNER: A public or quasi-public body or authority, corporation, association, partnership or individual for whom the work is to be performed. 17. PROJECT: The undertaking to be performed as proyided in the Contract Documents. 18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative ofthe Owner who is assigned to the project site or any part thereof. 19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or Distributor, which illustrate how specific portions of the work shall be fabricated or installed. 20. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a technical nature or materials, equipment, construction systems, standards and workmanship. 21. SUBCONTRACTOR: An individual, firm or corporation haying a direct contract with the Contractor or any other Subcontractor for the performance of a part of the work at the site. 22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction of the project or a specified part can be utilized for the purposes for which it is intended. 23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General Conditions of a specific nature generally aimed at the specific contract of which it is a part. 24. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for the work, including that fabricated to a special design, but who does not perform labor at the site. GC-4 25. WORK: All labor necessary to produce the construction required by the Contract Documents and all materials and equipment incorporated or to be incorporated in the project. 26. WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this Agreement in writing and considered deliyered and the service thereof completed, when posted by certified or registered mail to the said party at his last given address or delivered in person to said party or his authorized representative on the work. GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS: 1. The Contractor may be furnished additional instructions and detail drawings, by the Engineer, as necessary to carry out the work required by the Contract Documents, 2. The additional drawings and instructions thus supplied will become a part of the Contract Docurnents. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. GC-03. SCHEDULES. REPORTS AND RECORDS: 1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning the work performed or to be performed. 2. Prior to the first partial payment estimate, the Contractor shall submit schedules showing the order in which he proposes to carry on the work, including dates at which he will start the various parts of the work, estimated date of completion of each part and as applicable: 2.1 the dates at which special detail drawings will be required; and 2.2 respectiye dates for submission of shop drawings, the beginning of manufacture, the testing and the installation of materials, supplies and equipment. 3. The Contractor shall also submit a schedule of payments that he anticipates he will earn during the course of the work. GC-04. DRAWINGS AND SPECIFICATIONS: 1. The intent of the drawings and specifications is that the Contractor shall furnish all labor, materials, tools, equipment and transportation necessary for the proper execution ofthe work in accordance with the Contract Documents and all incidental work necessary to complete the project in an acceptable manner, ready for us, occupancy or operation by the Owner. GC-5 GC-05. 2. In case of conflict between the drawings and specifications, the specifications shall govern. Figure dimensions on drawings shall govern over general drawings. 3. Any discrepancies found between the drawings and specifications and site conditions or any inconsistencies or ambiguities in the drawings or specifications shall be immediately reported to the Engineer, in writing, who shall promptly correct such inconsistencies or ambiguities in writing. Work done by the Contractor after his discoyery of such discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk. 4, All work that may be called for in the specifications and not shown on the drawings, or shown and not called for in the specifications, shall be executed and furnished by the Contractor as ifdescribed in both these ways and should any work or material be required which is not detailed in the specifications or drawings, either directly or indirectly, but which is neyertheless necessary for the proper carrying out of the intent thereof, the Contractor is to understand the same to be implied and required and shall perform all such work and furnish any such material as fully as iftheywere particularly delineated or described. 5. It is understood and agreed that the Contractor, by careful examination, has satisfied himself as to the nature and location ofthe work, the conformation ofthe ground, the character, quality and quantity of the materials to be encountered, the character of equipment and 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 under this contract. No yerbal agreement or conversation with any officer, agent or employee of the Owner, either before or after the execution ofthis contract, shall affect or modify any of the terms or obligations herein contained. SHOP DRAWINGS: . 1. The Contractor shall provide shop drawings as may be necessary for the prosecution of the work as required by the Contract Documents. The Engineer shall promptly reyiew all shop drawings. The Engineer's approyal of any shop drawings shall not release the Contractor from responsibility for deviations from the Contract Documents. The approyal of any shop drawing which substantially deyiates from the requirement of the Contract Documents shall be evidenced by a Change Order. 2. When submitted for the Engineer's reyiew, shop drawings shall bear the Contractor's certification that he has reyiewed, checked and approyed the shop drawings and that they are in conformance with the requirements of the Contract Documents. 3. Portions ofthe work that require shop drawing or sarriple submission shall not begin until the shop drawing or submission has been approyed by the Engineer. A copy of each approved shop drawing and each approved sample shall be kept in good order by the Contractor at the site and shall be ayailable to the Engineer. GC-6 GC-06. GC-07. MATERIALS. SERVICES AND FACILITIES: 1. It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall proyide and pay for all materials, labor, tools, equipment, water, light, power, transportation, supervision, temporary construction of any nature and all other services and facilities of any nature whatsoeyer necessary to execute, complete and deliver the work within the specified time. 2. Materials and equipment shall be so stored as to insure the preservation of their quality and fitness for the work. Stored materials and equipment to be incorporated in the work shall be located so as to facilitate prompt inspection. 3. Manufactured articles, materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer. 4. Materials, supplies or equipment shall be in accordance with samples submitted by the Contractor and approved by the Engineer. 5. Materials, supplies or equipment to be incorporated into the work and purchased by the Contractor of the Subcontractor will be subject to a chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. INSPECTION AND TESTING: 1. All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with generally accepted standards, 2. The Contractor shall provide, at his expense, the necessary testing and inspection services required by the Contract Documents, unless otherwise proyided. 3. The Owner shall provide all other inspection and testing services required by the Contract Documents. 4. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public authority having jurisdiction require any work to specifically be inspected, tested or approved by someone other than the Contractor, the Contractor will give the Engineer timely notice ofreadiness. The Contractor will then furnish the Engineer the required certificates of inspection, testing or approval. 5. Neither observation by the Engineer nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the work in accordance with the requirements of the Contract Documents. 6. The Engineer and his representatives will at all times have access to the work. In addition, authorized representatives and agents of any participating Federal or State GC-7 GC-08. Agency shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records. The Contractor will provide proper facilities for such access and observation ofthe work and also for any inspection or testing thereof. 7. If any work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for his observation and replaced at the Contractor's expense. 8, If any work has been coyered which the Engineer has not specifically requested to observe prior to its being covered or if the Engineer considers it necessary or advisable that covered work be inspected or tested by others, the Contractor at the Engineer's request, will uncover, expose or otherwise makeayailable for observation, inspection or testing as the Engineer may require, that portion of the work in question, furnishing all necessary labor, materials, tools and equipment. If it is found that such work is defectiye, the Contractor will bear all the expenses of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction. If, however, such work is not found to be defective, the Contractor will 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 an appropriate change order shall be issued. 9. The Contractor shall give the Engineer 24 hours notice of starting any new work. No work shall be done or materials used without suitable supervision and inspection by the Engineer. The Contractor shall furnish the Engineer with necessary samples of material for testing purposes. SUBSTITUTIONS: 1. When a material, article or piece of equipment is identified on the drawings or specifications by reference to brand name or catalogue number, the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article or piece of equipment of equal substance and function for those referred to in the Contract Documents by reference to brand name or catalogue number and if, in the opinion of the Engineer, such material, article or piece of equipment is of equal substance and function to that specified, the Engineer may approve its substitution and use by the Contractor. Any cost differential shall be deducted from the contract price and the Contract Documents shall be appropriately modified by change order. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the project will result, Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the contract price or contract time. GC-8 GC-09. GC-IO. GC-l1. PATENTS: 1. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and save the Own~r harmless from loss on account thereof except that the Owner shall be responsible for any such loss when a particular process, design or the product of a manufacturer or manufacturers is specified, but if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly giyes such information to the Engineer. SURVEYS. PERMITS AND REGULATIONS: 1. The Owner shall furnish all land surveys and establish all base lines for locating the principal component parts of the work together with a suitable number of benchmarks adj acent to the work as shown in the Contract Documents. From the information proyided by the Owner, unless otherwise specified in the Contract Documents, the Contractor shall deyelop and make all detail surveys needed for construction such as slope stakes, batter boards, stakes for pile locations and other working points, lines, elevations and cut sheets. 2. The Contractor shall carefully preserve benchmarks, reference points and stakes and in case of willful or careless destruction, he shall be charged with the resulting expense and shall be responsible for any mistakes that may be caused by their unnecessary loss or disturbance. 3. Permits and licenses of a temporary nature necessary for the prosecution of the work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. The Contractor shall giye all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the Contract Documents are at yariance therewith, he shall promptly notify the Engineer in writing and any necessary changes shall be adjusted as provided in Section 13, Changes in the Work. PROTECTION OF WORK. PROPERTY AND PERSONS: 1. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. He will take all necessary precautions for the safety of and will provide the necessary protection to prevent damage, injury or loss to all employees on the work and other persons who may be affected thereby, all the work and all materials or equipment to be incorporated therein, whether in storage on or offthe site or other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, payements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. GC-9 GC-12. GC-13. 2. The Contractor will cornply with all applicable laws, ordinances, rules, regulations and orders of any public body haying jurisdiction. He will erect and maintain, as required by the conditions and progress of the work, all necessary safeguards for safety and protection. He will notify the owners of adjacent utilities when prosecution of the work may affect them. The Contractor will rernedy all damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by the Contractor, and subcontractor or anyone directly or indirectly ernployed by any of them or anyone for whose acts any of them are liable, except damage or loss attributable to the fault ofthe Contract Documents or to the acts or omissions of the Owner or the Engineer or anyone employed by either of them or anyone for whose acts either ofthem may be liable and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the Contractor. 3. In ernergencies affecting the safety of persons or the work or property at the site or adjacent thereto, the Contractor, without special instructions or authorization from the Engineer or Owner, shall act to prevent threatened damage, injury or loss. He will give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused thereby and a Change Order shall be issued covering the changes and deyiations involved. 4. The work under this Contract in every respect shall be at the risk of the Contractor until finished and accepted, except to damage or injury caused directly by the Owner's agents or employees. SUPERVISION BY CONTRACTOR: 1. The Contractor will supervise and direct the work. He will be solely responsible for the means, methods, techniques, sequences and procedures of construction. The Contractor will employ and maintain on the work a qualified supervisor or superintendent who shall have been designated in writing by the Contractor as the Contractor's representatiye at the site. The supervisor shall haye full authority to act on the behalf of the Contractor and all communications given to the supervisor shall be as binding as if given to the Contractor. The supervisor shall be present on the site at all times as required to perform adequate supervision and coordination ofthe work. CHANGES IN THE WORK: 1. The Owner may at any time as the need arises, order changes within the scope ofthe work without invalidating the Agreernent. If such changes increase or decrease the amount due under the Contract Documents or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. 2. The Engineer, also, may at any time, by issuing a field order, make changes in the details of the work. The Contractor shall proceed with the performance of any changes in the work so ordered by the Engineer unless the Contractor belieyes that such field order entitles him to a change in the contract price or time' or both, in GC-lO GC-14. GC-15. which eyent he shall give the Engineer written notice thereof within ten (10) days after the receipt of the ordered change pending the receipt of an executed change order or further instruction from the Owner. CHANGES IN CONTRACT PRICE: 1. The contract price may be changed only by a change order. The value of any work coyered by a change order or of any claim for increase or decrease in the contract price shall be determined by one or more of the following methods in the order of precedence listed below: 1.1 Unit prices preyiously approyed. 1.2 An agreed lump sum. 1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. TIME FOR COMPLETION AND LIQUIDATED DAMAGES: 1. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents and the work embraced shall be commenced on the date specified in the Notice to Proceed. 2. The Contractor will proceed with the work at such rate of progress to insure full completion within the contract time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the contract time for the completion of the work described herein is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality ofthe work. 3. Ifthe Contractor shall fail to complete the work within the contract time or extension of time granted by the Owner, then the Contractor will pay to the Owner the amount for liquidated damages as specified in the Agreement for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 4. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due to the following and the Contractor has promptly given written notice of such delay to the Owner or Engineer, 4.1 To any preference, priority or allocation order duly issued by the Owner. 4.2 To unforeseeable causes beyond the control and without the fault of negligence of the Contractor, including but not restricted to, acts of God or of the public enemy, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, fires, floods, epidemics, GC-l1 GC-16. GC-17. quarantine restnctlons, strikes, freight embargoes and abnormal and unforeseeable weather; and 4.3 To any delays of subcontractors occasioned by any ofthe causes specified in Paragraphs 4.1 and 4.2 of this Article. CORRECTION OF WORK: 1. The Contractor shall promptly remoye from the premises all work rejected by the Engineer for failure to comply with the Contract Documents, whether incorporated in the construction or not and the Contractor shall promptly replace and re-execute the work in accordance with the Contract Documents and without expense to the Owner and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 2. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rej ected work within ten (10) days after receipt of written notice, the Owner may remove such work and store the materials at the expense of the Contractor. 3. Any omissions or failure on the part ofthe Engineer to disapproye or reject any work or material shall not be construed to be an acceptance of any defective work or material. The Contractor shall remove, at his own expense and shall rebuild and replace same without extra charge and in default thereofthe same rnay be done by the Owner at the Contractor's expense or in case the Engineer shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace any imperfect work or material, he shall haye the power and is hereby authorized to make an equitable deduction from the stipulated price. SUBSURFACE CONDITIONS: 1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an emergency, notify the Owner by written notice of: 1,1 Subsurface or latent physical conditions at the site differing materially from those indicated in the Contract Documents. 1.2 Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. 2. The Owner shall promptly investigate the conditions and if he finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required, for performance of the work, an equitable adjustment shall be made and the Contract Documents shall be modified by a Change Order. Any claim of the Contractor for adjustment hereunder shall not be allowed unless he has given GC-12 GC-18. the required written notice; provided that the Owner may, ifhe determines the facts so justify, consider and adjust any such claims asserted before the date of final payment. SUSPENSION OF THE WORK. TERMINATION AND DELAY: 1. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days or such further tirne as agreed upon by the Contractor, by written notice to the Contractor.. The Engineer shall fix the date on which work shall be resumed. The Contractor will resume that work on the date so fixed. The' Contractor will be allowed an increase in the contract price, an extension of the contract time, or both, directly attributable to any suspension. 2, If the Contractor is adjudged bankrupt or insolvent, or if he makes a general. assignment for the benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for any of his property or ifhe files a petition to take advantage of any debtor's act to reorganize under the bankruptcy or applicable laws or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or ifhe repeatedly fails to make prompt payments to subcontractors or for labor, materials or equipment or ifhe disregards laws, ordinances, rules, regulations or orders of any public body having jurisdiction of the work or ifhe disregards the authority of the Engineer, or if, in the opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting the work, or ifhe otherwise violates any provision ofthe Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his Surety a minimum of ten (10) days from delivery of a written notice, terminate the services of the Contractor and take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and finish the work by whatever method he may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. Ifthe unpaid balance of the Contract Price exceeds the direct and indirect costs of completing the Project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 3. The Contractor must obtain permission from the Engineer before any equipment can be remoyed from the job site. In the event such equipment is rernoved without the Engineer's approval, the job will be terminated until such time as the equipment is returned to the project and any time and money lost by the Contractor as a result of moving the equipment shall be absorbed by the Contractor. 4. Where the Contractor's services have been so terminate by the Owner, said termination shall not affect any right of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the GC-13 GC-19. Owner due the Contractor will not release the Contractor from compliance with the Contract Documents, 5. After ten (10) days from deliyery of a written notice to the Contractor and the Engineer, the Owner, may, without cause imd without prejudice to any other right or remedy, elect to abandon the Project and terminate the Contract. In such case, the Contractor shall be paid for all work executed and any expense sustained plus reasonable profit. 6. If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety (90) days by the Owner or under an order of court or other public authority of the Engineer fails to act on any request for payment within thirty (30) days after it is submitted or the Owner fails to pay the Contractor substantially the sum approved by the Engineer within thirty (30) days of its approval and presentation, then the Contractor may after ten (10) days from delivery of a written notice to the Owner and the Engineer, terminate the Contract and recover from the Owner payment for all work executed and all expenses sustained. In addition, and in lieu of terminating the Contract, if the Engineer has failed to act on a request for payment or ifthe Owner has failed to make any payment as aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the Engineer, stop the work until he has been paid all amounts then due, in which event and upon resumption of the work, Change Orders shall be issued for adjusting the contract price or extending the contract time or both to compensate for the costs and delays attributable to the stoppage of the work. 7. If the performance of all or any portion of the work is suspended, delayed, or interrupted as a result of a failure ofthe Owner or the Engineer to act within the time specified in the Contract Documents, or if no time is specified, within reasonable time, an adjustment in the contract price or an extension ofthe contract time or both, shall be made by Change Order to compensate the Contractor for the costs and delays necessarily caused by the failure ofthe Owner or the Engineer. PAYMENTS TO THE CONTRACTOR: 1. Between the first (1 st) and the fifth (5th) of each month, the Contractor will submit to the Engineer a partial payment estimate filled out and signed by the Contractor on an approved form coyering the work performed during the period covered by the partial payment estimate and supported by such data as the Engineer may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the work but delivered and suitably stored at or near the site, the partial payment estimate shall also be accompanied by such supporting data, satisfactory to the Owner, as will establish the Owner's title to the material and equipment and protect his interest therein, including applicable insurance. The Engineer will, within thirty days after receipt of each partial payment estimate, either indicate in writing his approval of payment and present the partial payment estimate to the Owner, or return the partial payment estimate to the Contractor indicating in GC-14 writing his reasons for refusing to approye payment. In the latter case, the Contractor may make the necessary corrections and resubmit the partial payment estimate, The Owner will, within thirty days of presentation to him of an approved partial payment estimate, pay the Contractor a progress payment on the basis of the approved partial payment estimate. The Owner shall retain ten (10%) percent ofthe amount of each payment until final completion and acceptance of all work coyered by the Contract Documents. The Owner at any time, however, after fifty (50%) percent ofthe work has been completed, ifhe finds that satisfactory progress is being made, shall make payment on the current and remaining estimates, in full, so that the retained percentage at the completion of the work will be approxirnately fiye (5%) percent. On completion and acceptance of a part of the work on which the price is stated separately in the Contract Documents, payment may be made in full, including retained percentages, less authorized deductions. 2, The request for payment may also include an allowance for the cost of such major materials and equipment which are suitably stored either at or near the site, 3. All work coyered by partial payment shall thereupon become the sole property ofthe Owner, but this proyision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection ofthe work upon which payments haye been rnade or the restoration of any damaged work, or as a waiyer of the right ofthe Owner to require the fulfillment of all terms of the Contract Documents. 4. Upon completion and acceptance of the work, the Engineer shall issue a certificate attached to the final payment request that the work has been accepted by him under the conditions of the Contract Documents. The entire balance found to be due the Contractor, including the retained percentages shall be paid to the Contractor, except such sums as may be lawfully retained by the Owner for saying the Owner or the Owner's agents harmless from all claims growing out of the lawful demands of Subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment, tools and supplies, incurred in the furtherance of the performance of the work. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature designated aboye have been paid, discharged, or waiyed. If the Contractor fails to do so, the Owner may, after haying notified the Contractor, either pay unpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment made under the Contract Documents by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. GC-15 GC-20. GC-21. 5. If the Owner fails to make payment 30 days after approval by the Engineer, in addition to other remedies ayailable to the Contractor, there shall be added to each such payment, interest at the maximum legal rate commencing on the first day after said payment is due and continuing until the payment is receiyed by the Contractor. ACCEPTANCE OF FINAL PAYMENT AS RELEASE: 1. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor other than claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and other relating to or arising out ofthis work. Any payment, however, final or otherwise, shall not release the Contractor or his Sureties from any obligations under the Contract Documents or the Performance Bond and Payment Bonds. INSURANCE: 1. The Contractor shall purchase and maintain during the life of this Contract such insurance as will protect him from claims set forth below which may arise out of or result from the Contractor's execution of the work, whether such execution by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. 1.1 Claims under Workman's Compensation, disability benefit and other similar ernployee benefit acts, 1.2 Claims for damages because of bodily injury, occupational sickness or disease or death of his employees, 1.3 Claims for damages because of bodily injury, sickness or disease or death of any person other than his employees, 1.4 Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the Contractor or (2) by any other person; and 1.5 Claims for damages because of injury to or destruction oftangible property, including loss of use resulting therefrom. 2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the work. These Certificates shall contain a provision that coverages afforded under the policies will not be canceled unless at least fifteen (15) days prior written notice has been given to the Owner and Program Manager. GC-16 3. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, liability insurance as hereinafter specified. 3.1 Contractor's General Public Liability and Property Damage insurance including vehicle coverage issued to the Contractor and protecting him from all claims for personal injury, including death, arid all claims for destruction of or damage to property, arising out of or in connection with any operations under the Contract Documents, whether such operations be by himself or by any Subcontractor under him or anyone directly or indirectly employed by the Contractor or by a Subcontractor under him. Insurance shall be written with a limit of liability of not less than $200,000 for all damages arising out of bodily injury, including death, at any time resulting therefrom, sustained by anyone person in anyone accident; and a limit of liability of not less than $500,000 for any such damages sustained by two or more persons in anyone accident. Insurance shall be written with a limit of liability of not less than $100,000 for all property damage sustained by anyone person in anyone accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. Contractor's insurance policy shall name Owner and Program Manager as insureds under this policy. 3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage insurance upon the Proj ect to the full insurable yalue thereof for the benefit of the Owner, the Contractor and Subcontractor as their interest may appear. This provision shall in no way release the Contractor or Contractor's Surety from obligations under the Contract Documents to fully complete the Proj ect. 4. the Contractor shall procure and maintain, at his own expense, during the life ofthe Contract, in accordance with the provisions ofthe laws ofthe state in which the work is performed, Workman's Compensation Insurance, including occupational disease proyisions, for all of his employees at the site of the project and in case any work is sublet, the Contractor shall require such Subcontractor similarly to proyide Workman's Compensation Insurance, including occupational disease provision for all of the latter's employees unless such employees are covered by the protection afforded by the ContraCtor. In case any class of employees engaged in hazardous work under this Contract at the site of the Project is not protected under Workman's Compensation statute, the Contractor shall provide and shall cause each Subcontractor to provide adequate and suitable insurance for the protection of his employees not otherwise protected. 5. The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work to be performed. Unless specifically authorized by the Owner, the amount of such insurance shall not be less than the contract price totaled in the bid. The policy shall cover not less than the losses due to fire, explosion, hail, lightening, vandalism, malicious mischief, wind, collapse, riot, aircraft and smoke during the GC-17 GC-22. GC-23. GC-24. contract time and until the work is accepted by the Owner. The policy shall name as the insured the Contractor, the Engineer and the Owner. Contractor shall provide a Builders Risk All Risk insurance policy for the full replacement yalue of all Project work including the value of all onsite Owner- furnished equipment and/or materials associated with Program Manager's services. Such policy shall include coverage for loss due to defects in materials and workmanship and errors in design, and will proyide a waiyer of subrogation as to Program Manager and the Owner, and their respective officers, employees, agents, affiliates, and subcontractors. CONTRACT SECURITY: 1. The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish the Owner with a Performance Bond and a Payment Bond in penal sums equal to the amount of the contract price, conditioned upon the performance by the Contractor of all undertakings, coyenants, terms, conditions and agreements of the Contract Documents and upon the prompt payment by the Contractor to all persons supplying labor and materials in the prosecution ofthe work provided by the Contract Documents. Such bonds shall be executed by the Contractor and a corporate bonding company licensed to transact business in the state in which the work is to be performed and named on the current list of "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circular Number 570. The expense of these bonds shall be borne by the Contractor. If at any time a Surety on any such bond is declared a bankrupt or loses its right to do business in the state in which the work is to be performed or is removed from the list of Surety Companies accepted on Federal Bonds, Contractor shall within ten (10) days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other Surety or Sureties as may be satisfactory to the Owner. The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new Surety or Sureties shall have furnished an acceptable bond to the Owner. ASSIGNMENTS: 1. Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the Contract or any portion thereof, or his right, title or interest therein, or his obligations thereunder, without written consent of the other party. INDEMNIFICATION: 1. The Contractor will indemnify and hold harmless the Owner and Program Manager and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work, proyided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or GC-18 GC-25. destruction of tangible property, including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor and Subcontractor, anyone directly or indirectly employed by any ofthem or anyone for whose acts any ofthem may be liable. 2. In any and all claims against the Owner or the Engineer or any of their agents or employees, by an employee of the Contractor, Subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under Workman's Compensation acts, disability benefit acts or other ernployee benefits acts. 3. The obligation ofthe Contractor under this paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approyal of maps, drawings, opinions, reports, surveys, change orders, design or specifications. SEPARATE CONTRACTS: 1. The Owner reserves the right to let other contracts in connection with this Project. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If the proper execution or results of any part of the Contractor's work depends upon the work of any other Contractor, the Contractor shall inspect and promptly report to the Engineer any defects in such work that render it unsuitable for such proper execution and results, 2. The Owner may perform additional work related to the Proj ect by himself or he may let other contracts containing proyisions similar to these. The Contractor will afford the other Contractors who are parties to such contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of the work and shall properly connect and coordinate his work with theirs. 3. If the performance of additional work by other Contractors or the Owner is not noted in the Contract Documents prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional work. If the Contractor believes that the performance of such additional work by the Owner or others involves him in additional expense or entitles him to an extension of the contract time, he may rnake a claim therefor as provided in Sections GC-13 and GC-14. GC-19 GC-26. GC-27. GC-28. SUBCONTRACTING: 1. The Contractor may utilize the services of specialty Subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty Subcontractors. 2. The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%) percent of the Contract Price, without prior written approval ofthe Owner. 3. The Contractor shall be fully responsible to the Owner for the acts and omissions of his Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of person directly employed by him. 4. The Contractor shall cause appropriate proyisions to be inserted in all subcontracts relative to the work to bind the Subcontractors to the Contractor by the terms ofthe Contract Documents insofar as applicable to the work of Subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the Contract Documents. 5. Nothing contained in this Contract shall create any contractual relation between any Subcontractor and the Owner. ENGINEER'S AUTHORITY: 1. The Engineer shall act as the Owner's representatiye during the construction period. He shall decide questions which may arise as to quality and acceptability of materials furnished and work performed. He shall interpret the intent of the Contract Documents in a fair and unbiased manner. The Engineer will make yisits to the site and determine if the work is proceeding in accordance with the Contract Documents. 2. The Contractor will be held strictly to the intent ofthe Contract Documents in regard to the quality of materials, workmanship and execution of the work. Inspections may be made at the factory or fabrication plant or the source of material supply. 3. The Engineer will not be responsible for the construction means, controls, techniques, sequences, procedures, or construction safety. 4. The Engineer shall promptly make decisions relative to interpretation ofthe Contract Documents. LAND AND RIGHTS-OF-WAY: 1. The Owner will furnish all land and rights-of-way necessary for carrying out and for the cornpletion of the work to be performed pursuant to the Contract Documents. If all land and rights-of-way are not obtained prior to the issuing of the Notice to GC-20 GC-29. GC-30. GC-31. GC-32. Proceed, the Contractor shall begin work upon lands and rights-of-way that haye been acquired. 2. The Owner shall provide to the Contractor information which delineates and describes the lands owned and rights-of-way acquired. 3. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that the Contractor may desire for temporary construction facilities, or for storage of materials. GUARANTEE: 1. The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor warrants and guarantees for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The Owner will giye notice of observed defects with reasonable promptness, In the event that the Contractor should fail to make such repairs, adjustments or other work that may be necessary by such defects, the Owner may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect though the guarantee period. . TAXES: 1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY: 1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of the Owner or of other railways, persons, or property, the work shall be so conducted as not to interfere with the movement of trains or other operations of the railway, or, if in any case such interference be necessary, the Contractor shall not proceed until he has first obtained specific authority and directions therefor from the proper designated officer of the Owner and has the approval of the Engineer. ORDER AND DISCIPLINE: 1. The Contractor shall at all times enforce strict discipline and good order among his employees and any employee ofthe Contractor who shall appear to be incompetent, disorderly or intemperate or in any other way disqualified for or unfaithful to the work entrusted to him, shall be discharged immediately on the request of the GC-21 GC-33. GC-34. GC-35. GC-36. GC-37. Engineer and he shall not again be employed on the work with the Engineer's written consent. WARNING DEVICES AND SIGNS: 1. The Contractor shall furnish, erect, paint and maintain warning deyices when construction is on or near public streets for the protection of vehicular and pedestrian traffic. Such devices will be in accordance with the Georgia Manual on Uniform Traffic Control Devices for Street and Highways, "Traffic Control for Highway Construction and Maintenance Operations," latest edition. 2. A 20" x 30" sign, mounted on a solid post, 8 feet aboye the ground, indicating the name and a 24-hour phone number of the Contractor in 4" letters, shall be erected at prominent locations on the construction site as directed by the Engineer. The Contractor may remove the sign following the maintenance period. SPECIAL RESTRICTIONS: 1. No work shall be allowed after the hours of darkness or on Sunday without permission of the Owner. 2. If Contractor wishes to work before 8 a.m. or after 5 p.m. Monday through Friday, on weekends, or Augusta, Georgia legal holidays refer to Special Condition SC-25. AS-BUILT DRAWINGS: 1. The Contractor shall furnish to the Engineer three (3) sets of marked up drawings for an "As-built" record showing all deviations from the Contract Drawings. The marked up sets shall include actual dimensions frorn permanent markers accurately locating all underground piping. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER: 1. The Contractor shall not employ or hire any ofthe employees ofthe Owner. DRAWINGS: The Owner will furnish to the Contractor, free of charge, up to five (5) sets of direct black line prints together with a like number of complete bound specifications for construction purposes. Location of all features of the work included in the Contract are indicated on the Contract Drawings. The following drawings comprise the plans for the Contract: Note: The Contract Drawings are listed under Special Condition SC-02., LIST OF DRAWINGS. GC- 22 GC-38. FIELD OFFICE FACILITIES: The Contractor shall proyide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A telephone shall be provided at the Contractor's office for expediting the work and be made available for the use of the Engineer. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress, GC-39. RIGHTS-OF-WAY: The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all land and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may haye preyiously acquired and no claim for damages whatsoeyer will be allowed by reason of the delay in obtaining the remaining lands and rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw frorn the contract except by consent ofthe Owner; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. GC-40. ESTIMATE OF QUANTITIES: The estirnated 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 giyen only for use in comparing bids and to indicate approximately the total amount of the contract and the right is especially reserved. except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or dirninution giye cause for claims or liability for damages. GC-41. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and yerified in the field by the Contractor before starting work. The Contractor shall be held responsible for any darnage to and for maintenance and protection of existing utilities and structures. GC-42. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any ofthe lump GC- 23 sum items shown in the proposal. These estimates as approyed will serve as the basis for estimating of payments due on all progress estimates. GC-43. PRIOR USE BY OWNER: Prior to completion of the work, the Owner may take oyer the operation and/or use of the uncompleted project or portions thereof. Such prior use ofthe 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. GC-44. 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. GC-45. MAINTENANCE OF TRAFFIC: In any work within the public right-of-way, the Contractor shall proyide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the' Contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns, All traffic lanes, sidewalks and driyeways will be kept open and clear at all times except as proyided below. The Contractor shall not block traffic on any street more than 30 minutes or without written permission from such agency, Before leaying the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions of this paragraph, the Owner may, with his own forces, provide signs, flagmen, barricades and/or passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor. GC-46. MAINTENANCE OF ACCESS: The Contractor will be required to maintain access to business establishments during all time they are open for business, to churches, schools and other institutions during the time they are open and to all residential and other occupied buildings or facilities at all times. Bridges across open trenches and work areas will be required to provide yehicular and pedestrian access. Bridges with handrail protection will be required for crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, howeyer, plan and pursue his operations so as to minimize the time that direct entrance is blocked. GC-47. EROSION CONTROL AND RESTORATION OF PROPERTY: 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 GC-24 the original condition. The Contractor will be required to submit a Soil Erosion and Sedimentation Control plan that is in compliance with the work site erosion control plan, per the Georgia Department of Transportation. GC-48. BYPASSING SEWAGE: The Contractor will be required to schedule and coordinate construction sequences and to use temporary construction and other approyed methods which will minirnize the bypassing of sewage during construction of the sewer facilities. The diyersion of sewerage to open ditches or streams will not be permitted. GC-49. SAFETY AND HEALTH REGULATIONS: The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31- 596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL9l-54). GC-50. PRECONSTRUCTION CONFERENCE: A preconstruction conference shall be held at an acceptable time to the Owner and the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements of the Contract Documents. ' GC-25 SECTION SC-O 1. SC-02. SC-03. SC-04. SC-05. SC-06. SC-07. SC-08, SC-09. SC-lO. 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 INDEX TO SPECIAL CONDITIONS Scope List of Drawings Bonds Project Sign Protection of the Environment Temporary Toilets City Acceptance Record Drawings Basis of Payment Existing Structures Salvage Material Referenced Specifications Traffic Control Compliance with Laws, Codes, and Regulations, Etc. Construction Order and Schedule Site Access Georgia Prompt Pay Act Disputes Interest Not Earned on Retainage Equivalent Materials After Hours Inspection Masters Go If Tournament Field Office Facilities SC-1 SECTION SC SPECIAL CONDITIONS -01. SCOPE OF THE WORK: The project referred to in the Agreement shall consist of furnishing all materials, labor, machinery, etc. necessary to construct the specified drainage improvements with all associated appurtenances. -02. LIST OF DRAWINGS: The following drawings, prepared by Cranston, Robertson & Whitehurst, P.c.; comprise the plans for the project: SHEET NO. 1. 2. 3. 4, 5, TITLE DATE ORIGINAL REVISED 4/4/06 4/4/06 4/4/06 4/4/06 4/4/06 Cover Sheet Detailed Estimate and General Notes Plan Schematic Storm Water By-Pass Plan Details SC-03. BONDS: The Contractor will include in the lump sum payment for Lump Sum Construction the cost of his performance and payment bonds. SC-04. PROJECT SIGN: The Contractor will furnish and install one (1) project sign on the construction site. The sign will carry in a prominent manner the names of the project, the Owner, the Engineer, the Contractor, and a 24-hour phone number for the Contractor in 4 inch letters. The sign shall be constructed and erected on wood posts in a substantial manner 8 feet above the ground. The full size stencil shall be approved along with colors before fabrication. The Contractor shall include the cost of the project signs in the lump sum bid item for Lump Sum Construction. SC-05. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds of water courses adjacent to the project. SC-2 All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EP A or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. SC-06. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be required to use only these toilets, At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. SC-07. CITY ACCEPTANCE: Notwithstanding any other obligations ofthe Contractor, he shall complete the work to the full satisfaction of the Augusta Utilities Department and the Engineer. This proyision shall ' not relieve the Contractor of his responsibilities for guarantees. SC-08. RECORD DRAWINGS: The Contractor will maintain in his office one cornplete set of drawings (including any supplemental sketches) pertaining to the project upon which, at the end of each day's work any deyiations from the construction lines shown thereon and all changes ordered by the Engineer will be shown accurately in red pencil. If necessary, supplemental drawings will be made to show details of deyiations or changes, and these will be kept with the marked set. The drawings will be available to the Engineer for inspection during construction. Satisfactory progress toward the preparation of the record drawings shall be a condition of approyal of rnonthly payment estimates. At the completion of construction, prior to submitting his estimate for final payment. and as a condition for payment thereof, three copies of the record drawings, satisfactorily completed, will be transmitted to the Engineer. -09. BASIS OF PAYMENT: As explained in the section "Instructions to Bidders", payment for all items of construction will be made at the total of the actual number of units installed at the unit prices stated in the Bid Schedule to the Proposal. The partial payments described in the Agreement will be made based on the actual number of units of work completed during the month and in-place at the unit prices stated in the Bid Schedule. SC-IO. EXISTING STRUCTURES: Where sidewalks, street signs, private signs, walls, sidewalks, fences, etc, are remoyed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect SC-3 and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor's work adjacent to private property. SC-l1. SALVAGE MATERIAL: All existing installations to be remoyed, including but not limited to masonry and concrete rubble, asphalt, pipe, etc. will be disposed of at an approved location by the Contractor. SC-12. REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part ofthese specifications as ifthe entire standard or specification were reprinted herein. The inclusion ofthe latest edition or reyision ofthe referenced specification or standard is intended. SC-13. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, latest edition. The Contractor shall giye prior written notification to and shall obtain the approval of the Augusta Fire Department, Police Department, Emergency Medical Services, and the Augusta Traffic Engineering Department of any street closures. SC-14. COMPLIANCE WITH LAWS. CODES. AND REGULATIONS. ETC.: Supplementing the proyision ofthe GENERAL CONDITIONS, the successful bidder awarded this contract by signing the contract acknowledges the following, however, this is not to be construed as all inclusiye or beingthese only: 1. Underground Gas Pipe Law: The Contractor signing the contract acknowledges that he is fully aware of the contents and requirements of "Georgia Laws 1969, Pages 50 and the following, and any amendments and regulations pursuant thereto", and the Contractor shall comply therewith. 2. High Voltage Act: The Contractor by signing the contract acknowledges that he is fully aware of the contents and requirements of "Act No. 525, Georgia law 1960, and any amendments thereto, and Rules and Regulations of the commissioner of Labor pursuant thereto" (the preceding requirements within quotation marks being hereinafter referred to as the "high voltage act"), and the Contractor shall comply therewith. The signing of Contract shall also confirm on behalf of the Contractor that he: SC-4 SC-15. 1. has visited the premises and has taken into consideration the location of all electrical power lines on and adjacent to all areas onto which the contract documents require to permit the Contract either to work, to store materials, or to stage operations, and 2. that the Contractor has obtained from the Owner of the aforesaid electric power lines adyice in writing as to the amount of voltage carried by the aforesaid lines. The Contractor agrees that he is the "person or persons responsible for the work to be done" as referred to in the high voltage act and that accordingly the Contractor is solely "responsible for the completion of the safety measures which are required by Section 3 of the high voltage act before proceeding with any work." The Contractor agrees that prior to the completion of precautionary measures required by the high voltage act he will neither bring nor permit the bringing of any equipment onto the site (or onto any area or areas onto which the contract documents require or permit the Contractor to work, to store materials, or to stage operations) with which it is possible to come within eight feet of any high voltage line or lines pursuant to operations arising out of performance of the Contract. The foregoing proyisions apply to power lines located (a) on the site and (b) on any area or areas onto which the contract documents require or permit the Contractor either to work, to store materials, or to stage operations, or (c) within working distance for equipment or materials, being used on (a) and (b) above. These provisions of the Contract do not limit or reduce the duty of the Contractor otherwise owed to the Owner, to other parties, or to both. The Contractor agrees that the foregoing proyisions supplement provisions of the General Conditions. The Contractor agrees and acknowledges that any failure on his part to adhere to the high voltage act shall not only be a violation oflaw but shall also be a breach of contract and specific violation of the provisions of the General Conditions which pertains to safety precautions. 3. Occupational Safety & Health Act: The Contractor by signing the contract acknowledges that he is fully aware of the proyisions of the Williams-Steiger Occupational Safety and Health Act of 1970 and he shall cornply therewith. CONSTRUCTION ORDER AND SCHEDULE: 1. The Contractor shall be responsible for the detailed order, schedule, and rnethods of construction activities within the general guidelines specified for maintenance and protection of highway and pedestrian, traffic; utility lines; drainage ways; adjacent properties; and as otherwise specified. 2. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: SC-5 A. Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. B. A staternent of the order of procedure to be followed that will result in the required protection and completion of the work within the oyerall contract time. C. A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. 3. With each request for payment the Contractor shall submit two copies ofthe bar chart clearly marked to show the work completed at the date of the payment requested. SC-16. SITE ACCESS: In order to minimize damage to existing paving, and landscaping, access to the site for the Contractor's personnel and equipment will be restricted to the routes designated by the Owner. The Contractor will be required to use only these routes unless prior written approval is given by the Owner. SC-17. GEORGIA PROMPT PAY ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions of the Georgia Prornpt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision ofthe Prompt Pay Act, the provision of this Agreement shall control. SC-18. DISPUTES: All claims, disputes and other matters in question between the Owner and the Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waiyes any right to contest the yenue in the Superior Court of Richmond County, Georgia. SC-19. INTEREST NOT EARNED ON RETAlNAGE: Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be due to the Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. SC-6 SC-20. EQUIVALENT MATERIALS: Notwithstanding any proyision ofthe general conditions, there shall be no substitution of materials that are not determined to be equiyalent to those indicated or required in the contract documents without an amendment to the contract. SC-21. AFTER HOURS INSPECTION: If the Contractor opts to work before or after normal working hours, 8 a.m. to 5 p.m., Monday through Friday, or on Augusta, Georgia Legal Holidays, then the Contractor must pay for the cost of inspection by the City of Augusta, Georgia and follow all necessary procedures listed in "Section 15, Right-of-way Encroachment Guidelines, Part E, Outside of Normal Working Hours," bftheAugusta-Richmond County Planning Commission Development Documents dated September, 1999. Ifinspectors of Augusta-Richmond County are needed to work outside normal business hours, Augusta-Richmond County needs to be notified in advance. SC-22. MASTERS GOLF TOURNAMENT: Any work planned to be accomplished during or directly before the Masters Golf Tournament must be submitted to andapproyed in writing by the Owner. Consideration will be given only for contract time extensions as a result of delays in accomplishing the work. No consideration will be given for claims for damages. SC-23. FIELD OFFICE FACILITIES: No Field Office Facilities will be required for this project. Any references to Field Office Facilities are hereby deleted. SC-7 SECTION TS-O INDEX TO TECHNICAL SPECIFICATIONS SECTION TITLE NO. OF PAGES TS-l Clearing and Grubbing 2 TS-2 Removal of Water 2 TS-3 Shotcrete 8 TS-4 Pressure Grouting 2 TS-5 Erosion Control Measures 2 TS-6 Grassing (Bermuda) 2 TECHNICAL SPECIFICATION REFERENCE In addition to the Technical Specifications included in these Contract Documents, the "Standard Specifications for Road and Bridge Construction, State of Georgia Department of Transportation," latest edition, is also to be used on this project and is hereby incorporated by this reference. TS-O-01 SECTION TS-l CLEARING AND GRUBBING -01. SCOPE: Clearing and grubbing shall consist of the remoyal and disposal of all trees, brush, stumps, logs, grass, weeds, roots, decayed vegetable matter, posts, fences,stubs, rubbish and all other objectionable matter resting on or protruding through the original ground surface and occurring within the construction limits or rights-of-way of any excayation, borrow area, or embankment; or as specifically designated as within the limits of clearing. -02. CONSTRUCTION METHODS: 1. CLEARING: Clearing shall consist of the felling and cutting up, or the trimming of trees, and the satisfactory disposal ofthe trees and other vegetation together with the down timber, snags, brush and rubbish occurring within the areas to be cleared. Trees and other yegetation, except such individual trees, groups oftrees, and vegetation, as may be indicated on the drawings to be left standing, and all stumps, roots and brush in the areas to be cleared shall be cut off one foot above the original ground surface. Indiyidual trees and groups of trees designated to be left standing within cleared areas shall be trimmed of all branches to such heights and in such manner as may be necessary to preyent interference with the construction operations. All limbs and branches required to be trimmed shall be neatly cut close to the whole of the tree or to main branches, and the cuts thus made shall be painted with an approyed tree wound paint. Individual trees, groups oftrees, and other vegetation, to be left standing, shall be thoroughly protected by barriers or by such other means as the circumstances require. Clearing operations shall be conducted so as to prevent damage by falling trees to trees left standing, to existing structures and installations, and to those under construction, and so as to provide for the safety of employees and others. 2. GRUBBING: Grubbing shall consist of the removal and disposal of all stumps, roots and matted roots from the site as indicated on the drawings, In foundation areas, stumps, roots, logs or other timber, matted roots, and other debris not suitable for foundation purposes shall be excavated to a depth of not less than 18 inches below any sub grade, shoulder or slope, All depressions excayated below the original ground surface for or by the remoyal 0 f stumpS and roots, shall be refilled with suitable material and compacted to make the surface conform to the surrounding ground surface. -03. DISPOSAL OF CLEARED AND GRUBBED MATERIAL: Saw logs, pulp wood, cord wood or other merchantable timber removed incidental to clearing and grubbing shall become the property of the Contractor and may be sold by him, provided such disposal is otherwise in accordance with these specifications. All incombustible matter removed shall be hauled away and deposited at locations approved by the Engineer. Combustible matter may be burned or may be disposed of as stated above. Burning shall be done at such time and such manner as to prevent fire from spreading and to prevent any damage to adjacent cover and shall further be subject to all requirements of Local, State and Federal Goyemments pertaining to the burning. No burning will be allowed on the site unless all fires are kept under constant attendance by persons having equipment necessary to prevent the spreading of fire. Such equipment shall include, at the minirnum, a bulldozer or front end loader, and an approved pump and hose connected to an acceptable source of water. Disposal by burning shall be kept under constant attendance until all fires have burned out or have been extinguished. TS-1-1 SECTION TS-2 REMOVAL OF WATER -01. SCOPE: The work shall consist of the remoyal of surface water and ground water as needed to perform the required construction in accordance with the specifications. It shall include (1) building and maintaining all necessary temporary impounding works, channels, and diversions; (2) furnishing, installing and operating all necessary pumps, piping and other facilities and equipment; and (3) remoying all such temporary works and equipment after they have served their purposes. -02. DIVERTING SURFACE WATER: The contractor shall build, maintain, and operate all cofferdams, channels, flumes, sumps, and other temporary diversion and protective works needed to divert streamflow and other surface water through or around the construction site and away from the construction work while construction is in progress. Unless otherwise qualified, the contractor shall furnish to the Engineer, his plan for diverting surface water before beginning the construction work for which the diversion is required, Acceptance ofthis plan will not relieye the contractor of responsibility for completing the work as specified. -03. DEWATERING THE CONSTRUCTION SITE: Foundations, and other parts ofthe construction site shall be dewatered and kept free of standing water or excessiyely muddy conditions as needed for proper execution of the construction work. The Contractor shall furnish, install, operate and maintain all drains, sumps, pumps, and other equipment needed to perform the dewatering as specified. Unless. otherwise specified, the contractor shall furnish to the Engineer, his plan for dewatering before beginning the construction work for which the dewatering is required. Acceptance ofthis plan will not relieve the contractor of responsibility for completing the work as specified. -04. REMOVAL OF TEMPORARY WORKS: After the temporary works have served their purposes, the contractor shall remove them to the extent required to present a sightly appearance and to prevent any obstruction of the flow of water or any other interference with the operation of or access to the permanent works. TS-2-l SECTION TS-3 SHOTCRETE -01. SCOPE: 1. The work coyered by these specifications consists of furnishing all labor, equipment, appliances and materials, and performing all operations in connection with the rehabilitation with Shotcrete, complete in accordance with the drawings, specifications and subject to the terms and conditions of the contract. 2, Shotcrete work and testing shall conform to the requirements of the American Concrete Institute, "Specification for Shotcrete (ACr 506.2-95)", except as modified by these specifications. 3. Shotcrete nozzlemen shall be certified in accordance with the American Concrete Institute, "Gunite to Certification of Shotcrete Nozzlemen (ACr 506.3R). 4. The purpose ofthis specification is to obtain a dense and durable concrete having the specified strength. -02. MATERIALS: 1. Cement: Type 2 Portland meeting ASTM C-150. 2. Sand: Natural sand, normal weight aggregate meeting ASTM C-33 with operation conforming to the following: Sieve Size Percent By Weight Passing 3/8 inch 100 Passing No.4 95-100 Passing No.8 80-90 Passing No. 16 50-85 Passing No. 30 25-60 Passing No. 50 10-30 Passing No. 100 2-10 rfWet Mix Shotcrete is used, 3/8" stone maybe added up to 500 lbs. per cubic yard. Stone, (if used), shall also conform to AST C-33, and all otherrequirements, as they apply to the sand. 3. Fly Ash: Class "C" Fly Ash, is used, shall meet ASTM C-618, rnay be added to the mix in the maximum amount of 15% ofthe weight of the cement. TS-3-1 4. Water: Water shall be potable. Water/cement ratio shall be controlled such that the required compressive strength will be maintained. 5. Reinforcing Steel: Deformed steel bars shall be ofthe size and located as indicated on the drawings. Bars shall be Grade 60 and meet ASTM A-615. 6. Welded Wire Mesh: Welded wire mesh reinforcing, if used, shall be of the size indicated on the drawings and meet ASTM A-185. 7. Anchors: Anchors for securing reinforcing in place shall be 1/4" expansion( hook bolts as manufactured by Chicago Expansion Bolt Company or equal. Space as required to secure the reinforcing in place. 8. Fiber Reinforcing: Polypropylene fibers shall meet ASTM C-1116-89 and shall be "Harbourite HG" (Fibermesh), as manufactured by Synthetic Industries or equal. 9. Air Entrainment: If used, air entrainment shall be in the amount of approximately 5% by volume and shall meet ASTM C-260. 10. Curing Compound: If used, curing compound shall meet ASTM C- 3 09, Kure N Seal, as manufactured by L&M Cure or equal. Application 150 to 200 square feet per gallon. 11. Other Admixtures: No other adrnixtures will be used unless approved. 12. Proportioning: Shotcrete materials shall be proportioned so as to produce a concrete suitable for pneurnatic application. Dry-mix or wet-mix Shotcrete may be used. Prior to start of Shotcreting, the Contractor shall submit to the Owner the proposed mix. Proposed mix shall be based on successful test data from prior experience and shall be a minimum 5,000 psi design mix. 13. Stren~h Reauirements: Shotcrete ingredients shall be selected, proportioned, mixed and applied in such a manner as will produce 5,000 psi concrete that is dense, and resistant to weathering and abrasion. 14. Storage of Materials: A. Cement shall be stored with adequate proyisions for the prevention of absorption of moisture. It shall be stored in a manner that will permit easy access for inspection and identification of each shipment. B. Aggregate shall be stockpiled at points selected to proyide maximum drainage and to prevent the inclusion of any foreign material during re- handling. C. On delivery to the site of the work, the steel reinforcement shall be carefully TS-3-2 bundled and stored so the bars for any position in the work may be readily identified. All reinforcing steel shall be stored on approved material above the ground. 15. Sampling and Testing Materials: A. The Contractor shall determine the source, kind and quality of the cement aggregates and other materials to be used in the work well in advance ofthe time scheduled for starting the work and shall submit such information for approval before starting Shotcrete operations, B. The cost of testing materials shall be paid by the Contractor. Certified test reports and certificates shall be submitted to the Owner and to such other agencies or persons as designated. C. Where reputable suppliers maintain regular recognized testing services, certified copies of such tests will be accepted by the Owner. However, in any case of doubt as to the accuracy and/or adequacy of such tests, the Owner may require that cement and aggregates be tested by a reco gnized commercial testing laboratory which has been selected by the Contractor and approved by the Owner. The testing laboratory shall then test the cement and aggregates and prepare written reports showing the results of such tests on each shiprnent. The laboratory shall also certify that the materials covered by the report comply in all respects with these specifications. D. No materials, which fail to meet the requirements of these specifications, shall be incorporated into the work. E. Once the design mix has been approved, the nozzleman that is to perform the work shall construct an on-site test panel with the approved design mix. The test panel shall closely duplicate job requirements as much as practical. After the panel has cured for a rninimum of7days, cores shall be cut and tested. -03. PROCEDURE: 1. Surface Preparation: Unsound materials and all coated, scaly or unsound material shall be removed by chipping with pneumatic hammers, chisels, waterblasting or sandblasting to a sound surface; all cracks and cavities shall be chipped to such formation that their sides form approximately a 45-degree angle to the exposed surface for at least one (1) inch in depth. All areas to receive Shotcrete shall be cleaned by flushing or scouring with water and compressed air to assure removal of all loose particles. All areas of existing surfaces that do not require chipping shall be given a wet sandblasting with the Shotcrete equipment and the air pressure shall not be less than 50 psi. TS-3-3 2. Mixing (Dry-Mix Shotcrete): A. Dry-mix Shotcrete shall be thoroughly mixed by machine and then passed through a sieye to remove all large particles before placing in hopper of the cement gun. The mixture shall not be permitted to become damp. The mixer should be cleaned thoroughly enough to remove all adherent materials from the mixing vanes and from the drum at regular intervals. B. Water in any amount shall not be added to the mix before it enters the cement gun. Quantities of water shall be controlled by a yalye at the nozzle of the gun. Water content shall be adjusted as required for proper placement, but shall in no case exceed four (4) gallons of water per sack of cement, including the water contained in the aggregate. C. Remixing or tempering shall not be permitted. Mixed material that has stood 45 minutes without being used shall be discarded. Rebound materials shall not be reused. 3. Mixing (Wet-Mix Shotcrete): The constituents of the wet-mix Shotcrete shall be thoroughly mixed before application. Where transit mix concrete is used, the Contractor shall follow recommended practice in the proportioning, mixing, transport and discharging of the concrete. 4. Application: A. Shotcrete shall not be placed on a frozen surface or during freezing weather. Shotcrete shall only be applied when the air temperature is 40 degrees and rising. Shotcrete shall not be placed when it is anticipated that the temperature during the following 24 hours will drop below 32 degrees, Fahrenheit. B. Sequence of application may be from bottom to top or vice versa if rebound is properly removed. C. Corners shall be filled first. "Shooting" shall be from an angle as near perpendicular to the surface as practical, with the nozzle held approximately 3 feet from the work (except in confined control). If the flow of material at the nozzle is not uniform and slugs, sand spots, or wet sloughs result, the nozzleman shall direct the nozzle away from the work until the faulty conditions are corrected. Such defects shall be replaced as the work progresses. D. Shotcreting shall be suspended if: · Air velocity separated the cement from the sand at the nozzle, · Temperature approaches freezing and the newly placed Shotcrete cannot be protected. TS-3-4 E. Shotcrete shall be applied in one or more layers to such total thickness as required to restore the area as detailed. F. The time interval between successiye layers in sloping, yertical or oyerhanging work must be sufficient to allow the initial, but not final, set to develop. At the time the initial set is developing, the surface shall be cleaned to remoye the thin film of latency in order to provide a perfect bond with succeeding applications. G. Shotcrete shall not be applied when the temperature at the point of application is below 40 degrees F or is anticipated to fall to 32 degrees F or below during the ensuing 24 hours. 5. Construction Joints: Construction joints, or day's workjoints, shall be sloped off to a thin, clean, regular edge, preferably at a 45-degree slope. Before placing the adj oining work, the slope portion and adj acent Shotcrete shall be thoroughly cleaned as necessary, then moistened and scoured with an air jet. 6. Bond: To insure perfect bond, the newly chipped and sandblasted surface shall be thoroughly moistened with water prior to application of Shotcrete, In no instance shall Shotcrete be applied in an area where free running water exists. 7. Surface Finish: A. After the body cmit has been placed, the surface shall be trued to remove high areas and expose low areas. Low areas shall be properly filled with Shotcrete to insure a true, flat surface, B. After the surface has been trued, the entire surface shall be given a finish as indicated on the drawings. 8. Curing: Curing shall be accomplished with the use of curing compound or water. Natural curing shall be permitted if the ambient relatiye humidity is maintained aboye 85%, 9. Adiacent Surface Protection: During progress of the work where appearance is important, adjacent areas, which may be permanently discolored, stained, or otherwise, damaged by dust and rebound, shall be adequately protected and, if contacted, shall be cleaned by early scraping, brushing or washing as the surroundings permit. 10. Inspection: Because of the importance of workmanship affecting the quality of the Shotcrete, continual inspection during placing shall be maintained. Any imperfections discovered shall be cut out and replaced with sound material. TS-3-5 -04. EQUIPMENT - DRY-MIX: 1. Cement Gun: The rnixing and deliyering equipment shall be either the vertical double chamber type or rptary type. The upper chamber of the double chamber type shall receiye and pressurize the dry-mix and deliyer it to the lower chamber. The lower chamber shall force the pressurized mix into the delivery hose by means of a feed wheel. The type of feeder utilized should furnish all required material to the deliyery hose while the upper chamber receiyes the recharge. The rotary type cement gun shall haye an enlarged hopper to feed material into a rotating multi ported cylinder. Material shall fall by gravity into a port which shall then be rotated to a position in which the material is expelled by air into a moving stream of air. All equipment must be kept in good repair. The interior of the gun, feed gearing and valves shall be cleaned as often as necessary (at least once every 8-hour shift) to prevent material from caking on critical parts. 2. Nozzle: Nozzle shall be the premixing type with perforated water feed ring inside the nozzle. The maximum length of material hose for the application of Shotcrete shall be approximately 150 feet, although it shall be permissible to use as rnuch as 800 feet of material hose if the supply of air pressure measured at the cement gun is increased to maintain proper velocity. The following table gives requirements for compressor size, hose size and air pressure using 150 feet of material hose: TABLE 1 Compo Cap cfm 365 600 750 Max Hose Dia. In. 1-5/8 2 2-1/2 Max. Size Nozzle In. 1-5/8 2 2-1/2 Min. Air Press. psi 60 80 90 For each 25 feet of material hose used in excess of 150 feet, the required air pressure shall be increased by 5 psi. 3. Air Compressor: Any standard type of compressor shall be satisfactory if it is of sufficient capacity to proyide, without interruption, the pressure and yolume of air necessary for the longest hose delivery. The air compressor capacity determinations shall include allowances made for the air consumed in blowing rebound, cleaning reinforcing and for incidental uses. Compressor equiprnent shall be of such capacity so as to insure air pressures at the special mixer capable of producing the required material velocities. 4. Water Supply: The water pressure at the discharge nozzle should be sufficiently greater than the operating air pressure to assure the water is intimately mixed with TS-3-6 the other materials. If the line water pressure is inadequate, a water pump or pressurized, tank shall be introduced into the line. The water pressure shall be uniformly steady (nonpulsating). -05. EQUIPMENT WET-MIX: 1, The batching, mixing and deliyery equipment to the job site shall be that of a reputable ready-mix concrete company. Water shall be added by the supplier of the ready-mix company at the plant. 2. The Shotcrete pump shall be ofthe double piston positive displacement type with the sufficient pressure at the piston head to deliyer the material to the nozzle such that it is propelled with air to the point of application under pressure; 3. Air Compressor: Any standard type of compressor shall be satisfactory ifit is of sufficient capacity to prOvide, without interruption, the pressures and volume of air necessary for the delivery of the material to the point of application. The air compressor capacity determinations shall include allowances made for the air consumed in blowing rebound, cleaning, reinforcing and for incidental uses. -06. PERSONNEL: 1. Foremen. Nozzlemen. Gunmen. Reboundmen: Before employment on the project, above workmen must satisfy the Owner that each has done satisfactory work in a similar capacities elsewhere for a sufficient period of tirne to be fully qualified to properly perform the work in accordance with the requirements of the specifications. 2. Foremen: Foremen shall have had at least 4 years experience on similar work. 3. Nozzlemen: Nozzlemen shall be qualified workmen, having had at least 2 years experience in similar work and shall be ACI certified. It shall be the nozzlemen's responsibility to: A. Insure all surfaces to be shot are clean and free of laitance or loose material, using air and air-and-water blast from the nozzle as required. B. Insure the operating air pressure is uniform and provides proper nozzle velocity for good compaction. C. Regulate the water content so the mix will be plastic enough to give good compaction and a low percentage of rebound, but stiff enough not to sag.. D. Hold the nozzle at the proper distance, and as nearly normal to the surface as the type work will, permit, to secure maximurn compaction with minimum rebound. TS-3-7 E. Follow a sequence routine that will fill corners with sound Shotcrete and encase reinforcement without porous material behind the steel, using the maximum practicable layer thickness. F. Determine necessary operating procedures for placement in close quarters, and extended distances on or around unusual obstructions where placement velocities and mix consistency must be adjusted. G. Direct the crew when to start and stop the flow of material, and stop the work when material is not arriving uniformly at the nozzle. H. Insure sand or slough pockets are cut out for replacement. 1. Bring the Shotcrete to finished lines in a neat and workmanlike manner. 4. Gunman: Gunman shall operate the special pneumatic equipment and, utilizing his experience, he shall maintain proper pressure to insure the necessary nozzle pressure. He shall further. see that the material fed to the nozzle is uniform. -07. MEASUREMENT AND PAYMENT: 1. Payment for CCTV Inspection shall be made according to the contract unit price for each type shown in the bid schedule. 2. Payment for cleaning the existing pipe shall be made according to the yarious contract unit prices in the bid schedule. 3. Payment for joint repairs shall be made according to the contract unit price in the bid schedule for joint repairs. 4. Payment for shotcrete shall be made according to the contract unit prices in the bid schedule for placing reinforcing and shotcrete of each pipe size and type shown. Payment shall include all labor, equipment and materials necessary for a complete installation. END OF SECTION TS-3-8 SECTION TS-4 PRESSURE GROUTING -01 SCOPE: 1. The work covered by these specifications consists of furnishing all labor, equipment, appliances and materials, and performing all operations in connection with the injection of pressure grout complete in accordance with the drawings, specifications and subject to the terms and conditions of the contract. 2. The purpose of this specification is to produce a grout, when injected in place, that will be dense, fill yoids, and stabilize the sub grade ofthe pipe and the adj acent paved areas. -02 MATERIALS: 1. Cement: Type 2 Portland meeting ASTM C-150. 2. Water: Water shall be potable. Municipal source. Water will be considered as weighing 8.33 pounds per gallon and 7.5 gallons per cubic foot. 3. Fly Ash: Class "C" Fly Ash, meeting ASTM C-618 may be added to the mix at the grout pump operator's discretion to aid in pumpability. If added, the Fly Ash shall not exceed 15% of the weight of the cement. 4. Other Admixtures: No other admixtures will be used unless approved. -03 MIX DESIGN: 1. Grout Mix: The basic grout mix will be cement and water proportioned in the ratio of 1 cubic foot (one bag or 94 pounds) of cement to I cubic foot (7.5 gallons) of water. The mix ratio may be modified by the grout pump operator as required to insure filling of the yoids and/or stabilizing the sub grade. 2. Yield: For quantity determination one cubic foot (1 bag or 94 pounds) of cement when proportioned with one cubic foot (7.5 gallons) of water is deemed to yield 1.5 cubic feet of grout. -04 GROUT EQUIPMENT: 1. Pump: Grout Pump will be ofthe positive displacement type and will be capable of producing adequate pressure to penetrate the area. -05 INJECTION PORTS: 1. Grout Shafts: Location of grout shafts shall be in areas where voids or unstable TS-4-1 subgrade occurs. These shall be a minimum of ll/4-inch diameter and sufficient to receive packers and shut-offvalyes. -06 STAGE GROUTING: 1. Stages: To rninimize the quantity of grout required, grouting will be accomplished in stages. The grout placed in the first stage will be observed carefully to insure that grout is not pumped into channels excessively and of no benefit to the area. If two or more stages are used, a 4-hour minimum time between each stage at any particular location will be provided. .. -07 EXPERIENCE: 1. Personnel: Before starting the work on the project, the contractor must satisfy the owner that the foreman and grout pump operator haye done satisfactory work in similar capacities for a sufficient period of time to be fully qualified to properly perform the work in accordance with the requirements of the related specifications. A. Foreman shall haye had at least 4 years experience in similar work. B. Pump operator shall be qualified having had at least 2 years experience in similar work. -08 MEASUREMENT AND PAYMENT: 1. Payment shall be made at the contract unit price in the Bid Schedule for Pressure Grouting Exterior of Pipe. END OF SECTION TS-4-2 -01. SECTION TS-5 EROSION CONTROL MEASURES GENERAL: This section covers erosion control measures required on the job as shown on the plans. These measures are minimum requirements and may be augmented by the Engineer if positive control is not established. -02. CONSTRUCTION SCHEDULE: The initial construction on the site is tentatiyely scheduled to begin on or about June 1,2006. Final stabilization ofthe soils should be obtained by September 30, 2006. -03. EROSION AND SEDIMENT CONTROL PLAN: The following steps for reducing erosion and containing sediment are recommended for use during construction, and until the earth areas can be stabilized with vegetation. -04. -05. GENERAL PROCEDURES: 1. Earth areas which are not to be payed shall be grassed at the earliest possible time during the construction phase, so as to minimize exposure to rainfall and run-off. 2. Temporary berms, whereyer possible, should be constructed at the end of each day of grading, in order to contain sediment and slow down erosion in the cut and fill areas, should rainfall occur during the night. Berms shall also be constructed, where needed, to prevent sediment from being transported onto areas outside the actual construction limits. 3. Silt and erosion barriers of the type which tend to filter suspended solids from the water flowing through them shall be employed to the extent necessary to contain most of the water-borne silt. Examples of this type of barrier include "silt" fence, windrows of limbs and laps, and stone or rubble riprap. 4. Erosion due to wind is not likely to be of concern on this project, considering the types of soils expected and the strip-like geometry of construction areas. Howeyer, wherever possible, trees or groups of trees and bushes should be left standing to serve as windbreaks. 5. Sediment basins shall be constructed if shown on plans and removed when final stabilization is attained. ELEMENTS OF THE PLAN: The plans for the preyention of erosion and sedimentation for this site are depicted on the plans. The elements of the plan are discussed as follows, and are listed in chronological order, as far as is practical. The construction activities should proceed in the order listed. 1. Remove all marketable timber from the rights-of-way, the utility easements, the designated fill areas, and other areas to be cleared. TS-5~ 1 -06. 2. Begin clearing and grubbing operations in the vicinity ofthe hay dams shown on the drawings. hnmediately after the area has been cleared for their placement, install dams and berms consisting of hay or straw bales or limbs and laps as directed, to be silt barriers as shown on the drawings. Care should be taken not to clear and grub beyond the construction limit. 3. As grading operations commence, the topsoil shall be stripped and stockpiled in mounds surrounded by berms. As mentioned above, berms or windrows should be constructed each afternoon at approximately 100 foot intervals across the graded areas, except in the low-lying areas of the project. This action will tend to check erosion should rainfall be experienced during the night. 4. Construction on the sanitary and storm sewer lines should be commenced as soon as grading operations haye been substantially completed. The disturbed strip along each line which is located outside of a street right-of-way should be grassed immediately upon the completion of trench backfilling, as described below. 5. A graded depression around each catch basin on the site should be used to contain sediment during construction. A ring of hay or straw bales, or silt fencing, secured to the ground by mean of two No.3 reinforcement bars or other suitable anchoring method, should be installed around each catch basin site as soon as the drainage pipes have been laid. These should be spaced leaying a gap of approximately three inches between each bale where hay is used. 6. As soon as the graded areas which are not to be paved, to be built upon, or receive underground utilities have been brought to final grade, three or four inches of topsoil shall be spread over these areas. Grassing operations should be begun immediately, as described in the grassing specifications. Roadway shoulders and slopes should receiye a similar treatment as soon as the installation of the utilities has ended. 7. All grassing will be performed in accordance with the section of the specifications entitled "Grassing". Should seasonal limitations prevent the establishment of the permanent grass coyer, the area to be grassed shall be covered with temporary grass coyer; then the permanent grass will be established as soon as its growing season is reached. 8. The hay bale darns and silt fencing described above should not be removed until the surrounding pavement base material has been placed and is ready for priming. 9. All silt retention basis, traps, barriers, etc., should be inspected daily and cleaned at least weekly. 10. All work shall be in accordance with good grading practice and shall conform to accepted practices in Erosion Control. MEASUREMENT AND PAYMENT: Payment shall be made according to the lump sum price in the Bid Schedule for Control of Soil Erosion and Sedimentation. END OF SECTION TS-5-2 SECTION TS-6 GRASSING (BERMUDA) -01. SCOPE: This section coyers the furnishing of all labor and materials and the performance of all work required to assure the establishment of a dense permanent coyer of Bermuda grass on all areas of the site disturbed by construction oper<;itions. -02. SEED BED PREPARATION: Final grades will be established as shown on the plans prior to any seed bed preparation. Washes, low spots and hillocks or windrows will be evened and the bed will be smoothed to facilitate uniform drainage after establishment of the turf. Graded surfaces will be maintained in a smooth and eyen condition until the required cover is established. After the areas to be seeded haye been brought to an eyen and smooth grade, they shall be thoroughly loosened to a depth of at least 6 inches by plowing, discing, harrowing, or other approved methods until the tillage is acceptable as suitable for seeding. During tillage operation, the surface shall be cleared of all roots, cable, wire, or other waste material which might hinder final grading, planting, or subsequent maintenance operations. Any operations of the Contractor, shall be smoothed out before seeding operations are begun. -03. FERTILIZATION: At least two soil samples per acre shall be taken by the Contractor and analyzed to determine the suitability of the particular soil for planting. Fertilization and lime application rates shall be set accordingly. The rates given in the following paragraphs shall be used for bidding purposes and differing quantities will become the basis for an equitable adjustment in the contract pnce. Fertilizer shall be distributed uniformly at a rate of 1,500 pounds of commercial 6.12.12 analysis fertilizer per acre, and shall be incorporated into the soil to a depth of approximately 3 inches by discing, harrowing, or other approved methods. The incorporation of fertilizer may be a part ofthe tillage operation specified above, or a part of the hydroseeding procedure as described below. Immediately following, or simultaneously with, the incorporation of fertilizer, lime shall be distributed at the rate of 1,500 pounds per acre and shall be incorporated into the soil to a depth of at least three inches by discing, harrowing, or other acceptable methods. The incorporation of lime along with the fertilizer may form a part of the tillage operation specified above. Not less than 30 days after completion of seeding, the Contractor shall furnish and apply Nitrate of Soda or Ammonium Sulphate to the planted areas. Nitrate of Soda shall be a com- rnercial product, containing not less than 16 percent Nitrogen and Ammonium Sulphate not less than 20 percent Nitrogen. The Nitrogen fertilizer shall be uniformly spread and distributed with approved equipment at a rate that will give not less than 60 pounds of available Nitrogen per acre, Other commercial types of nitrogenous rnaterial may be substituted at the option of the Contractor. The time of application shall be limited to the season of June through August. TS-6-1 -04. SEEDING: Permanent grass cover will consist of Common Bermuda seeded in accordance with one of the following methods: 1. Between the dates of April 15 and September 15, Hulled Common Bermuda seed shall be applied at a rate of 40 to 45 pounds of seed per acre. 2. If seeding is undertaken between September 15, and April 15, unhulled Common Bermuda seed shall be applied at a rate of 40 to 45 pounds of seed per acre simultaneously with Abruzzi Rye seed at a rate of 200 pounds per acre. Seed may be applied by means of a Hydro-seeder or other means approyed by the Engineer. -05. COMPACTION: Immediately after seeding operations have been completed, the areas shall be compacted by means of a cuItipacker, roller wood float, or other approved equipment sufficiently weighted, or compacted by hand methods, to reduce air pockets to a minimum. The cornplete planted area shall be left with a firm, even surface, free from abrupt humps and hollows, and to the established grade. -06. MULCHING: All areas planted for temporary or permanent grass shall be uniformly mulched with hay or straw at the rate of 1 Y2 tons per acre, except where hydro seeding is employed using a cellulose mulch mixed with the seed and fertilizer. -07. ACCEPTANCE: Grassed areas will be accepted when a 95% coyer by permanent grasses is obtained and weeds are not dominant. -08. MEASUREMENT AND PAYMENT: Payment shall be rnade according to the lump sum price in the Bid Schedule for Lump Sum Construction. END OF SECTION TS-6-2 ~ Office Of The Administrator A Frederick L Russell, Administrator Room 801 -Municipal Building 530 Greene Street-AUGUSTA, GA. 30911 (706) 821-2400 - FAX (706) 821-2819 www.augustaga.gov T ameka Allen, Interim Deputy Administrator Robert Leverett, Interim Deputy Administrator September 5, 2006 Mr, Abie Ladson Interim Director - Engineering 1815 Marvin Griffin Road Augusta, GA 30906 Dear Abie: action, The Augusta-Richmond County Commission, at their regular meeting held on Tuesday, September 5, 2006, took the following 36, Approved the recommendation of the Interim Director of Engineering regarding the resolution of the problem of Gwyn Toole conCerning the regrading or changing of the contour of the easement adjacent to her home in order to redirect rainwater away from her residence to prevent further damage to the home. (Approved by Engineering Services Committee August 28, 2006) 39. Approved the Engineering Department to secure funding for the proposed stonn pipe replacement at Good News Baptist Church in the amount of $54,164,00 for construction and $2,708,00 for project contingency. Funds are available SPLOST Phase II Recapture. (Approved by Engineering Services Committee August 28, 2006) 41. Approved CPB #322-04-204822378 Change Number One in the amount of $161,040,00 with fundings of $104,163,00 from the GOaT State Aid Contract and $56,877.00 from SPLOST Phase II Recapture for project construction, Also, transfer $90,000.00 from project Contingency for project construction on the Walton Way Extension Storm Drainage Project. Also, approve. award of construction contract to Topcor Augusta, LLC in the amount of $600,738 ,00 for Walton Way. Extension Stonn .Improvements as requested by the Engineering Department. Subject to receipt. of signed contract and proper bonds. (Approved by Engineering Services Committee August 28, 2006) 51, Directed Interim Engineering Director to provide a status report at the next Engineering Services Meeting on the drainage issues at the Greater St. John Baptist Church - Ellis Street. (Requested by Mayor Pro Tern Marion Williams) 52, Approved the Engineering Department to secure funding for the Rock CreeklWarren Lake Restoration Project in the amount of $1,200,000,00 for de-silting and stonnwater quality improvements with the intention of reducing flooding. along the Rock Creek drainage basin. Funds are available in SPLOST Phase II Contingency Account (322041110-6011110/292822444-6011110). (No recommendation from the Engineering Services Committee August 28, 2006) If you have any questions, please contact me. cc: Ms, Donna Williams Ms, Geri Sams Mr, Max Hicks 09-05-06: #36, #39, #41, #51, #52 .,;;~.,,'