HomeMy WebLinkAboutWalking and General Reparirs at Augusta Richmond
Augusta Richmond GA
DOCUMENT NAME: u.D\ ~ c\ ~Ovl- '(~~ O::b {.\UBUS-tG., ~\)~\~
DOCUMENT TYPE: ~Qc..,-\-
YEAR: D~
BOX NUMBER: \ q
FILE NUMBER: \19<6(J2;;>
NUMBER OF PAGES: ~
. -------- -----, ---- ----::...---1----- ----- --
YJ., Ii- / 6 i6 ,L/ --- -
-1
CONTRACT
Between Augusta, Georgia and Advance Outdoor Services
for
Walkway and General Repairs at Augusta Riverwalk
In Response to Request for Bids Number: 03-080
Issued Through:
AUGUSTA PURCHASING DEPARTMENT
DIRECTOR OF PURCHASING
530 GREENE STREET, ROOM 605
AUGUSTA, GA 30911
WALKWAY & GENERAL REPAIRS AT AUGUSTA RIVERWALK
Bid Item 03-080
INDEX TO CONTRACT
Section Title Page
NA Notice of Award 3
A Agreement 4-5
PB Performance Bond 6-7
LMPB Labor & Material Payment Bond 8-9
COA Certificate of Owner's Attorney 10
NP Notice to Proceed 11
GC General Conditions 12-28
SGC Supplemental General Conditions 29-31
SC Special Conditions 32
EXHIBITS
Exhibit I Form of Proposal Dated June 26, 2003
ATTACHMENTS
Request for Bids #03-080
Addenda #1, #2, #3
NOTICE
All references in this document, which includes all papers, writings, drawings, plans or photographs to be used
in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean
"Augusta Richmond County Commission-Council and all references to "Chairman" shall be deemed to mean I
"Mayor" ,
Page 2 of 32
SECTION NA
NOTICE OF AWARD
TO:
Advance Outdoor Services
300 Latonea Drive
Columbia, SC 29210
PROJECT DESCRIPTION:
Walkway & General Repairs at Augusta Riverwalk.
The Owner has considered the PROPOSAL submitted by you for the PROJECT named above in response
to its Bid Item Number 030-080 due on June 26, 2003.
You are hereby notified that your PROPOSAL has been accepted for items in the amount of Ninety thousand
fifty two and no/100 dollars ($90,052.00).
You are to execute the AGREEMENT (Section A) and provide required bonds and proof of the specified
insurance within Fifteen (15) calendar days from the date of this Notice to you,
If you fail to execute said Agreement within Fifteen (15) working days from the date of this Notice, said
OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your
PROPOSAL as abandoned and as a forfeiture of your Bid Bond. The OWNER will be entitled to such other
rights as may be granted by law,
You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.
Dated this ~ day of
,2003.
BY:
Richard M. Acree, Jr., Assistant Director
Augusta Public Works and Engineering Department
Facilities Management Division
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE OF AWARD is hereby acknowledged on this _day of
2003,
BY:
TITLE:
Page 3 of 32
SECTION A
AGREEMENT
THIS AGREEMENT, made this -I-ff- day of ~~, 2003, by and between
Augusta Georgia, a political subdivision of the State of orgla, hereinafter called OWNER
and Advance Outdoor Services doing business as a corporation hereinafter called the
CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and agreements as
hereinafter mentioned the sufficiency which is hereby acknowledged, the parties agree to
as follows:
1, Project activities are as outlined in Bid Item 03-080 and priced as shown on Exhibit
I, Form of Proposal, submitted on June 26, 2003.
2. The precise construction sequence shall be at the contractor's option. However, all
work shall be completed no later than March 5, 2004.
3, The Contractor will furnish product data, any necessary drawings, material, supplies,
tools, equipment, labor and other services necessary for the construction and
completion of the project described herein,
4. The term "Contract Documents" means and includes the following:
Advertisement for Bids Bid Item 03-080 Form of Proposal
Bid Bond Notice of Award Agreement
Performance/Payment Bonds Certificate of Owner's Attorney Notice to Proceed
Change Order General Conditions
Supplemental General Conditions Special Conditions Technical Specifications
Addendum No, 1, dated May 15,2003 Addendum No.2, dated June 03, 2003
Addendum No.3, dated June 09, 2003 Form of Proposal submitted June 26, 2003.
5. The Owner will pay to the Contractor in the manner and at such times as set forth
in the General Conditions such amounts as required by the Contract Documents.
6. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors and assigns,
The Contractor agrees to complete the project as described in items 1 through 6 above for
the sum of Ninety Thousand fifty-two and no/100 dollars ($90,052.00).
IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by
their duly authorized officials, this Agreement in Six (6) counterparts, each of which shall
be deemed an original on the date first above written.
Page 4 of 32
cf
OWNER: AUGUSTA, GEORGIA
BY:
Bob Young (Mayor)
CONTRACTOR: Advance Outdoor Services
BY:
(L~
NAME: ~/o.M~~~\____)
(Type or Print)
TITLE: tJ (,.j N..v-.-
ADDRESS:
300 Latonea Drive
Columbia, SC 29210
Page 5 of 32
ATTEST:
(SEAL)
_,~a'l.l.'".:>."e\
.d""- CftMO^'" ~l.l'
_ ~\ u(. ~t"
- ~ ...".0"0. 0 \1],
,#' ~" .0. "".,. 'Y~
~ .~., .-- .. .;, ".A'
:nil ..;t;
1..,:: ~, '. . .
~, . 1t~~... , l.;"
'- ': 'f,x;'.l ' "j : ...
~ '~. ~ . _.: " ~
, ';- ". " j;
'f' ... Len~laonlJ.&" (CJ!rk)
&... ...,
'f~ ......... .-
-,_ GEO~G\1'o _--
\\.,,,,,~,,,,,...
ATTEST:
(SEAL)
B~~~
NAME~~ G\GX\clJeu-cl
(Type or Print)
TITLE: DFF,c.f:,
'. ...
THE AMERICAN INSTITUTE OF ARCHITECTS
.
DUPLICATE ORIGINAL
AlA Document A311
Performance Bond
Bond Number: SN 5203
KNOW All MEN BY THESE PRESENTS: that Advance Outdoor Services
300 Latonea Road, Columbia, South Carolina 29210
(H~,~ ins~rl full n.m~ .nd .dd,~s 0' l~g.1 lill~ of Conlroclor)
as Principal, hereinaft~r called Contractor, and, United States Fidelity and Guaranty Company
(H~~ inserl full n.m~ .nd .dd""s or l~lPl lill~ 0' Surely!
385 Washington Street, St. Paul, MN 55102
as Surety, hereinafter called Surety, are held and firmly bound unto City of Augusta
(H~,~ inserl full n...... ...d .dd,~s Dr l~g.1 lill~ 0' Own.r'
530 Greene Street, Room 605, Augusta, Georgia 30911
as Obligee, hereinafter called Owner, in the amount of Ninety Thousand, Fifty Two and 00/100---
,,..IJ i
Dollars ($ 90,052.00------ ),
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 September 4, 2003 ,entered into a contract with Owner for
(H~,~ inse'l full n.m~. address .nd d~c,ipllon of projl!<tl
Walkway and General repairs at Augusta Riverwalk
in accordance with Drawings and Specifications prepared by
(H~re Insert full n~me I.nd jddre-n or leg,ll title of ArchitKtl
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
A'A DOCUMENT A311 . PERrORMANCE BONO AND lABOR AND MATERIAL PAYMENT BOND . AlA ~
rERRUARY ll'170 E1>.. THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 N.Y. AVE.. N.W.. WASHINGTON. D. C. ZOOO6
'"
r~~" ~~." ~ ~.fC'"', n~" ~
,-_'l ~~ J"_ ".:;1" \~ 4 _..
""""'-~~,~'l,\" 1\"
"-./ ~ ~. "'-" ~ ~ \.l' 'II ~
PERFORMANCE BOND
NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform
said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner
to be in default under the Contract, the Owner having
performed Owner's obligations thereunder, the Surety
may promptly remedy the default, or shall promptly
1) Complete the Contract in accordance with its terms
and conditions, or
2) Obtain a bid or bids for completing the Contract in
accordance with Its terms and conditions, and upon de-
termination by Surety of the lowest responsibll' bidder.
or, if the Owner elects, upon determination by the
Owner and the Surety jointly of the lowest responsible
bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even
though there should be a default or a succession of
Signed and sealed this
10th
day of
cJ<t lilt tt
(ooIc
(Wilnl'~.')
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 paYdble 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, adminis-
trators or successors of the Owner.
September, 2003
I
Advance Outdoor Services
'~ ~ ,('r,"(I/I.11I
1St-"l
iJ-~
, Titl(')
I D le;~~an~~Y~om;:.,~y
Raymond'. Cobb, Jr. rTltll:Attorney-in-Fact
AlA DOCUMfNT Al1l . PERfORMANCE BONO AND L\80R AND MATERIAL PAYMENT BONO . AlA 8
fEBRUARY 1'170 El).. THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 N.Y. AVE.. N.W,. WASHINGTON. D. C. 20006
~
THE AMERICAN INSTITUTE OF ARCHITECTS
.".
.' ;:'~il /
DUPLICATE ORIGINAL
AlA Document A311
Labor and Material Payment Bond
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FUll AND FAITHFUL PERFORMANCE OF THE CONTRACT
Bond Number: SN 5203
KNOW All MEN BY THESE PRESENTS: that
300 Latonea Road. Columbia. South Carolina 29210
Advance Outdoor Services
(Here insere lull name and addreu or lega' 'Ille 0; Contraclor)
as Principal, hereinafter called Principal, and,
United States Fidelity and Guaranty Company
(Here intert lull name and addren or lega' lille of Surety)
385 Washington Street, St. Paul, MN 55102
as Surety, hereinafter called Surety, are held and firmly bound unto City of Augusta
(Here inserl lull name and add,ell or lega' 'Ille 0/ Owner)
530 Greene Street, Room 605, Augusta, Georgia 30911
as Obligee. hereinafter called Owner, for the use and benefit of claimants as hereinbelow deiined, in the
amount of Ninety Thousand, Fifty Two and 00/100--- ~1
(Here imert a sum equal 10 at leut one-hall 0/ Ihe conlrlCt pricel Dollars ($ 90,052.00-------- ),
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents,
WHEREAS,
Principal has by written agreement dated September 4, 2003 ,entered into a contract with Owner for
(Here intert lull name. addren and dncription 0/ projecll
Walkway and General repairs at Augusta Riverwalk
in accordance with Drawings and Specifications prepared by
(He'e insert lull name and addre" or legal 'itle 0/ Ard',itecll
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AlA DOCUMENT A311 . PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND . A!A ~
FEBRUARY 1970 ED.. THE AMERICAN INSTITUTE OF ..\RCHITECTS. 17)S N.Y. AVE.. N.W.. WASHINGTON. D. C. 20006
~
~.. ~~""'~ ~r'''' r.o -'-"
~ LL b-H'....R/; ~. ,
,-:.~..~~~..,'\I\ "'\ ~
'.. 0./. _......,; _ \.J - <l~-:::>I
LABOR AND MATERIAL PAYMENT BOND
NOW. THEREfORE, THE CONOITlON OF THIS OBIIGt\ TlON is such that, if Principal shall promptly make payment to all
claimants as hereinafter defined. for all labor and material used or rea~onably required for u~e in the performance of the
Contract. then this obligation sholll be void; otherwise it shall remain In full force dnd effect, subject, however, to the fol-
lowin!,: conditions:
1. A claimant is defined as one having a direct con-
tract with the Principal or with a Subcontractor of the
Principal for labor, materidl, or both, used or reasonably
required for IJse in the performance of the Contract,
labor and material being construed to include that part of
water, gas, power, light, heat, oil, gasoline, telephone
service or rentdl of equipment directly applicdble to the
Contract.
2. The above named Principal and Surety hereby
jointly and severally agree with the Owner that every
claimant as herein defined, who has not been paid in
full before the expiration of a period of ninety (90)
days after the date on which the last of such claimant's
work or labor wa~ done or performed, or materidls were
furnished by such claimant. may sue on this bond for
the use of such claimant. prosecute the suit to final
judgment for such sum or ~ums 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 Principal, shall have given written
notice to any two of the following: the Principal, the
Owner, or the Surety above named, within ninety (90)
days after such claimant did or performed the last of
the work or labor, or furnished the last of the materials
for which said claim is made. stating with substantial
Signed and sealed this
10th
day of
cj(f(QI~ldt~
(Wi/nl'u)
I
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 ad-
dressed to the Principal, Owner or Surety, at any place
where an office is regularly maintained for the trans-
action of business, or served in any manner in which
legal process may be served in the state in which the
aforesaid project is located, save that such service need
not be made by a public officer.
b) After the expiration of one (1) year following the
date on which Principal ceased Work on said Contract,
it being understood, however, that if any limitation em-
bodied in this bond is prohibited by any law controlling
the construction hereof such limitation shall be deemed
to be amended 50 as to be equal to the minimum period
of limitation permilled by such IdW.
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 sit-
uated. and not elsewhere.
4. The amount of this bond .shall be reduced by and
to the extent of any payment or payments made in good
faith hereunder, inclusive of the payment by Surety of
mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount
of such lien be presented under and against this bond,
September, 2003
:P" ~
Advance Outdoor Services
(P"ncipa/)
/St'>11
fl-A
(Till!')
6&1,>tcL (a~
IW,lnl'\\)
United States Fidelity and Guaranty Company
I "ow", ".."
AlA DOCUMENT A]11 . I'EIHORMANCE BONO AND LAIIOK AND MA TEKIAl PAYMENT ilONa . AlA @)
fEBKUAKY '~7(J EO.. THE AMERICAN INSTITUTE OF ARCHITECTS. 171~ N.Y. AVE.. N.W., WASHINCTON. D. C. 2()O()(,
......".. ... - ..... ~
. /... ~ ". ~ n ~
C.' -<--'/L :
lbeStRlul
POWER OF ATTORNEY
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Power of Attorney No.
23623
Certificate No. 1819 3 5 6
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota. and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland. and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters. Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do
hereby make. constitute and appoint
C. Wayne McCartha, Raymond E, Cobb, Jr., and M. Kathryn McCartha-Powers
Columbia
South Carolina
of the City of , State , their true and lawful Attomey(s)-in-FacL
each in their separate capacity if more than one is named above, to sign its name as surety to. and to execute, seal and acknowledge any and all bonds. undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons. guaranteeing the
peIformance of contracts and executing or guaranteeing bonds and undertaldngs required' or permitted in ~y actions or proceedings allowed by law,
. -.' -, .,' 3rd June
IN WITNESS WHEREOF, the Companies have caused this instrument to be signedand'seaied this" . day of
.... '\'/ - '~;~,"" ~\~
~, 'A Y
, '\-;Unitect States Fidelity and Guaranty Company
... . Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
2003
",'
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance-Company~.~.'
St. Paul Mercury Insurance C~mpany, . \ ':"
,', \~'
\ ,c'
. '. ....
.....
'\ ",!,
t...... \~..., ,~
."
<'S
@ 'IDER W. CARMAN. Vko P=;....,
~e.~
State of Maryland
City of Baltimore
THOMAS E. HUIBREGTSE, Assistant Secretary
On this 3M day of June 2003 . before me, l\1ej undersigned officer, personally appeared Peter W. Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secrehiry, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 1st day of July, 2006,
~t~.~,
REBECCA EASLEY-ONOKALA, NOlary' Public
86203 Rev. 7-2002 Printed in U.S.A.
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company. SI. Paul
Fire and Marine Insurance Company, SI. Paul Guardian lnsurance Company, SI. Paul Mercury Insurance Company. United States Fidelity and Guaranty Company,
Fidelity and Guaranty lnsurance Company. and Fidelity and Guaranty Insurance Underwriters. Inc. on September 2. 1998. which resolutions are now in full force and
effect. reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company. all bonds. undertakings. contracts and other instruments relating
to said business may be signed. executed. and acknowledged by persons or entities appointed as Allorney(s)-in-Fact pursuant to a Power of Allorney issued in
accordance with these resolutions. Said Power(s) of Allorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman. or the President. or any Vice President. or an Assistant Vice President. jointly with the Secretary or an Assistant Secretary.
under their respective designations. The signature of such officers may be engraved. printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Allorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company. and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly allached; and
RESOLVED FURTHER, that Allorney(s)-in-Fact shall have the power and authority, and. in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings. and other
writings obligatory in the nature thereof. and any such instrument executed by such Allorney(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company. St. Paul Fire and Marine Insurance Company. SI. Paul Guardian Insurance Company,
SI. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Allorney executed by said Companies, which is in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this 10th
day of September
, 2003
@ ~I ~":~~~.!::t:
.~ . ...
To verify the authenticity of this Power of Attorney, call1-800-421..3880ilnd ask for the Power of Attorney clerk. Please refer to the Power of Attorney number,
the above-named individuals and the details of the bond to whkh the power is attached.,' , '"
" : -'\
~
\.. ',.
"
. -'\ '
-.:'~.~ .~
\ ~
\ .' ~
( ,
-,
,>"
';.' . '
,'''.
'\ '
'~.>.,--
;~ 1
-
'~.. , .....,,~ ~
,
L~ "",..jI ~ ""'....
- -- ,.. : """:" -,. --- - p. ~ r'\ ~
'-~. .......... "./~ .."........\.; ....--
StAtui Surety
SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
SL Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company
SL Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company SL Paul Medical Liability Insurance Company
Bond No. SN 5203
RIDER CONTAINING
DISCLOSURE NOTICE OF TERRORISM COVERAGE
This disclosure notice is required by the Terrorism Risk Insurance Act of 2002 (the
"Act"). No action is required on your part. This Disclosure Notice is incorporated in
and a part of the attached bond, and is effective the date of the bond.
. '.
You should know that, effective November 26, 2002, any losses covered by the
attached bond that are caused by certified acts of terrorism would be partially
reimbursed by the United States under a formula established by the Act. Under this
formula, the United States reimburses 90% of covered terrorism losses exceeding
the statutorily established deductible paid by the insurance company providing the
coverage.
Under the Act, there is a cap on our liability to pay for covered terrorism losses if the
aggregate amount of insured losses under the Act exceeds $100,000,000,000 during
the applicable period for all insureds and all insurers combined. In that case, we will
not be liable for the payment of any amount which exceeds that aggregate amount of
$100,000,000,000.
The portion of your premium that is attributable to cdverage for acts of terrorism is
$0.00.
IMPORTANT NOTE: THE COST OF TERRORISM COVERAGE IS SUBJECT TO
CHANGE ON ANY BONDS THAT PREMIUM IS CHARGED ANNUALLY.
SECTION PB
PERFORMANCE BOND
(NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGES 7-8,
IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL,)
KNOW ALL MEN BY THESE PRESENTS:
That , as Principal, hereinafter called Contractor, and
, a corporation organized and existing under the laws of the State
of , with its principal office in the City of , State of
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta, Georgia, as Obligee,
hereinafter called the Owner, in the penal amount of Dollars ($
for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents for the
faithful performance of a certain written agreement.
WHEREAS, Contractor has by said written agreement dated entered into a
contract with Owner for the construction of Walkwav & General Repairs at Augusta Riverwalk,
Augusta, Georgia, in accordance with the specifications issued by the Richmond County Public
Works and Engineering Department, which contract is by reference made a part hereof, and is
hereinafter referred to as the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and
faithfully perform said CONTRACT, then this obligation shall be null and void; otherwise it shall
remain in full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner to be in default under the CONTRACT, the
Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the
default, or shall promptly
(1) Complete the CONTRACT in accordance with its terms and conditions, or,
(2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions,
and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects,
upon determination by the Owner and the Surety jointly of the lowest responsible bidder,
arrange for a contract between such bidder and Owner, and make available as Work
progresses (even though there should be a default 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,
Page 6 of 32
Any suit under this bond must be instituted before the expiration of two (2) years from the date on
which final payment under the CONTRACT falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than
the Owner named herein or the heirs, executors, administrators or successors of the Owner.
Signed and sealed this
day of
,2003.
Witness
(Seal)
(Contractor)
Attest
By
(Seal)
(Title)
Witness
(Seal)
(Surety)
Attest
By
(Seal)
(Title)
Note: Date of Bond must be prior to date of Contract. If Contractor is Partnership, all partners
should execute Bond.
Page 7 of 32
SECTION LMPB
LABOR AND MATERIAL PAYMENT BOND
(NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGES
5-6, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE
CONTRACT.)
KNOW ALL MEN BY THESE PRESENTS:
That , as Principal, hereinafter called Contractor, and
a corporation organized and existing under the laws of the State of , with its principal office
in the City of , State of , as Surety, hereinafter called Surety, are
held and firmly bound unto Augusta, Georgia, as Obligee, hereinafter called the Owner, for the use
and benefit of claimants as hereinbelow defined in the amount of Dollars ($
for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
WHEREAS, Contractor has, by written agreement dated .entered into a contract
with Owner for the construction of Walkwav & General Repairs at Augusta Riverwalk. in
accordance with specifications issued by the Richmond County, Department of Public Works and
Engineering, which contract is by reference made a part hereof, and is hereinafter referred to as
the CONTRACT.
NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly
make payment to all claimants as hereinafter defined, for all labor and material used or reasonably
required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise
it shall remain in full force and effect, subject, however, to the following conditions:
(1.) A claimant is defined as one having a direct contract with the Contractor or with a
subcontractor of the Contractor for labor, material, or both, used or reasonably required for
use in the performance of the contract, labor and material being construed as to include
that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of
equipment directly applicable to the CONTRACT,
(2) The above named Contractor and Surety hereby jointly and severally agree with the Owner
that every claimant as herein defined, who has not been paid in full before the expiration
of a period of ninety (90) days after the date on which the last of such claimant's work or
labor was done or performed, or materials were furnished by such claimant, may sue on
this bond for the use of such claimant, prosecute the suit to final judgement for such sum
or sums as may be justly due claimant, and have execution thereon, The Owner shall not
be liable for the payment of any costs or expenses of any such suit.
(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
8
the Surety above named, within ninety (90) days after such claimant did or
performed the last of the work or labor, or furnished the last of the materials for
which said claim is made, stating with substantial accuracy the amount claimed and
the name of the party to whom the materials were furnished, or for whom the work
or labor was done or performed. Such notice shall be served by mailing the same
by registered mail or certified mail, postage prepaid, in an envelope addressed to
the Contractor, Owner or Surety, at any place where an office regularly maintained
for the transaction of business, or served in any manner in which legal process may
be served in the state in which the aforesaid project is located, save that such
service need not be made by a public officer.
(b) After the expiration of one (1) year following the date on which Contractor ceased
work on said CONTRACT, it being understood, however, that if any limitation
embodied in this bond is prohibited by any law controlling the construction hereof,
such limitation shall be deemed to be amended so as to be equal to the minimum
period of limitation permitted by such law.
(c) Other than in a state court of competent jurisdiction in and for the county or other
political subdivision of the state in which the project, or any part thereof, is situated,
or in the United States District Court for the district in which the project, or any part
thereof, is situated, and not elsewhere.
(4) The amount of this bond shall be reduced by and to the extent of any payment or payments
made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which
may be filed of record against said improvement, whether or not claim for the amount of
such lien be presented under and against this bond,
Signed and sealed this
day of
,2003.
Witness
(Contractor)
(Seal)
Attest
By
(Seal)
(Title)
Witness
(Surety)
(Seal)
Attest
By
(Seal)
(Title)
Note: Date of Bond must be prior to date of Contract. If Contractor is Partnership, all partners
should execute Bond.
9
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned , the authorized and acting legal
representative of Augusta, Georgia, do hereby certify as follows:
I have examined the attached Contract(s) and Surety Bonds, and the manner of execution
thereof, and I am of the opinion that each of the aforesaid agreements has been duly
executed by the proper parties thereto acting through their duly authorized representatives;
that said representatives have full power and authority to execute said agreements on
behalf of the respective parties named thereon; and that the foregoing agreements
constitute valid and legally binding obligations upon the parties executing the same in
accordance with the terms, conditions and provisions thereof.
James B. Wall, Attorney
Augusta, Georgia
DATE:
10
SECTION NP
NOTICE TO PROCEED
TO: Advance Outdoor Services
DATE:
300 Latonea Drive
Columbia,SC 29210
PROJECT: Walkway & General Repairs at Augusta Riverwalk
You are hereby notified to commence work in accordance with the Agreement dated _
, 2003, within Fifteen (15) calendar days following
this date, the date first written above, Construction submittals are to be completed not later
than , 2003. The date set for completion of all work is March
5, 2004.
BY:
Richard M. Acree, Jr., Assistant Director
Augusta Public Works and Engineering Department
Facilities Management Division
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged on this _day of
2003.
BY:
TITLE:
11
SECTION GC
GENERAL CONDITIONS
Section
GC-01
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
G C-34
GC-35
GC-36
GC-37
INDEX TO ARTICLES OF GENERAL CONDITIONS
Definitions
Additional Instructions and Detail Drawings
Schedules, Reports and Records
Drawings and Specifications
Shop Drawings
Materials, Services and Facilities
Inspection and Testing
Substitutions
Patents
Surveys, Permits and Regulations
Protection of Work, Property and Persons
Supervision by Contractor
Changes in the Work
Changes in Contract Price
Time for Completion and Liquidated Damages
Correction of Work
Subsurface Conditions
Suspension of Work, Termination and Delay
Payments to Contractor
Acceptance of Final Payment as Release
Insurance
Contract Security
Assignments
Indemnification
Separate Contracts
Subcontracting
Engineer's Authority
Land and Rights-of-Way
Guarantee
Taxes
Work Adjacent to Railway or Other Property
Order and Discipline
Warning Devices and Signs
Special Restrictions
As-Built Drawings
Allowances
Disposals
13
15
15
15
16
16
16
17
17
18
18
19
19
19
19
20
21
21
22
24
24
25
25
26
26
26
27
27
27
27
28
28
28
28
28
28
28
Page
12
GC-01. DEFINITIONS:
Wherever used in the Contract Documents, the following terms shall have 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 the work.
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 of the Contract Documents or authorizing an
adjustment in the contract price or contract time.
6. CONTRACT DOCUMENTS: The contract including Request for Proposals, Advertisement for
Bids, Information for Bidders, Original Proposal and Statement of Qualifications,
Supplemental 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 TIME: 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, For
purposes of this contract, the Assistant Director of Public Works, Facilities
Management Division or his designated representative shall act as the
Engineer,
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.
13
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 provided in the Contract Documents.
18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the 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 having 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.
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: Written notice to any party of the Agreement relative to any part of this
Agreement. Said Notice is considered delivered and the service thereof completed,
when posted by certified or registered mail to the said party at his last given address I
or delivered in person to said party or his authorized representative on the work. .
14
GC-02.
ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS:
1. The Contractor may be furnished additional instructions or 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 Documents.
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 respective 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 Contract Documents is to describe the scope of work for which the Contractor shall
furnish all labor, materials, tools, equipment and transportation necessary for the proper execution.
All work is to be in accordance with the Contract Documents and all incidental work necessary to
complete the project in an acceptable manner, ready for use, occupancy or operation by the Owner
is to be included,
2, In case of conflict between any drawings and specifications, the specifications shall govern. Figure
dimensions on drawings shall govern over general drawings,
3. Any discrepancies, inconsistencies, or ambiguities found between the Contract Documents and site
conditions 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 discovery 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 if described in
both these ways, Should any work or material be required which is not detailed in the specifications
or drawings, either directiy or indirectly, but which is nevertheless 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 if they were 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 of the work, the conformation of the ground, the character, quality and quantity
of the materials to be encountered, the character of equipment and facilities needed preliminary to
15
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 verbal agreement or conversation with any
officer, agent or employee of the Owner, either before or after the execution of this contract, shall
affect or modify any of the terms or obligations herein contained,
GC-05.
SHOP DRAWINGS:
1. The Contractor shall provide shop drawings and product data for all components as may be
necessary for the prosecution of the work as required by the Contract Documents. The Engineer shall
promptly review all shop drawings. The Engineer's approval of any shop drawings shall not release
the Contractor from responsibility for deviations from the Contract Documents. The approval of any
shop drawing that deviates substantially from the requirement of the Contract Documents shall be
evidenced by a Change Order.
2. When submitted for the Engineer's review, shop drawings shall bear the Contractor's certification that
he has reviewed, checked and approved the shop drawings and that they are in conformance with
the requirements of the Contract Documents,
3. Portions of the work that require shop drawing or sample submission shall not begin until the shop
drawing or submission has been approved 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
available to the Engineer.
GC-06.
MATERIALS. SERVICES AND FACILITIES:
1. It is understood that, except as otherwise specifically stated in the Contract Documents, the
Contractor shall provide and pay for all materials, labor, tools, equipment, transportation, supervision,
temporary construction of any nature and all other services and facilities of any nature 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
or 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.
GC-07.
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 provided,
3, The Owner shall provide all other inspection and testing services required by the Contract Documents.
16
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 of readiness, 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 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 of the 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 covered 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 make available 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 defective, 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.
GC-08.
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-09.
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 Owner harmless from loss on account thereof
17
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 gives such information to the Engineer.
GC-10.
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 adjacent to the work as
shown in the Contract Documents. From the information provided by the Owner, unless otherwise
specified in the Contract Documents, the Contractor shall develop 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 necessary for the prosecution of the work shall be secured and paid for by the
Contractor. The Contractor shall give all notices and comply with all laws, ordinances, rules and
regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that
the Contract Documents are at variance therewith, he shall promptly notify the Engineer in writing and
any necessary changes shall be adjusted as provided in Section GC-13, Changes in the Work.
GC-11.
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 off the site or other property at the site or adjacent
thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not
designated for removal, relocation or replacement in the course of construction.
2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any
public body having 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
properties when prosecution of the work may affect them. The Contractor will remedy 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 employed by any of them or anyone for whose acts any
of them are liable, except damage or loss attributable to the fault of the 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 of them may be liable and not attributable, directly or indirectly, in whole or in part,
to the fault or negligence of the Contractor.
3. In'emergencies 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 deviations 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.
18
GC-12.
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 representative at the site. The supervisor shall have 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 of the work.
GC-13.
CHANGES IN THE WORK:
1. The Owner may at any time as the need arises, order changes within the scope of the work without
invalidating the Agreement. 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 believes that such field order entitles him to a change in the contract
price or time or both, in which event 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.
GC-14.
CHANGES IN CONTRACT PRICE:
1. The contract price may be changed only by a change order. The value of any work covered 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 previously approved.
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.
GC-15.
TIME FOR COMPLETION AND LIQUIDATED DAMAGES:
1. The work to be performed under this Contract shall be commenced within ~ Calendar days after the
date of written notice by the Owner to the Contractor to proceed.
2. Submittal Documents must be completed not later than September 5. 2003. All work shall be
completed not later than March 5. 2004 with such extensions of time as are provided for in the
General Conditions.
19
3. It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the
date of beginning, rate of progress and time for completion of the work to be done hereunder are
ESSENTIAL CONDITIONS of this Contract.
4. Contractor agrees that said work shall be executed 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 completion
of the work described herein is a reasonable time for completion of the same, taking into
consideration the average climatic range and construction conditions prevailing at this locality.
5. IF THE CONTRACTOR SHALL NEGLECT, FAIL OR REFUSE TO COMPLETE THE WORK WITHIN
THE TIME HEREIN SPECIFIED, then the contractor does hereby agree, as a part of the
consideration for awarding of this contract, to pay the Owner the sum of Two Hundred Dollars ($ 200),
not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for
each and every calendar day that the Contractor shall be in default after the time stipulated in the
Contract for completing the Work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner because
of the impracticality 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
specification wherein a definite portion and certain length of time is fixed for each activity. Should
additional time for the completion of the work be granted for reasons outlined in item GC-17.6 below,
the new time limit, fixed by extension, shall be the essence of this contract.
6. 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.
6.1
To any preference, priority or allocation order duly issued by the Owner.
6.2
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, quarantine restrictions, strikes, freight embargoes and abnormal and
unforeseeable weather; and
6.3
To any delays of subcontractors occasioned by any of the causes specified in Paragraphs
6.1 and 6.2 of this Article.
GC-16.
CORRECTION OF WORK:
1. The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure
to comply with the Contract Documents, wheth~r 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 rejected 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.
20
3. Any omissions or failure on the part of the Engineer to disapprove 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
thereof the same may 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 have the power and is hereby authorized to make an
equitable deduction from the stipulated price.
GC-17.
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 the required written notice; provided that the Owner may, if he
determines the facts so justify, consider and adjust any such claims asserted before the date of final
payment.
3. Contractor shall verify location of underground utilities prior to commencement of any excavation or
trenching activities.
GC-18.
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 time 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
if he 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 if he repeatedly fails to make prompt payments to subcontractors or for labor, materials
or equipment or if he disregards laws, ordinances, rules, regulations or orders of any public body
having jurisdiction of the work or if he 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 if he I
otherwise violates any provision of the 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. If the
21
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 removed from
the job site. In the event such equipment is removed 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 Owner due the Contractor will not release the Contractor
from compliance with the Contract Documents.
5. After ten (10) days from delivery of a written notice to the Contractor and the Engineer, the Owner,
may, without cause and 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 if the 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 of the 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
of the contract time or both, shall be made by Change Order to compensate the Contractor for the
costs and delays necessarily caused by the failure of the Owner or the Engineer.
GC-19.
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 covering 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 I
will establish the Owner's title to the material and equipment and protect his interest therein, including
applicable insurance. The Engineer will, within ten (10) days after receipt of each partial payment
estimate, either indicate in writing his approval of payment and present the partial payment estimate I
to the Owner, or retum the partial payment estimate to the Contractor indicating in writing his reasons
for refusing to approve payment. In the latter case, the Contractor may make the necessary
corrections and resubmit the partial payment estimate. The Owner will, within thirty (30) days of
22
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 of
the amount of each payment until final completion and acceptance of all work covered by the Contract
Documents. The Owner at any time, however, after fifty (50%) percent of the work has been
completed, if he finds that satisfactory progress is being made, shall reduce the retained percentage
to five (5%) percent on the current and remaining estimates. 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 and insured either at or near the site.
3. All work covered by partial payment shall thereupon become the sole property of the Owner, but this
provision shall not be construed as relieving the Contractor of the sole responsibility for the care and
protection of the work, material and equipment upon which payments have been made or the
restoration of any damaged work, or as a waiver of the right of the 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 saving
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, fumish satisfactory evidence that all obligations of the
nature designated above have been paid, discharged, or waived. If the Contractor fails to do so, the
Owner may, after having 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.
5. If the Owner fails to make payment 30 days after approval by the Engineer, in addition to other
remedies available 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 received by the Contractor.
6. This Agreement is intended by the Parties to, and does, supersede any and all provisions of the
Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this
Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement I
shall control. . .
7. 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 I
Richmond Count, Georgia. The Contractor, by executing this Agreement, specifically consents to I
venue in Richmond County and waives any right to contest the venue in the Superior Court of
Richmond County, Georgia.
23
8.
Notwithstanding any provision of the law to the contrary, the parties agree that no interest shall be
due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically
waives any claim to same.
GC-20.
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 of this 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.
GC-21.
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 employee 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 of tangible 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 coverage afforded
under the policies will not be cancelled unless at least fifteen (15) days prior written notice has been
given to the Owner.
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, and all claims for destruction of or damage to property, arising out of or in
connection with any operations under the Contract Documents, whether such operations be
by himself or by any Subcontractor under him or anyone directly or indirectly employed by
the Contractor or by a Subcontractor under him. Insurance shall be written with a limit of
liability of not less than $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
24
limit of liability of not less than $200,000 for any such damage sustained by two or more
persons in anyone accident.
3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage
insurance upon the Project to the full insurable value 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 Project.
4. The Contractor shall procure and maintain, at his own expense, during the life of the Contract, in
accordance with the provisions of the laws of the state in which the work is performed, Workman's
Compensation Insurance, including occupational disease provisions, for all of his employees at the
site of the project and in case any work is sublet, the Contractor shall require such Subcontractor
similarly to provide 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 One Million Dollars ($1,000,000.00). 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 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.
GC-22.
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, covenants, 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 of the 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.
GC-23.
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.
25
GC -24.
INDEMNIFICATION:
1. The Contractor will indemnify and hold harmless the Owner 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, provided that any such claim, damage,
loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or 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 of them or anyone for whose acts any of them 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 employee benefits acts.
3. The obligation of the Contractor under this paragraph shall not extend to the liability of the Engineer,
his agents or employees arising out of the preparation or approval of maps, drawings, opinions,
reports, surveys, change orders, design or specifications.
GC-25.
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 Project by himself or he may let other contracts
containing provisions 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 make a claim therefor as provided in Sections GC-13 and
GC-14.
GC-26. .
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 of the Owner.
26
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 provisions to be inserted in all subcontracts relative to the
work to bind the Subcontractors to the Contractor by the terms of the 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.
GC-27.
ENGINEER'S AUTHORITY:
1. The Engineer shall act as the Owner's representative 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 visits 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 of the 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 of the Contract Documents.
GC-28. LAND AND RIGHTS-OF-WAY:
1. The Owner shall provide the Contractor information which delineates and describes the land
owned and right-of-way acquired.The Contractor shall provide at his own expense and without
liability to the Owner any additional land or building and access thereto that the Contractor may
desire for temporary construction facilities, or for storage of materials.
GC-29. WARANTY:
1. The contractor shall provide a warranty on all work, materials and equipment incorporated into this
project. The period shall not be less than one (1) year from the date of completion and shall warrant
against defective material, parts and workmanship.
GC-30.
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.
27
GC-31.
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.
GC-32.
ORDER AND DISCIPLINE:
1. The Contractor shall at all times enforce strict discipline and good order among his employees and
any employee of the 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 Engineer and he shall not again be employed on the workout with
the Engineer's written consent.
GC-33.
WARNING DEVICES AND SIGNS:
1. The Contractor shall furnish, erect, paint and maintain appropriate warning devices in and around any
construction area(s). .
GC-34.
SPECIAL RESTRICTIONS:
1. Construction activities shall be coordinated with Riverwalk Special Events to minimize disruption of
programs that occur along Riverwalk.
GC-35.
AS-BUILT DRAWINGS:
1. The contractor shall maintain a set of as-built Drawings in the construction trailer or office, as
applicable. All deviations or important measurements shall be recorded on the as-builts daily.
Measurements should be made form visible surface objects such as manholes, fire hydrants, valves,
property corners, fence corners, etc. Measurements shall locate underground and surface objects
by two measurements as stated above. These measurements should be to the nearest tenth of a foot.
Three sets will be provided at the contractor's expense, one set must be the originals drawn in red
ink while the remainder may be copies. Each shall be clearly marked on the first sheet in one inch
high letters "As-Built Drawings".
GC-36.
ALLOWANCES:
1. There are no allowances used in this contract.
GC-37 DISPOSALS:
1 . Prior to any material from this project being wasted or otherwise disposed of outside the project limits ,
the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner I
(or his authorized agent) describing the estimated amount and type of material to be placed on said
property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to
be wasted on the property, a copy of the owner's inert landfill permit, issued by the Environmental
Protection Division shall be furnished to the Engineer prior to any such waste being removed from
the project.
2. In all cases, regardless of the material being wasted, a grading permit issued by Augusta Richmond
County must be furnished to the Engineer.
28
SECTION SGC
INDEX TO SUPPLEMENTAL GENERAL CONDITIONS
SECTION
TITLE
SGC-01.
Contractor's Breakdown of Lump Sum Payment Items
SGC-02
Prior Use By Owner
SGC-03
Cleaning Up
SGC-04
Maintenance of Traffic
SGC-05
Maintenance of Access
SGC-06
Erosion Control and Restoration of Property
SGC-07
Safety and Health Regulations
SGC-08
Pre-Construction Conference
SGC-09
Settlement of Disputes
SGC-10.
Open Records Act
29
SECTION SGC
SUPPLEMENTAL GENERAL CONDITIONS
SGC-01.
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 design, equipment,
material and labor comprising the total work included under any of the lump sum items shown in the proposal.
These estimates as approved will serve as the basis for estimating of payments due on all progress estimates.
SGC-02.
PRIOR USE BY OWNER:
Prior to completion of the work, the Owner may take over the operation and/or use of the incomplete project
or portions thereof. Such prior use of the 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.
SGC-03.
CLEAN-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. Periodic cleaning will be scheduled by a representative of the owner.
SGC-04.
MAINTENANCE OF TRAFFIC:
In any work within the public right-of-way, the Contractor shall provide 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 driveways will be kept open and clear at all
times except as provided below. The Contractor shall not block traffic on any street more than 30 minutes or
without written permission from such agency. Before leaving 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. Detours
and traffic controls are to be reviewed by Traffic Engineering before implementation.
SGC-05.
MAINTENANCE OF ACCESS:
The Contractor will be required to maintain access to the establishment during all times it is normally open for
business. Bridges across open trenches and work areas will be required to provide vehicular 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, however, plan and pursue his operations so as to minimize the time that direct entrance is
blocked.
SGC-06.
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. This work should included protective I
measures in places before land disturbing activities begin in accordance with Federal, State and Local I
Ordinances covering soil erosion and siltation prevention. Any areas disturbed during the course of
construction shall be restored to a condition equal or better than the original condition.
30
SGC-07.
SAFETY AND HEALTH REGULATIONS:
The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction
promulgated under the Occupational, Health and Safety Act of 1970 (PL31-596) and under Section 107 of the
Contract Work Hours and Safety Standards Act (PL91-54).
SGC-08.
PRE-CONSTRUCTION CONFERENCE:
A pre-construction conference may 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.
SGC-09.
SETTLEMENT OF DISPUTES:
This Agreement shall be governed by and construed in accordance with the laws of the State of Georgia,
U.S.A. All claims, disputes and other matters in question between Licensee and Icon Software Corporation
arising out of, or relating to, this Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. Contractor, by executing this Agreement, specifically consents to venue and
jurisdiction in Richmond County, Georgia and waives any right to contest jurisdiction and venue in said Court.
SGC-10.
OPEN RECORDS ACT:
Contractor acknowledges that this Agreement and certain documentation may be subject to the Georgia Open
Records Act (O.C.G.A. S 50-18-70, et seq. Contractor shall cooperate fully in responding to such request and
shall make all records, not exempt, available for inspection and copying as required by law.
31
SPECIAL CONDITIONS
SC-01.
LICENSE:
The successful bidder shall have a current Business license during the term of this contract. The license shall
be purchased form the Business License and Enforcement Department.
SC-02.
COORDINATION OF WORK:
The Contractor shall coordinate his work with the Engineer. All construction shall be in accordance with the
contract documents.
SC-03.
OPERATION AND STORAGE AREAS:
All operations of the Contractor (including storage of material) shall be confined to areas authorized and
approved by the Engineer.
SC-04.
PRESERVATION OF EXISTING VEGETATION:
The Contractor will preserve and protect existing vegetation such as trees, shrubs and grass on or adjacent
to the site which do not unreasonably interfere with the construction as may be determined by the Engineer.
SC-05.
CLEAN-UP:
The Contractor shall keep the premises free from the accumulation of waste material and rubbish. Upon
completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from
the premises all rubbish and surplus materials to the satisfaction of the Engineer.
SC-06.
MODIFICATIONS TO SCOPE:
None
32
-..-....------- ------------~----- -- ------ ----_._+
EXHIBIT I
AUGUSTA-RICHMOND COUNTY COMMISSION
REQUEST FOR BID #03-080
FORM OF PROPOSAL
PROJECT NAME Oo1l::I&',! {;{/iuJi ~ If? O~''G~ f\'-'-1kJJl
CLOSING DATE &/c2t.r /03
I I
CLOSING TIME
~3r-
ACKNOWLEDGE ADDENDA: 1. .&tv 2.~ 3.~ 4.
(Initial for each Addendum Received)
-----------------------------------------------------------------------
-----------------------------------------------------------------------
SECTION I - PROPOSAL
Name of Firm 4c1vA~Ge. (lMill(" ;Se~v I ces
Address 3DO /..-o:ic'l)..,u./ blZi'vL , CIJ!f.A....rA.b;A- $"C- Zip .;;::L,S~tO
,
Phone P(JJ- /jq2-~518/ Date Established .J'"uIJ /9'2"2
Names of Principal Owners and Specifics on Related Experience, and Qualifications of the
firm. (Attach additional sheets if more space is required).
1 . 'b; J::Jnr>e- {;? f. )..;rt ~ / tn '20 () W ~
/8 iec..w (!of\S1~ ;<-,...... H~~
/'jCj1 c"/"a.d(6.-LI ~(~~ z;,(.f~.r<',.-f d^f/-,'.f.r!/~
/Y)eCh(L....:.cJ! ~ Z:c1.ttL.Jc:r-ry/'
2.
3.
18 of 22
C:\Documenls and Setlings\pm9818\My Documenlslbid ilems\Riverwalk Repairs - RFP.doc
4. References
A.
:LJ-J.~ G:t)f - S;<.wLv-/ ~-i
I-c~.v- ~c..Y\+(.)u..) ~d;J'
7/;~ k~/Oc; - 7A~ !Gel/o; ~/J
Bdes 1-&c.J~ du1;c.-uJ 11?~'(ji/o-~V)
.Ji rn g~ frU/l'- ~ J; ...J...j .. fl.) Co ri'u,{t.~
~A--{,ljevJ 7:./L.I"l/S Ck ;4 a~.--
'7011-5<14- "JDS'D
B.
YtJ3 - '799- &4d-O
c.
)/03- /j'Pt -- 179/
SECTION II - PRICING
LUMP SUM PRICING:
DWQ Index #: Description:
4 Replace granite at "View of Augusta Marker
7 Masonry Repair at steps
8 Masonry repair at "Value Bank" marker
19 Construct base for trash receptacle, to match existing, at sections 68/69
22 Repair Drinking fountain base
24 Masonry repair at steps and walk
26 Repair masonry base at Navigation Marker
31 Replace copings and masonry repair at planter
34 Repair/Reconstruct planter
40 Update of markers at Founders Overlook
47 Repair/Replace pavers - Section 111 (granite is covered in unit cost section)
53 Construct base for trash receptacle, to match existing, at sections 127/128
56 Replaced damaged coping on the "Great Fire" historical marker
71 Repair damaged masonry and pavers at ADA ramp
19 of 22
C:\Documents and Settings\pm9818\My Documents\bid items\Riverwalk Repairs. RFP.doc
Lump Sum Cost
$ LjgS-
$ 3~.s
$ ..3 -10
$ r.!.>-46-
$ 54s
$ S8s
$ /f.t;~O
$ r;S6
$ ~32l)
$ ~~.r-
$ {y:;,~
$ S4/s
$ 3&-0
$ 7/1
73,74,75 Replace/Repair all loose or damaged masonry work at Amphitheater $ tJdlO
76 Replace five light pole bases $ c;< (p G:D
81 Replace/Repair damaged pavers at sections 171 through 174 $ 3/LvO
82 Repair/Replace pavers - Section 174 (granite is covered in unit cost section) $ Lj /'{
91 Repair brick wall and rowlock $ 1/-;<5
95 Replace/Repair damaged masonry at weather station $ 1-~{
97 Repair pavers at Trading Trail marker $ 3/6-V
TOTAL FOR LUMP SUM ITEMS $ ~0 Lt 40. Vll
UNIT PRICE ITEMS:
Item: Quantity Unit Cost (ea):
Granite Edging (installed) 77 $ 3 l.e (p
Granite Dividers (installed) 55 $ -4'2~
Engraved Dividers (installed) 3 $ 5.;;J,u
Flag Pole Sase 3 $ 3~D
6" Diameter removable pipe bollards 6 $ q~5-
TOTAL FOR UNIT PRICE ITEMS $
Total:
$ /)~, J B :J,
$ . ';</'f, J f.I D
$ /5' tRO
$ 9f.tu
$ 55"S-0
W ~/d.. v0
GRAND TOTAL (LUMP SUM +UNIT PRICE)
$
q/), OS;L (/L7
20 of 22
C:\Documents and Set1ings\pm9818\My Documents\bid items\Riverwalk Repairs - RFP.doc
REQUEST FOR BIDS
Walkway and General Repairs at Augusta RiverwaJk
\
!
!
j
FOR
AUGUST-A-RICHMOND COUNTY COMMISSION
Request for Bids Number: 03-080
SUBMIT TO:
AUGUSTA PURCHASING OEPARTMENT
DIRECTOR o~ PURCMAStNG
530 GREENE STREET, ROOM 605
AUGUSTA GA 30911
BiDS DUE:
DATE: Wednesday, May 21,2003
TIME: 3:00 p.m.
1 of 22
C:\Documents and Settlngs'Pm9!l18\My Oocuments\bjd items\Rive1Walk Repairs - RFP .doc
.lo'
(;j
r-E
..
~
Ss.l
ti
S?S;
'-J ;:s
-v-i< o'
N@)", E
Y.l -.. ~ ci.
60
.~~C
<<i? ..
c..UM
1l) ._=~
~:o~)
- ~<""
e(l..~
o'i1tt:.....
CQ e; .- !:'l
9' 1l) ao<7\
(")000
9~{C::: .;
~ '"-'--0
E ::>> ^ 1l)
~':: ~
~ ;> t/) .
~:.'!1 ~5
~'~~5
INVITATION TO BID
Sealed Bids will be received at this office until 3:00 p.m. Wednesday, May 21,2003
FOR FURNISHING:
BID ITEM #03-080 Walkway and General Repairs @ August;) lliv.envalk for Public W~rks
Department.
Bids will be received by: The City of Augusta Commission hereinafter referred to as the
OWNER ~t tbe offices of:
Geri A. Sams
The City of Augusta Purchasing Department
530 Greene Street - Ri}{JID 665
Augns~ GeorgiE 30911
It is the wisb of the Owner tWlt minQrity businr.ssfs are given the opportunity to bid on the
various parts oftbe work. This desire on the part of the Owner is not intended to restrict or
limit competitive bidding or to mcrease tbe cost of the work. The Owner supports a beaitby
free market system that seeks to include responsible businesses and provide ample opportunity
for bU$iness growth and development.
Bid packag;;s may be obtained at the City of Augusta Purchasing Department at the address
listed above. A nonrefundable deposit of $25.00 is required for each set of documents.
A Pre-Bid Conference wUl be conducted at 3:00 p.m. on Wednesday, May 7, 2003 in the
Conference Room Qf tbe Purchasing Department, Room 605,
No bid may I:n! witbdrawn for a period of 60 days after time bas been caiied 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% pe.ri'oTJrulDc.e bond.and.a 100% payment oond will be
required for award.
The Owners resenres the right to reject any or all bids and to waive technicalities and
In.forID.alities, Please mark Bid Item Number ~n the .outside .of tM envelope.
Bidders are cautioned that sequestration of bidding documents through .any source other than
the office of the Purchasing Department is Dot advisable. Acquisition of bidding documents
from ullauth~rized source.s placed the bidder at tM risk ()f r~iving rneomplete ()f" inaccurate
information upon which to base his proposal.
Specifications may be obtained at the City of Augusta Purchasing Department.
/
YOU MUST SUBMIT 2(TWO) MARKED SIGNED ORIGINALS OF YOUR BID AND
2.(TWO) COPIES. Please mark Bid Item Number on the outside of the envelope.
GERi A. SAMS, PurchaSing Director
Publish:
Augusta Chronicle
Metro CJJurier
-April 3, 17,24, May 1,2003
- Aprillii, 2003
ec~
Walter Hornsby
T~r~~~ Smith
Rick Acree
- Cit)r of Augusta Equal Opportunity
City of AugustE Public Works
City of Augusta Public \Vorks
TABLE OF CONTENTS
SECTION I
Request for Bids
SECTION"
Scope of Servlces
SECTION III
Specifications
SECTION IV
Pre-bid Conf~rence
Indemnification and Insurance
EXHIBIT!
Standard Form of Proposal
2 of 22
C:\DocUmenlS and Settings"lpm9B18\My OOcumentslbid items\Riverwalk Repairs. RFP.doc
SECTION t
REQUEST FOR BIDS:
BID ITEM #03-08Q WALKWAY AND GENERAL REPAIRS AT AUGUSTA
RIVERWALK
SEALED BIDS will be received until 3:00 p.m. on Wednesday, May 21,2003 by the City of
Augusta CommissionJ hereinafter referred to as the OWNE~ at the offices of:
Ger; A. Sams
The City of Augusta Purchasing Department
530 Greene Street - Room 605
Augusta, Georgia 30911
A Pre-Bid Conference win be conducted at 3:00 p,m. on Wednesday, May 7,2003 at the
Conference Room of the Purchasing Department, Room 605.
It is the wish of the Owner that minority businesses are given the opportunity to bid on the items specified in
this request. ThiS desire on the part .of the Owner is not intended to restrict or limit competitiv.e bidding or to
increase the cost of the product. The Owner supports a healthy free market system that seeks to include
respcmsibie businesses and provide ample opportunity for business growth and development.
BID Packages may be obtaineo at the City of Au.gusta Purchasing Department at the address listerl .abolle, A
nonrefundable deposit of $25 is required for each set of documents.
Bidders are cautioned that sequestration of BID documents through any source other than the office of the
Purchasing DepaitJneJJt is not advisable. Acquisition of bidding documents from unauthorized sources placed
the bidder at the risk of receiving incomplete or inaccurate information upon which to base their proposal.
All firms responding are cautioned to read this Request for Bids carefully for understanding and request
clarification ITom Augusta on any questions pertaining to this requ~$t. Questions should be directed to Geri
Sams, Director of Purchasing, and must be in writing. Questions discussed with other employees of Augusta
Richmond County, or in any other manner will not be considered binding in consideration of this bid.
Failur€ to provide all of the requested information may cause the proJ;osai to be rejected a$ non-responsive,
Interested and qualified firm(s) and/or party(ies) are requested to make a response to accompiish the Scope
of Services described herein. The response is fo be signed by a duly authorized official of the firm and must
be submitted in the time, marmer and form prescribe}!. All interested firms are requireo to meet Federal,
State and local Equal Employment Opportunity (EEO) laws and regUlations.
If an award of contract is awarded as a result of thi~ solicitation, contract wm be made on the basis of the.
response which best satisfies the intent of this Request and other factors considered in the best interest of
the Owner. The Owner proposes that, if a contract is entered into for services, the contract will be a fixecl-
price contract, however, unit cost for selected items will be required should the Owner elect to alterthe scope
of the work. The Owner may consider professional qualifications and related experience to determine Which
proposal would be in O\..\,ner's best intsrost if a contract were made. '
The Owner reserves the right to consider proposals or modification thereof received at any time before the
3 of 22
C:\Documents and Settlngs'Prn9818\My Oocuments\bid itemsIRiverwalk Repairs - RFP .doc
awar.d is made. if such action is in the interest of the Owner
The Owner reserves the right to reject any or all proposals received as the result of this request The Owner
also maintains the right to negotiate with any firm, as necessary, to serve the best interests of Owner. The
Owner f.urther reserves the right to reject any or all BIDS and to waive technicalities and informalities.
The Owner will not be liable far any costs incurred by any firm prior to the signing of a contract.
To be considered, firms must submit a response using the attached form of proposal. The response must
arrive at the Purchasing Department offices, located at 530 Greene Street, Suite 605, Augusta, GA 30911,
by 3;00 p.m" Eastern Tune, .on Wednesday. May 21. 2003. They should be marked to the attention -of Geri
Sams, Director of Purchasing.
An official authorized to bind the firm to the terms and provisions of the proposal must sign the proposal. For
a proposal to .be considered it must remain vaUd far at least 60 days from the time that the Owner receives it
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 hond will required for award.
The Owner will evaluate .all proposals recejved with respect to .evidence that the goals and objectives of the
project are fully understood. The firm's demonstrated technical capability, other qualifications and current
wo.rkload, as descrjbed herein may also be assessed. The Owner wm then make their recommendation to
the Augusta-Richmond County Commission for their consideration and final approval.
YOU MUST SUBMIT 2 (TWO) MARKED AND SIGNED ORIGINALS OF YOUR BID AND 2 ('TWO) COPIES.
Please mark BJD Jtem Number on the outside of the envelope.
GERI A. SAMS, Purchasing Director
Publish:
Augusta Chronicle
Metro Courier
Apri/3, 17, 24,May 1,2003
Apri116. 2003
cc;
Walter Hornsby
Teresa Smith
Augusta, Geo.rgja. Equal Oppo.rtu.nlty
Augusta, Georgia Public Works
4 of 22
.C:\Oocuments aM senlngs\pm9S18\My DOCUmentslbid itemsIRiverwalk Repairs. RFP,doc
SECTION II
SCOPE OF SERVICES:
Program Summary:
The project consists of repairs to masonry walls, steps, markers and walkways, including replacement where.
mquired, at the Augusfa Riverwalk.
Sc-ope of Work:
The contract is to repair and replace elements of the walkway, planters, historic and informational markers at
the Augusta Rive~'.!a!k. V'Jork shall includs, but not 00 limited to:
~ genera! masonry repairs
)> repair or replacement of damaged or broken granite edging and dividers along the walkway
};. repair or replacement Of damaged or broken engraved granite dividers/mar"ers along the
walkway -
}>- repair of erosion damage to footings at brick plaqoos and planters
}> replacement of outdated historical markers
~ replacement of damaged br'i.c.l( pavers
)> levefing of settled sections of walkway .
Work is to be bid with some items as lump sum and some as unit cost as shown on the form of proposal.
Una pricing for selected iterrls is noted on the form of proposal. Fina! paYm€nt will be based on actual worl<
performed.
Contract documents include this BID Package, Sheets 1-7 indicating the locations of items to be
r~p~jred!rep!~ced. and an index to the drawing notes describing the work at each location.
-5 i:)f 22
C:\Documents and Settingslpm9818\My Documents\bld items\Riverwalk Repairs - RFP.doc
SECTIOf'~ IH
$PECIFICA TiONS:
seCTiON 02782 - BRiCK PAViNG
PART 1 GENERAL
1.01 REFERENCES
A. Standards:
1. MO.rtar: ASTM C 270, except.as otherwise specified.
2. Grout: ASTM C 476.
1.02 SUBMITTALS
A. Product Data;
1. Brick pavers: Manufacturer's standard product literature including installation
instructions
2. Portland Cement: Brand and' manufacturer's name.
3. Masonry Cement Brand and manufactur.er's name.
4. Lime: Brand and manufacturer's name.
5. Sand(s): Location of pJt., name of owner, and previous test data.
6. Color Pigments: Brand and manufacturer's name.
7, Grout Release Agent Brand and manufacturer's n.am.e.
8. Grout Admixture: Brand and manufacturer's name.
S, Product Samples:
1. Prick Pavers: Submit samples sufficient to show the full range of colors to verify a
proper color match.
2. Mortar and Grout: Submit samples sufficient to show the full range of colors to verify a
proper color match.
'1.G3 DEUVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle materials in a manner which will insure the preservation of their
quality and ffu;e$~ f9r the Work.
B. Store cement and lime on raised platforms under waterproof, well ventilated cover.
PART 2 PRODUCTS
2.01 MATERIALS
A. Brick Pavers: Brick pavers are to match the existing pavers in size co.lor and texture.
B. Cement: One of the following complying with the indicated requirements:
1. Portland Cement ASTM C 1 ~O, Type 1, of natural color or white as required 10
produce the desired color.
2. Masonry Cement ASTM C 91., of natural color or custom color as requ.ired to
produce. the desired color.
C. Hydrated Lime: ASTM C 207, Type $,
D. Mortar Sand: ASTM C 144, except that for joints less than 1/4 inch thick use sand graded
with 100 percent passing the No. 16 $ieve. '
E. Grout Sand: ASTM C 404.
F. Color Pigments: High purity, finely grol,inQ, chemicaliy inert, unfadin.9, lime pro.of mi~eral
oxides specially prepared for use in mortar.
G. Grout Release Agent: Grout Guard 2 by Klein Co.. Hoily Springs., GA 800-241-0681,
6 of 22
C:\Documents and Settings'Pm9818\My Documents\bid items\Riverwalk Repairs - RFP.doc
H. Grout Admixture: Laticrete 3701; Laticrete International, Bethany. CT.
I. Water: Clean and free of deleterious amounts of acids, alkalis, and organic material$,
2.02 MIXES
A. Mortar for Setting Bed: ASTM C 270, proportion spedfications., except limit materials to 'thQse
specified.
B. Grout: Fine Grout ASTM C 476, modified with oa grout admixture in accordance with the
admixture manufacturer's printed instructions for the intended usage.
1. Colored Grout: Color as necessary to match existing as closely as possibie.
Proportion color pigments with other ingredients as necessary to match required
color, except Jjmit pigments other than -carbon black to a maximum of 10 percent of
cement content by weight and limit carbon black to a maximum of 3 percent of
cement content by ~ight
PART 3 EXECUTION
3.D1 INST ALLA TJON
A. Apply setting bed mortar on the existing substrate to match existing thickness. Any areas of
the existing substrate showing -evide1Jce of settling are to be repaired prior to replacement of
thep~e~. .
B. Lay brick pavers in a pattern that matches existing. Avoid surface irregularities by checking
with a straight edge at regular intervals.
1. Cut brick with motor-driven saw equipment
2. Use the largest size brick units possible. Avoid the use of small pieces of brick or
large mortar areas.
C. Apply grout release agent to brick pave~ in accordance with the manufacturer's printed
instructions .
D. Pack joints full with grout, free of voids and.pits. Tool or rake joints to match existing.
E_ Clean mortar, grout, and stains from surface of bdck pavers as Work progresses taking care
not to damage granite edging or dividers.
END OF SECTION
SECTION 04061 - MORTAR AND MASONRY GROUT
PART 1 GENERAL
1.01 REFERENCES
A. Standards:
1. Mortar: ASTM C 270, except as otherwise specified.
2. Grout: ASTM C 476.
1.02 SUBMJTTALS
A. Product Data:
1. Portland Cement: Brand and manufacturer's name.
2. Masonry Cement: Brand and manufacturer's name.
3. Urne: Brand and manufacturer's name.
4, Sand(s): Location of pit, name of owner, and previous test data.
5. Color Pigments: Brand and manufacturer's name.
B. Product Samples:
7 of 22
C:\DocUments and Settings\pm9616'My Documentslbid items\Riverwalk Repairs - RFP.doc
1. Mortar and Grout Submit samples sufficient to show the full range of colors to verify a
proper color match
1.03 DELIVERY, STORAGE, AND HANDLING
A. Deliver, store, and handle materials in a manner which will insure the preselVatlon of their .
quality and fitness for the Work.
S. Store cement and -lime on raised platfonns under waterproof. well ventilated cover.
PART 2 PRODUCTS
2Jl1 MA TERlALS
A. Cement: One of the following complying with the indicated requirements;
1. Portland Cement: ASTM C 150, Type '1, of color as required to match existing.
2. Masonry Cement: ASTM C 91, of natural color or custom color as required to match
existing .
3. Cement for Setting Marble, Limestone, and Ught Colored G~n!t~; White cement
complying with ASTM C 150, Type 1 or ASTM C 91, and nonstaining to the stone.
8. Hydrated Lime: ASTM C 207, Type S.
C. Mortar Sand: ASTM C 144, except tflat for joints iess than 1/4 mch 'thick use sand graded
with 100 percent passing the No. 16 sieve.
1. Sand for White Mortar: Natural white sand or ground white stone.
2. Sand for Colored Mortar: Ground marble, granite, or other sound stone, as required to
match existing.
D. Grout Sand: ASTM C 404.
E. Color Pigments: High purity, finely ground, chemically inert) unfading. time proof mineral
oxides specially prepared for use in mortar.
S;. Water: Clean and free of deleterious amounts of acids, alkalis, and organic materiais.
2.02 MIXES
A. Mortar for Unit Masonry: Comply with ASTM C 270, proportion specifications, except limit
materials t.o those specified.
1. Colored Mortar: Proportion color pigments with other ingredients as necessary to
match existing, except limit pigments other than carbon black to a maximum of 10
percent of cement content by weight and limit carbon black to a maximum of 3
parrent .of cement content by W€ight.
B. Grout: Comply with ASTM C 476. If grout types are not indicated on Drawings, furnish type
(fine or coarse) most suitable far the particular job conditions to completely fill cavities and
embed reinforcement and other built-in items.
PART 3 EXECUTION
3.01 INSTALLATION
A. Rafer to sections .of Specificat10ns whiCh requiri$ mortar and masonry grout
3.02 MORTAR SCHEDULE
A. Where mortar types are not indicated on Drawings or specified, use types as fOllows;
1. Type M for unit masonry below grade in contact with fill materials.
2. Type S for concrete masonry units.
.3. Type N far brick masonry units.
a. Proportion Portland cement, lime, and sand in a 1: 1 :6 ratio.
END OF SECTION
B of 22
C:\OOCllments and Settingslpm9818\My Oocumentsibid itemsIRiverwalk Repairs - RFP.doc
SECTION 04400 - STONE
PART 1 GENERAL
1 J)1 SUMMARY
A. Section lncludes:
This section covers qUgrrfing, fgbrication, finishing and placement of all granite, for p~Ving.,
edging, trimming, facing, or curbing to be installed or replaced as indicated on the contract
drawings as part of this proj€ct.
1.02 SYSTEM DESCRIPTION
A. Design Responsibility: The contractor shall be fully responsible for the shop drawings,
fabrication, insta!!atio'n, warranties, certification and submittal procedures.
B. Performance Requirements:
1. The component pgr+..s shall 00 properly designed or selected fOi the application.
2. The Installation methods shall be proper and adequate for the conditions of
installation and use.
1.03 QUALITY ftSSUR~NCE
A. Subcontractors Qualifications: The firm executing the work under this section shall have five
(5) years experience in won< of similar scop@ and nature to that spe...."ffied.
B. Stone shaH be sound, durable and free of visible defects, which will impair the strength,
dur~ility or appearance; or concentrations of material that will cause obj~-ftOnable staining
or weakening under normal environments of use.
e, All granite shall be from a single quarry and is to match the existing installation in finish color
and quatity. Granite shall be sound and free from defects which impair strength, durability, or
appearance. The granite used for the original installation was UMiUstone" as produced by the
Georgia Granite Company, Etberton, Georgia. This firm is no longer in business; however, the
fQJJowing firms have been suggested by the Elberton Marble Assodation as potential
suppjlers.
:r W!lJj~ Dimensjoned Stone 706/213-8031
~ Georgia Stone Industries 8001232-2043
;. Boyd Granite 8001241-7446
All exposed surfaces of granite for paving, plaques, or coursing shall be thermal or fireo:CUt
finished, straight (with the exception of radius cut pieces) and true In at! directions. The
Owner reserves the right to ~pprove the material supplier for stone priorto award cfContract
D. Stone furnished under this Section shall comply with the applicable provIsions and
recommendation of the following;
1. American Societi for Testing and Materials (ASTM):
a. ce7 - Absorption and Sulk Specific Gravity of Dimension Stone.
b. COO - Modulus of Ruptrire of Oimenslon Stone.
c. C 119 - Standard Terminology Relating to Dimension Stone.
d. C120 - F~exural Testing of Slate
e. C121 - Water Absorption of SJate
f. C 17Q - CompresSive Strength of Dimension Stone.
g. C241 - Abrasion Resistance of Stone Subject to Foot Tr~ffjc,
h. C503 - MarOie Dimens10n Stone (Exterior).
i. caao - Flexural Strength of Dimension Stone.
2. National Building Granite Quarries Association, fnc. (NBGQA):
a. Specifications for Architectural Granite.
9 of 22
C:\Documents and Settingslpm981B\My Documentslbid items\Riverwalk Repairs. RFP.doc
E. Regulat{)ry Requirements: Materials and workmanship shall meet requirements of the
building codes applicable to the jurisdiction in which Project is located.
F. Perform tests for stone properties in accordance with ASTM Standards specified for each
type of stone to be furnished.
G. The Owner may waive any or all tests pfOVk1ed the stone manufacturer or supplier can furnish
certified. test reports by an acceptable testing laboratory showing that the stone to be
furnished has been previously tested and meets or exceeds the specified performafice
requirements.
H. Safore setting, each stone shall be car€fully examined by the Contractor for flaws, stains,
spoils, chipped edges, or other damage or defects. Defective stones shall be refinished or
r.eplaced as .directed.
SUBMJTT ALS
A.' Shop Drawings:
1. The Contractor shall furnish five {5) sets of detailed shop drawings showing
accurately the dimensions. joining. and fabrication of all granite work. All work shall be
.executed jn strjct accordance with these drawings. Shop drawings shall show the
setting number of each stone panel and each panel shall bear the corresponding
number .in a non-staining pai~t. No work shall be started before the review of shop
drawings is complete. . .
DetaIl drawings sufficiently to show pr.ofiles, dimension and shape of each stone unit;
connections to adjoining work; and methods of installation.
3, Submit Manufactur:ers Data for proprietary products used.
Test Reports:
1. Submit r.eports, data and test values of stone characteristics and strengths.
2. Certify that the test samples are representative of the production materials for the
project.
Include all information for properties, modulus of rupture, flexural strength, tensile
strength.
Reports and data to be verified by testing samples.
Submji reports jndjcating the coefficient of friction meets or.Elxceeds currant ADA
requirements.
Certification:
1. Submit certification that the completed work complies with the Contract Documents.
the component p!,lTts are properly desjgned or seJected for the application made, the
installation methods comply with the manufacturer's printed instructions and their field
representatives verbal instruction. and. the installation methods are proper and
adequate for the conditions of installation and use.
The stone subcontractor shall submit certification stating that all stone Quantities
quarried are available from a single source; and that all stone material specified shall
be furnished within the range of the approved sample sufficient to satisfy the total
project requirements.
Samples: Submit sampies of each type of stone to the Owner for review prior to delive.rtng
materials to the site or commencing the work.
1. Two representative sampies for each type and finish of granite specified shaH be
furnished to the owner for approval prior to order or fabrication. Samples shall be not
tess than 12" x12" x 1" ~no shall show the futi range of expected color, texture, finish
and quality of stock. Granite delivered shall be equal in all respects to the apprqved
samptes. Units provided to the Project shali match these sampies, Submit mQrtar
(grout) channels.
Samples shaH designate the finished face and shan be clearly labeled on the bacl<.
with the name of the stone, the group, classification for soundness and the us~ for
which the stone is intended.
1.04
8.
c.
D.
2.
3.
4.
5.
2.
...
J:..
10.of 22
C:\DocurnenlS and Settings\pm981 8\My Documents\bid items\Riverwalk Repairs - RFP .doc
E Stone maintenance: Submit stone suppJier'aliterature or instructions for preventive care and
maintenance measures pertinent to the specific stone finishes for normal maintenance and
special cleaning procedures.
F. Warranty: Submit written copy of warranty as specified.
1.05 DELIVERY, STORAGE AND HANDLING
A. Mark -each unit with an kientifying piece mark correlated with Shop Drawings. Carefully pack
and load each stone for shipment. Do not use material for blocking or packing which will
cause staining or discoloration.
S, Transport and store stone on a stable bed and with sufficient battens, bracing and supports to
prevent overstressing hy vJbration or impact loading.
C. Deliver other materials (except bulk materials) in manufacturer's unopened containers fully
identified with manufacturer's name, trade name, type, class. grade and oolor.
D. Storage of materials and equipment: Store materials and equipment in unopened containers.
Store off .ground and under cover, protected from damage.
1..0S PROJECT/SITE CONDITIONS
A. Field Dimensions and Conditions:
1. V.erjfy .dimensions and conditions shown on Drawings by flald verifying all dimensions
and conditions, -
2. Proper fit and attachment of stone is required.
1--07 SCHEDUUNG AND SEQUENCING
A. Coordination: Coordinate with other work relating to stone installation for placing required
blocking, backing, furring, conduits and other Uems.
1~D8 WARRANTY
A. Warranty: Warrant all stone for one (1) year after date of Substantial Completion from
defects in material and workmanship
PART 2
PRODUCTS
2,01 MATERlAlS
A Stone:
:L Granite; ASTM CSj5.
a. Water Absorption: 0.40%.
b, Density: 160 pounds per cubic foot.
c. Compressive Strength: 19,000 psi (131 MPa).
d.. Modulus of Rupture: 1500 psi {10.34 MPa).
e. Abrasive Hardness: 25.
f.. F.lexura.l Strength; 1200 pSJ (B.27 MFa).
B. Setting Materials:
1. Mortar Bed for Mud Set Metho~ {Floors):
a. Portland cement: ASTM C150, Type 1.
b. Sand: AS'fM C144..
c. Mortar: One part Portland cement to 6 parts damp sand by volume.
2. Mortar Bed for Stone Veneer (Wa.lJs).:
a. Portland cement: ASTM C150, Type 1.
b. Sand: ASTM C144.
c. Mortar: Vertical - One part Portland cement to 6 parts damp sand by volume.
Horizontal - One part Portland cement 10 6 .parts damp sand by volume..
C. Grout:
1. Latex grout: Confonnin,g to ANSI 118.3 and the 'TeA Handbook, supp)jed by anc
11 of 22
.,
C:\Documents and SenlngS\pm9818\My Documenls\bld ltems\RlverwalK Repairs. RFP.dOc
approved Manufacturer. Grout shall be sealed. (for walls)
2. Epoxy grout: Chemical4"esistant per ANSI 118.3, water-cleanable during jnstaJJ~tiQnt
supplied by an approved Manufacturer. (for floors)
3. Colors shall per finish materials schedule in drawings.
D. Hydrated lime: ASTM C2D7, Type S.
E. Sand: Poure silica sand or white marble dust.
F. Water: Clear and free of deleterious material.
2.03 ACCESSORIES
A. Where anchors or anchoring are recommended by the fabricator, stainless steel anchors or
equal shall be used throughout the work, Anchors shall be located as indicated on the shop
drawings and shall be compatible with existing anchor points.
B. Lewis or clamp holes shall be cut in all stones by the granite fabricator as and if required for
handling at the site. Such holes shall not be visible in the face of the finished work.
C. Bolts, Washers and Nuts: stainless steel.
D. lifting Hooks: Removable type for panels in excess of 75 Ibs. (34 kg).
E. Setting Buttons: lead.
F. PTE Strips: Bronze, :;4" wide at curves, 1/8" wide at perimeter of stone flooring.
2.04 STONE FABRICATION
A. Accurately cut. dress, drm, fit and finish stone to shapes and dimensions indicated. Make
exposed plane surfaces true to line.
a. Cut other joints and edges square and at right angles to face, and with backs paraflel-to -face,
Make arises straight, sharp, true, and continuous at joints.
C. Cut and drill stone in shop 8S required for supports, anchors, ties, grab and Lewis bolts, and
other inserts.
D. AUow for .expansion and cootracoon within the limits -of the joint material when cutting for
anchorage devices.
E. Granite pavement edging shall be 1 Y4 inch thick as shown on the contract drawings_ Width
and length shall match pieces to be replaced. Provide greater stone thickness where
thlckness lndlcated lS msufficient for the siz.es .or wher.e .extent of cutouts indicated decreases
effective strength of the remaining material, or for proper and sufficient anchorage, suitable
and adequate bearing areas .or surfaces. The use of liners properly sized and secured to
stone facing will be permitted only where indicated.
F. .Engraved lettering In granite shaU be as re.qwroo t.o replace or update .existing pieces. Letters
shall be sandblast cut and letter style shall match existing. Samples of lettering and
wOrkmanship shall be submitted to the .owner pri.or ta execution .of the wark.
p.ART 3
EXECUTION
3.01 EXAMJNATION
A. Verification of Conditions:
1. Examine subsurfaces to recejve Work and report .detrjmernal conditions m wriling ro
Owner.
2. F aUure to observe this requirement constitutes a waiver ta subsequent clajms ta the
contrary and holds Contractor responsible for correction(s) Owner may require,
3. Commencement of Work will be .construed .as .acceptance of subsurfaces.
4. Verify, before proceeding with this Work, that required inspections of existing
conditions have been 'completed.
3..02 PREPARATION I
A. Protection: Protect sills, ledges, offsets and other projections from dropping of mortar and
grout..
12 of 22
C:\Documents and Settings~m9818\My Documents\bid items\Riverwalk Repairs - RFP.doc
B. Establish Jines, levels, and coursinQ. Protect from disturbance,
C. Clean stone prior to erection. Do not use wire brushes or implements which wiJJ m~rk or
damage €xposed surlaces.
3.03 ERECTION, INSTALLATION, APPUCA TION
A Floors: ~
1. Exterior Floors - Thickset {Mudset):
a. Install floors over slabs on grade in thick-setting beds where indicated using
PortJand cement mortar bed in accordance with TeA Method F-101.
b. Install floors over exterior decks with waterproof membrane (slabs above
grade) in thick-setting beds where indicated using Portland cement mortar
bed in accordance with TCA Method F-103.
c. Use damp mix. After final tamping, raise stone and coat back with pure neat
cement. The joints shall be raked out before grouting. Remove cement
stains with cool, dear water before cement -sets.
2. Joints: Beds and joints shaJI match the original in$tall~tJon as closely as possible.
Each piece shall have a maximum toferance of +/- }'4-" of the joint width spedfied.
3, Grouting: Apply grout ralea..~ to stone pavers 24 hours before installing grout. Grout
joints tufty as each paver is set, using pre-mIxed colored grout. Use plastic cushions
and sp~cers where required to m.aintain uniform joints. After setting, tool jo:nts
slightly concave. Clean stone after grouting and remove all grout release. Cure stone
flooring for a minimum of 7 days.
3.04 TOU;RANC~S
A. Variation from Level (Plumb): 1/8" in 20'-0".
B. Paver Alignment between Adjacent Units: 1/32" offset
C. Joint Thickness:
1. Match Existing.
3.05 CUTTING AND FITTING
A. Obtain approval prior to cutting or flttlng any item not so indicated on Drawings.
3.06 CLEANING
A DaiJy Cleaning: Keep stone clean. SoiJed masonry from mortar and grout splUs which will be
exposed to view at the completion of-the Project sha11 be cleane<:1lmme<:1late1y, until the stone
is free of dropped or spattered mortar.
e. Remove scaffolding and equipment used in the Work
C. Clean up debris, refuse and surplus material and remove from premises daily.
3.07 ADJUSTING AND CLEANING
A. Immediately prior to completion of the Work, dean stone by waShing with water and bristfe
brushes to remove stains, dirt and other discoloration. 00 not use acids, cJeaning
compounds or wire brushes. {
a.D8 PROTECTION
A. Furnish temporary protection for exposed stone comers subject to injury.
B. Rope off areas to permit curing of setting bed and grout.
C. Protect stone from damage by subsequent construction operations.
END OF SECTfON
13 of 22
C:\OOClJmenl$ and Settings\pm9818IMy Documents\bid itemsIRiverwalk Repairs. RFP.doc
seCTION 05100 - ORNAMENTAL METAL
PART 1 GENERAL
1.01 REFERENCES
A. Finishes: National Association of Architectural Metal Manufacturer's (NAAMM) "Metal
Finishes Manual".
1.02 SUBMITTALS
A. Shop Drawings: Show text, fabrication details and connections to adjacent VVark.
1. Include ioeation of anchor bolts required.
8. Product Data: Catalog s~ts, specifications, and installation instructions as applicable.
C. Samples:
1. Metal finish Samp/ss: 6 inches long; use metal of same alloy and conft9uration to be
used for the Worle
2. Fittings, Brackets, Flanges, and other Accessories: Full size, each type ;aquired.
1.03 DELIVERY
A. Coordinate delivery of items to be built into other Work to avoid delay. Furnish templates as
required for accurate lecation of Work.
PART 2 PRODUCTS
2.01 BRONZE MA TERJALS
A. Materials: Standard Copper Development Association alloys specified, with temper and
hardness as required.
1. Extruded Shapes: ASTM 8455, alloy 385.
2. Plate, Sheet, Strip, and Bars: ASTM 8 36, alloy 230; or FS OQ-8-613, alloy 280 as
required for color. .
3. Seamless Tube: ASTM 8 135, alloy 230 or 280 as required for color.
4. Pipe: ASTM B 43, alloy 230.
5. Wire: ASTM B 134, alloy 230.
6. Castings: ASTM B 584; match color of other bronze.
7. Forgings: ASTM 8 124 or ASTM B 283, alloy 377.
B. Finish: shall match existing
2.02 MISCELLANEOUS MATERIALS
A. Welding Electrodes and Filler Metal: Type and alloy to match metal to be welded for color,
strength, and compatibitity.
a~ Fasteners; Metal, alloy, and finish to matc-h meta! to be fastened, unless otherwise indicated.
1. Use countersunk tamper -resistant flat heads for exposed fasteners, unless othetwtse
indicated.
2. Secure in concrete and masonry with approved non-ferrous anchors or expansion
$hieJds~
C. Anchors and Inserts: furnish devices as approved and required for instattation in other wal1c.
1. Us~ non-ferrous. cadmium-coated or hot-dip galvanized for exterior installations.
O. Bituminous Paint SSPC-Paint 12 (cold applied asphatt mastic).
E. Zinc Chromat~ Primer; FS TT -P-645.
F. Lacquer: Clear methacrylate, or as recommended by meta! producer for protection of finish.
G. Shrink-Resistant Growt (Non-Staining); Factory-packaged. non-ferrous mortar grouting
compound selected from 'the folfowing:
1. MasterfJow 713 by Master Builders,
14 of 22
C:\Documents and Settings'lpm9818lMy Documenls\bid ilems\Riverwalk Repairs. RFP.doc
2. Sonogrout by Sonneborn.
3. Five Star Grout by U.S. Grout Corporation.
4. Imperial Grout by Setcon Industries.
5. Non-Gorrosive, Non-Shrink Grout by AC. Horn.
2.03 F ABRJCA TION.
A. -General:
1. Fabricate items of material, size, and dimensions to match items being repl~ced, Pre-
assemble items in shop to the greatest extent possible, Design components to allow
for expansion and contraction for a minimum ambient temperature r~nge of 100
degrees F.
2. Form metal work to required shapes and sizes, with true lines, angles and curves,
Provide necessary rebates, lugs, brackets) flanges, fasteners, and anchors for
assembly and installation. Use concealed fasteners where possible.
3. Provide Welds behmd finished surfaces without distortion or discoloration on exposed
side. Clean and dress welds on exposed and contact surfaces.
4. Mill joints to tight, hairline fit Cope or miter comers. Form joints exposed to weather
to exclude water penetration.
5. Where cutting, welding, and grinding are required for proper shop fitting and jomting,
restore finishes to eliminate evidence of such corrective work.
6. Furnish sound castings, free of warp or defects which could impair strength or
appearance. Mill joints to close fit. Finish exposed surfaces smooth, with sharp, well-
defined Jines and arises.
2.08 SHOP FJNISHtNG
A. Protection: Protect exposed finishes by covering with adhesive paper or other suitable
-covering prior to shipment.
B. Corrosion Protection: Coat concealed surfaces to be in contact with concrete, masonry.. or
dissirnUar metals with a heavy coat of bituminous paint or zinc -chromate primer. Do not
extend coating onto exposed surfaces.
C. Acce.ssories: Finish .exposed fittings, brackets, flanges, etc. to match metal work unless
otherwise indicated or approved.
PART 3 EXECUTION
3.01 INSTALLATION
A JnstalJ the Work of this Section in accordance with manufacturer's printed instructions, except
as shown or specified otherwise. .
R Perform .cutting, drilling, .and fJtting required for installation. Set Jtems accurately in location,
alignment, and elevation. Securely fasten in place.
C, Do not cut or abrade fmishes which cannot be completely restored in the fJeld. Return such
items to the shop for required alterations and complete refinishing. .
rt install concealed gaskets, joint filler, insulation, and flashings as work progresses.
E. Install anchorage devices and fasteners where necessary for securing items to in-place
construction. Cut wjth rotary power tools of exact required size where possible.
3.02 CLEANING
A Remove protective coverings and clean exposed surfaces.
END OF SECTION
15 of 22
C:\Documents and Settingsl,pm9818\My Documents\bid items\RivelWslk Repairs. RFP.doc
16 of 22
"
C:\Doeuments and Settings\pm9818\My Documenlslbid ilems\Riverwalk Repairs - RFP.doc
SECTiON HI
PRE-BtO CONFERENCE,
INDEMNIFICATION AND INSURANCE
PRE-Bte CONFERENCE: A pre-bid conference wiil be heid on Wednesday, May 7th at 3:00 p.m.
in Room 605 of the Municipal Building located at 530 Greene Street. Augusta, Georgia. Questions
and concerns w1U be addressed at this meeting. Attendance at the meeting is not mandatory, but
is highly recommended. If not attending this pre-submittal meeting, a "letter of intent" to submit a
proposaJ must be sent to the Purchasing OffICe in order to receive any addenda. Please include
Fax number to expedite distribution of addenda.,
AU questions should be submitted in writing to Geri Sams at the Purchasing Department; faxed
inquiries are acceptable at (706) 821~2811. All replies will be in writing and submitted to all
potential bidders.
lNDEmNIFICATJON AND INSURANCE: The offerer shaJl carry professional/public uabmty
insurance coverage in the amount of One Million ($1,000,000), covering itself and all of its
ampJoyaes and agents, and shall indemnify and hold harmless Augusta-Richmond County and
their representatives and employees; from any claim, demand.s, actions, and cause for actions
arising from any act or non-act or the commission or omission of any act white under the terms of
the contract.
Should a contract be awarded as a result of this bid, the contractOi shall be required to submit
Performance and Payment bonds for the total price of the work.
17 of 22
c:\Doctimefit5 and Settings\pm9818\My Documenls\bid ilems\Riverwlllk Repairs - RFP.doc
Purchasing Department
Gerl A. Sams, ~urcbaslng Director
Room 60S- Munlc:lpal BuildIng
530 Greene Street - Augusta, GA 30911 .
(706) 811-2421 - FAX (706) 821-2811
Visit us st www.augustaga.gov
MEMORANDUM
TO: .
All Bidders
FROM:
Geri A. Sams
DATE:
May 15, 2003
SUBJ:
ADDENDUM #1
Bjd Item #03-080
Walkway & General Repairs @AugustaRiverwalk
Please note the following:
The bid opening date for Bid Item 03-080 has been extended to Thursday, June 26,
2003 @ 3:.00 p.m~
A site visit is scheduled for Wednesday, June 4, 2003 @ 10:00 a.m.
Pleas.e acknowledge receipt of addendum in your bid package.
Jfyou have any questions regarding this correspondence, please contact me at
(706) 821-2422.
Cc: Walter Hornsby, Equal Opportunity Officer
Rick Acree, Augusta, Public ~orks
. File'
Purchasing 'Department
Gerl A. Sam!!, Purcba!llng Director
Room 605- MunIcipal BuildIng
530 Greene Street - Augusta, GA 30911
(706) 821-2421 - FAX (706) 821-2811
VIsit us at www.augustaga.gov
MEMORANDUM
TO:
All Bidders
FROM:
Geri A. Sams
DATE:
June 3, 2003
SUBJ:
ADDENDUM #2
Bid Item #03-080
Walkway & General Repairs @ Augusta Riverwalk
Please note the following:
The site visit is still scheduled for Wednesday, June 4, 203 @ 10:00 a.m..
The site visit will start st the Marina off 01 5th Street. A site visit is
scheduled for Wednesday, June 4,2003 @ 10:00 a.m.
Please acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821-2422.
Cc: WaIter Hornsby, Equal Opportunity Officer
Rick Acree, Augusta, Public Works
File
SEP-04-2003 02:23
ARC PURCHAS I t-lG
--
7063124602
P,02/04
. Purchasing Department
~ri A. Sims, Purc:baling Director
MEMORANDUM
Room 60S- Munlclpal Building
530 Greene Street - Augu.ta, GA 30!J1I
(706) 821-2411- FAX (706) 821-1811
VisIt us at www.aucu.taga.gov
TO:
All Bidders
FROM:
Geri A. Sams
DATE:
June 9, 2003
SUBJ:
ADDENDUM #3
BID ITEM #03-080 Walkway and General Repairs
Please note the addition to you bid package:
ITEMS:
1. Repla~ement brick., brick pavers are to match, as closely as possible, existing
units in shape, size, color and texture. Mortar is to match, as closely.as possible,
the color of the existing.
2. Granite fabrications for edging, dividers, copings and markers are to be from the .
same source. A list of possible vendors is in the specifications in the RFP.
3. Where required, removal and replacement of plant material will be by the owner.
4. At this time, the owner has been unable to locate structural drawings for the
Amphitheater. The nature of the work proposed under this RFP is not structural in
nature.
5. Heavy equipment will not be allowed on top of the Riverwalk. Material will need
to be transported by utility cart.
6. The contractor will be responsible for removal and reinstallation of any flag poles
. or light poles. . .
You!!!!!!! acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821-2422.
Cc: Walter Hornsby'
Brenda Bryd-Pelaez.
Teresa Smith
Rick Acree
Augusta, Georgia Equal Opportunity
Augusta, Georgia Human Resources
Augusta, Georgia Public Works
Augusta, Georgia Public Wotks